Cloud Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date11 Apr 2025
Tender AmountRefer Documents
Details: The Defense Logistics Agency (dla) Is Conducting A Commercial Solutions Opening (cso) Authorized By 10 U.s.c. § 3458 And Defense Federal Acquisition Regulation Supplement, Subpart 212.70, defense Commercial Solutions Opening. Dla Intends To Solicit Solution Briefs In Response To The Addendum Areas Of Interest (aois), Which Dla May Change, Amend, Open, And Close From Time To Time At Dla’s Sole Discretion. Interested Offerors Are Encouraged To Frequently Check This Cso From New Or Revised Aois. Dla Intends To Keep This Cso Sp4701-25-s-c004 Open Until April 10, 2025, 11:59 Pm Edt; However, Dla Reserves The Right To Close This Cso At Any Time. In Accordance With 10 U.s.c. § 3458(c)(2), Any Contract Or Agreement Dla May Award Under Pursuant To This Cso Shall Be Fixed-price. Dla Intends To Award Commercial Contracts In Accordance With Dfars 212.7002(b); However, Dla May, At Dla’s Discretion, To Award An Other Transaction Agreement In Accordance With 10 U.s.c. § 4022. if You Have Any Questions Or Concerns, Please Contact: mr. Thomas Walsh agreements And Contracting Officer dla Dcso-p5 thomas.walsh@dla.mil mrs. Lauren Runowski agreements And Contracting Specialist dla Dcso-p5 lauren.runowski@dla.mil solutions Briefs Are Due No Later Than April 10, 2025, 11:59 Pm Edt. Please Submit The Solution Briefs Via Email To Thomas Walsh Thomas.walsh@dla.mil And Lauren Runowski Lauren.runowski@dla.mil 1.0 Problem Statement the Defense Logistics Agency (dla) Seeks Innovative Solutions Leveraging Artificial Intelligence (ai) To Enhance The Efficiency And Accuracy Of Its Financial Reporting And Audit Processes. As One Of The Largest Government Agencies, Dla Undergoes Annual Financial Statement And Control-based Audits. These Audits Are Time-consuming And Resource-intensive, Often Requiring Manual Review And Analysis Of Large Volumes Of Data To Support Complex Assertions Such As The Completeness And Accuracy Of Inventory Balances. Dla Is Pursuing Transformative, High-impact Solutions To Streamline These Processes, Resolve Existing Material Weaknesses, Improve Audit Quality, And Reduce The Burden On Its Personnel. 2.0 Background dla Manages The End-to-end Global Defense Supply Chain – From Raw Material To End User Disposition – For The Five Military Services, 11 Combatant Commands, Other Federal, State And Local Agencies, And Partner And Allied Nations. Dla’s Mission Is To “deliver Readiness And Lethality To The Warfighter Always And Support Our Nation Through Quality, Proactive Global Logistics.” the Purpose Of This Call To Industry Is To Attract And Identify Best-of-breed Solutions To Address The Problem Set And Meet Operational Capabilities. This Aligns With The Objectives Set Forth In Sec. 1007 Of The Fiscal Year 2025 National Defense Authorization Act, Which Underscores The Importance Of Ai Technology In Auditing Financial Statements Within The Dod. With The Increasing Complexity Of Financial Reporting Requirements And The Massive Amount Of Data To Be Managed, Dla Is Looking To Incorporate Artificial Intelligence (ai) Into Its Financial Reporting Processes. Dla Is Committed To Leveraging Cutting-edge Technology To Optimize Its Operations And Ensure The Highest Level Of Transparency And Accountability In Its Financial Reporting, Enhance Its Decision-making Abilities, Identify Potential Cost-saving Opportunities, And Improve The Overall Effectiveness Of Its Financial Management. 3.0 Desired Solution Features 3.1 Phased Approach To Demonstrate The Potential Of Ai, Focused On Financial Reporting And Audit Processes Prioritizing Features, That Offers The Greatest Potential For Impact While Minimizing Initial Development Complexity. 3.2 Develop And Demonstrate A Prototype Solution That Resolves Potential Pain Points, Addresses Operational Capabilities, Or Presents A New Approach: pain Points: time-consuming And Resource-intensive Processes manual Review And Analysis Of Large Volumes Of Data potential For Human Error In Identifying Anomalies And Discrepancies difficulty In Identifying And Addressing Potential Errors And Accuracy 3.3 Establish A Feedback Loop Within The Prototype To Enable Continuous Improvement Of The Proposed Solution. 3.4 Vendors Must Have Solutions That Are At The Il4 Level And Be Fedramp Moderate Certified With 90 Days Of Award. However, It Is Expected That An Offeror Can Achieve Il 5 Level And Fedramp High Certification. 4.0 Project Expectations 4.1 In 12-16 Weeks, Iteratively Demonstrate Phased Approach To How Solution Will Address Operational Capabilities Below, Or Another Critical Capability, Demonstrate Potential For Scalability And Adaptation To Other Financial Processes Or Components In Future Phases. 4.2 Demonstrate The Envisioned Ai Capabilities That Should Lead To Addressing Operational Capabilities Listed Below, A Significant Reduction In Manual Processing Errors, Substantially Faster Reporting Times, And/or More Insightful Analytics Capable Of Detecting Irregularities. 4.3 Hosting - Initial Prototypes Could Leverage Vendor Hosted Environments. This Is Dependent On Technical Details Of The Hosting Environment And Cybersecurity Controls In Place. Note: Any Long-term Hosting In A Vendor Environment (i.e. Software As A Service Saas) Would Require Fedramp Authorization. Additionally, Dla Operates Private Cloud Environments Leveraging Major Providers (azure, Aws, Etc.) That Can Host Vendor Solutions Once Appropriately Vetted. Offerors Are Encouraged To Submit Solution Briefs That Outline How Their Solution Is Currently Hosted And Describe The Level Of Effort To Meet Dod Cybersecurity Standards. 4.4 Solution Providers Should Expect To Participate In A Shared Development Space With Other Vendors And Government Developers To Rapidly Deploy, Monitor And Iterate Upon Solutions. Solution Providers May Be Asked To Collaborate And/or Participate In Cross-functional Efforts And/or In A Teaming Arrangement. The Government Intends To Identify One Or More Integrators As A Solution Provider, But Vendors Are Also Welcome To Team With Integrators Prior To Submission. 5.0 Operational Capabilities here Are Some Major Categories That Are Currently Impacting The Dod Audit Results. Please Note That This List Is Not Exhaustive. Feel Free To Select A Category From This List, But If There Are Other Areas That May Be Advantageous For Dod In Achieving A Clean Audit, Consider Those As Well. 5.1 Unresolved Accounting Issues And Material Weaknesses In Internal Controls That Cause Dod To Be Unable To Provide Sufficient Evidential Support For Complete And Accurate Financial Statements On A Timely Basis. Incorporate Natural Language Processing (nlp) Capabilities To Allow For Efficient Data Entry And Report Generation. Refer To The Report On Independent Auditor’s Link. (https://comptroller.defense.gov/portals/45/documents/afr/fy2024/4-financial_section.pdf). 5.2 Modernize Policies, Procedures And Internal Controls Surrounding Documentation Of Procurements, Shipments, And Other Movements, Tracking Of Inventory By Owner, Validating The Perpetual Inventory Systems By Performing Periodic Physical Counts, Accumulating Cost Of Inventory And Supporting Inventory Balances And Transactions. 5.3 Reconcile The Activity That Impact The Fund Balance With Treasury (fbwt) Between The General Ledger And The Us Treasury. 5.4 Update Financial Systems To Substantially Comply With The Federal Financial Management Improvement Act Of 1996 (ffmia). 5.5 Design And Implement Internal Controls Related To The Following Six Areas. 1) Access Controls 2) Configuration Management 3) Segregation Of Duties 4) Security Management 5) Information Technology Operations 6) Interfaces. 5.6 Support The Valuation, Existence And Completeness Of General Property Plant Equipment (pp&e). 5.7 Implement Processes To Comply With The Statement Of Federal Financial Accounting Standards 54 (leases). 5.8 Account For, Manage, Or Report Joint Strike Fighter Program Government Property, Which Is Composed Of Global Spares Pool Assets, Or Accurately Record This Property In An Accountable Property System Of Record. 5.9 Support The Completeness And Accuracy Of Environmental Liabilities Recorded In The Financial Statements. 5.10 Establish Balances And Implement A Dod-wide Procedure To Monitor, Report, And Ensure Dod Components Have Complete And Accurate Beginning Balances. 5.11 Develop A Method To Research And Correct The Underlying Problems That Result In Unsupported Journal Vouchers. 5.12 Obtain From Accounting Systems The Support Necessary To Reconcile Trading Partner Differences In Accounting (revenue And Expenses, Accounts Payable, Accounts Receivable, Etc.) 5.13 Eliminate Excessive Manual Preparation Of The Annual Financial Report (to Include Note Disclosures And Background Information). 5.14 Aggregate All Dla Inventory Data Into A Single System And Reconcile The Data To All Feeder Systems Real-time, Thereby Supporting The Assertions Of Accurate And Complete Perpetual Inventory Which Can Be Queried Dod-wide With Mil-service Partners. refer To Attachments For Directions To Submit A Solution Brief And Additional Information Regarding The Area Of Interest And Requirements
OFFICES, BOARDS AND DIVISIONS USA Tender
Software and IT Solutions
United States
Closing Date25 Apr 2025
Tender AmountRefer Documents
Details: Disclaimer: This Notice Is For Informational Purposes Only. This Is Not A Request For Proposal Or Quote. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government Or A Guarantee That One Will Be Issued In The Future. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents Is Strictly Voluntary. 04/11/2025 Update: The Response Date For This Rfi Is Being Extended By 10 Days. The Updated Due Date Is 25 April 2025. Thank You. introduction:
the Department Of Justice (department Or Doj) Is Issuing This Request For Information (rfi) As Part Of Our Comprehensive Market Research To Further Identify And Evaluate Viable, Enterprise-wide Alternatives To Microsoft Technologies, Including The Microsoft M3 (microsoft 365 E3) And M5 (microsoft 365 E5) License Bundles. Responses To This Rfi Will Directly Inform Doj’s Future Acquisition Strategy. the Doj Is Reviewing The Marketplace To Proactively Examine All Available Options To Ensure That The Department’s Technology Investments Deliver Maximum Value, Flexibility, And Innovation Today, And Into The Future. This Effort Represents An Active Exploration Of Alternative Solutions That Can Meet Or Exceed Current Requirements While Considering A Shift Away From Long-standing Single-vendor Dependencies. respondents Are Encouraged To Submit Detailed, Comprehensive Responses Showcasing Competitive Solutions, Enterprise-scale Capability, And Readiness To Support Doj’s Evolving Needs. All Information Submitted Will Become Government Property And Will Not Be Returned. Interested Parties Should Appropriately Mark Proprietary, Restricted, Or Competition-sensitive Information. primary Objectives:
the Doj’s Primary Objective In Issuing This Rfi Is To Identify And Evaluate Alternatives To The Microsoft M3 (microsoft 365 E3) And M5 (microsoft 365 E5) License Bundles, As Well As Advanced Artificial Intelligence (ai) Powered Productivity Solutions Comparable To Microsoft Co-pilot. These License Bundles Represent Tightly Integrated Ecosystems, And The Doj Seeks To Better Understand Whether Industry-leading Alternatives Can Deliver Comparable Or Superior Enterprise Functionality While Offering Greater Flexibility, Innovation, And Cost Efficiency. sample Overview Of Microsoft License Bundles In Use: doj License Environment: Estimated 160,000+ Licensed Users. user License Mix: Estimated 68% On M3 And 32% On M5. sample Microsoft 365 M3 (e3) License Bundle Features: office 365 Apps (word, Excel, Powerpoint, Outlook, Onenote, Publisher) exchange Online (email And Calendaring) microsoft Teams (chat, Meetings, Collaboration) onedrive For Business (file Storage And Sharing) sharepoint Online microsoft Stream (video Sharing) basic Threat Protection And Security Features (defender For Office 365 Plan 1) intune (device Management And Mobile Device Management) azure Active Directory Premium Plan 1 limited Power Platform Access (powerapps, Power Automate, Power Bi Pro As Optional Add-ons) sample Microsoft 365 M5 (e5) License Bundle Features: all Features Of M3/e3, Plus: advanced Threat Protection (defender For Office 365 Plan 2) microsoft Defender For Endpoint microsoft Defender For Identity microsoft Defender For Cloud Apps advanced Compliance (insider Risk Management, Communication Compliance, And Advanced Audit) microsoft Purview Information Protection And Data Loss Prevention (dlp) advanced Analytics With Power Bi Pro Included microsoft 365 Defender And Microsoft Sentinel (siem/soar Integration) azure Active Directory Premium Plan 2 (identity Protection And Privileged Identity Management) sample Microsoft Co-pilot License Bundle Features: content Creation data Analysis & Insights email & Communication Assistance meeting Summarization contextual Recommendations integration With Other Applications task Automation doj Evaluation Approach For M3 And M5 Alternatives:
the Doj Does Not Expect A One-for-one Match With The Features Listed Above. Instead, The Doj Is Interested In: understanding What Each Proposed Solution Or Combination Of Solutions Can Do. identifying Potential Gaps Compared To Our Sample License Bundles. exploring The Possibility Of Leveraging Multiple Technologies To Deliver Comparable Capabilities Through Best-of-breed Approaches. exploring The Availability And Benefits Of Ai Capabilities As Part Of A Unified Offering. receiving Recommendations On How To Integrate And Operationalize Alternative Solutions At Scale. vendor Response Request For M3 And M5 Alternatives (15 Pages Or Less):
for Each Feature Area Listed Above, Please: indicate Whether Your Solution Or Combination Of Solutions Offers Comparable Functionality. if There Is No Direct Match, Describe How Your Offering Addresses The Underlying Business Requirement Or Mitigates The Gap Through Alternative Tools Or Services. highlight Innovative Features Or Differentiated Value, Including Integrated Ai, That Your Solution Provides Beyond The Sample License Bundle Ecosystem Noted Above. if Integration Across Multiple Products Is Required, Outline How Seamless The Integration Would Be, And Provide Examples Of Large-scale Enterprise Deployments. the Doj Is Highly Interested In Creative, Flexible, And Enterprise-ready Alternatives, Including Modular Or Hybrid Approaches That May Outperform The Sample License Bundle Model In Key Areas Such As Security, Cost-effectiveness, End-user Experience, And Innovation. transition Strategy And Flexibility Requirements (15 Pages Or Less):
the Doj Recognizes That Transitioning From A Long-standing Single-vendor Enterprise Environment To An Alternative Solution Requires Careful Planning, Thorough Testing, And Phased Implementation To Ensure Operational Continuity And Minimal Disruption. respondents Are Requested To Provide A Detailed Transition Plan That Includes The Following: proposed Transition Strategy: approach For Transitioning From Microsoft M3/m5 Licenses To The Proposed Alternative Solution. recommendations For Pilot Programs, Phased Rollouts, And Parallel Operations To Support Testing And Validation Prior To Full Deployment. strategies For Mitigating End-user Disruption And Ensuring Sustained Productivity. flexibility And Collaboration: description Of How Your Company Will Work With The Doj To Adjust Timing, Scope, And Milestones Based On Evolving Agency Needs And Operational Readiness. willingness To Collaborate On An Extended Transition Timeline, If Necessary, To Accommodate Comprehensive Testing, Security Validation, And Stakeholder Feedback. cost Flexibility: options For Flexible Pricing Models Or Cost Structures That Support Staggered Deployment And Extended Transition Activities, As Well As Minimizing Duplication Of Costs During A Transition. cost Considerations For Pilot Phases, Early Testing Environments, And Scaling Strategies. training And Change Management: approach For End-user Training, Knowledge Transfer Strategies, And Support Mechanisms During And After Transition. terms And Conditions: sample Terms And Conditions That Speak To Available Pricing Structures, Payment Schedules, Increase/decrease License Flexibilities, And Ordering Structure Of Available Contract Vehicles. case Studies (1 – 2 Examples Not To Exceed 2 Pages Each): respondents Are Requested To Provide, As An Attachment, Examples Of Successful Large-scale Transitions From Microsoft Enterprise Agreements To Alternative Solutions, Including Challenges Encountered And How They Were Addressed. vendor Information (2 Pages Or Less): contractor Legal/dba Name: address And Website: duns Number: cage Code: facility Clearance (if Applicable): applicable Naics Codes: company Business Size (as Applicable): number Of Years In Business points Of Contact(s) (please Include Name, Email, And Phone Number) list Of Existing Government Ordering Vehicle(s). (example: Gsa Schedule And Gwacs): response Guidelines And Deadline:
there Will Be No Question-and-answer Period. Information Provided In Response To This Rfi Shall Be Submitted In Accordance With The Following Instructions: portable Document Format (pdf) Or Microsoft Word calibri 12-point-font Size, 8½ X 11-inch Pages responses Shall Be Submitted Via Email. Emails Cannot Exceed 10mb subject Line Of The Email Shall Include “notice Jmdpss-250423 - (firm Name)”. if Your Response Contains Proprietary Information, Place A Notice Of Proprietary Information After The Notice Number And Mark Submissions As “proprietary Information” As Applicable. no Marketing Materials Are Allowed As Part Of This Notice. it Is The Respondent’s Responsibility To Verify That The Department Received And Can View The Email. responses Are Due No Later Than 15 April 2025 At 12 Pm Est Via Email To The Following:tracey.cross@usdoj.gov, Sakura.higa@usdoj.gov And Richard.melrose@usdoj.gov post-rfi Phase:
based On The Results Of This Market Research, The Doj May Issue Future Rfis, Rfqs, Or Rfps Via Sam.gov. It Is The Responsibility Of Interested Parties To Monitor Sam.gov For Updates. No Hard Copies Will Be Provided. All Procurement Documentation Will Be Available Electronically If A Solicitation Is Issued. (end)
MUNICIPALITY OF LANTAPAN Tender
Healthcare and Medicine
Philippines
Closing Date26 Mar 2025
Tender AmountPHP 781.9 K (USD 13.6 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase Of Various Drugs & Medicines For Mho Use (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Mho-regular Intends To Apply The Sum Of Seven Hundred Eighty-one Thousand Nine Hundred Ninety-five Pesos (php 781,995.00 ) Being The Abc To Payments Under The Contract Purchase Of Various Drugs & Medicines For Mho Use Ib # 2025-03-036 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 18, 2025 To March 26, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On _______at_________ O’clock In The Afternoon At Municipal Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 8:45 A.m (philippine Standard Time) On March 26, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 26, 2025 At 9:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: March 18, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-03-036 Name Of Project: Purchase Of Various Drugs & Medicines For Mho Use Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 781,995.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Amoxicilline 125mg/5ml Bot 200 2 Amoxicilline 125mg/5ml Bot 150 3 Amoxicilline 250mg/5ml Syrup Bot 150 4 Amoxicilline 500mg Cap Box 130 5 Amoxicilline 250mg Cap Box 100 6 Ascorbic Acid Syrup Bot 120 7 Ascorbic Acid Tab Box 40 8 Ascorbic Acid + Zinc Syrup Bot 300 9 Aluminum Magnesium Syrup 120ml. Bot 50 10 Aluminum Magnesium Tab. 500 Mg. Box 25 11 Albendazole 400mg Tablet Tabs 20000 12 Azithromycin 500mg. Box 30 13 Ambroxol 15mg/5ml Bot 60 14 Ambroxol 75mg Cap. Box 10 15 N-aceltycistine (flumocil) 600 Mg. Pcs 60 16 Bisacodyl 5mg Box 2 17 Calcium +vitamin D3 Box 50 18 Carbocistein 250mg/5ml Bot 100 19 Carbocistein 50mg/5ml Drop Bot 50 20 Ceterizine 5mg/ml Syrup Bot 100 21 Ceterizine Drops Bot 100 22 Ceterizine 10mg Tab Box 50 23 Cefalexin Drops 100 Mg/5ml Bot 150 24 Cefalexin 125mg/5ml Syrup Bot 150 25 Cefalexin 250mg/ml Syrup Bot 140 26 Cefalexin 500 Mg Cap Box 40 27 Cefalexin 250mg Cap Box 35 Item No. Particular Unit Of Issue Qty. Unit Price Amount 29 Cloxacillin 125 Mg/5ml Syrup Bot 100 30 Cloxacillin 250mg/5ml Syrup Bot 100 31 Co-amociclav 457/5ml Suspension Bot 50 32 Co-amoxiclav 625 Mg Cap Box 40 33 D5lr 1l Or Plain Lr 1ltr. Per Bottle Bot 15 34 Plain Nss 1 L Per Bottle Bot 10 35 Dicycloverine Syrup Bot 30 36 Erythromycin 500 Tab. Box 10 37 Erythromycine 200/5 Syrup Bot 80 38 Ferrous Sulfate+folic Acid Bot. (100 Pcs./bot) Bot 45 39 Hyoscine-n-butylbromide 10mg. Tab Box 13 40 Losartan 50mg Box 100 41 Losartan 100mg Box 90 42 Loperamide 2mg Tab Box 10 43 Metronidazole 125/5ml Syurp Bot 30 44 Metronidazole 500 Mg Cap Box 5 45 Metoclopramide Tab Box 10 46 Metroclopramide Syrup Bot 80 47 Meclizine Adult Tab Box 10 48 Multivitamins + Iron Syrup Bot 90 49 Multivitamins + Iron Cap Box 40 50 Mefenamic Acid 500 Mg. Box 80 51 Mefenamic Acid 250mg Cap Box 80 52 Montelukast Box 15 53 Omeprazole 20mg Cap Box 3 54 Omeprazole 40mg Cap Box 3 55 Oresol Sachet Pcs 99 56 Paracetamol Drops Bot 150 57 Paracetamol 125mg/5ml Bot 200 58 Paracetamol 250mg/5ml Syrup Bot 200 59 Paracetamol 500mg Tab Box 100 60 Phenylpropanolamine Syrup 60 Ml Bot 80 Item No. Particular Unit Of Issue Qty. Unit Price Amount 62 Prednisone 20mg Tab/cap Box 10 63 Ranitidine 150 Mg. Box 5 64 Salbutamol 2mg/5ml Syrup Bot 60 65 Salbutamol 2mg Tab Box 15 66 Salbutamol Nebule 30's/box Box 10 67 Tranexamic 500 Mg Cap Box 40 68 Vitamin B Complex Tab Box 20 Total Total Bid Price In Figure: ____________________________________________ Total Bid Price In Words: ____________________________________________ Prepared And Submitted By: __________________________________________
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date13 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0049 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0052+500 – K0055+000 Location Of The Contract : Sta. Monica, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 2. Contract Id : 25nf0050 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0063+000 – K0065+500 Location Of The Contract : Burgos, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 96,500,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0049 & 25nf0050 Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 188 & 188 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). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 3. 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 (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00 & Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On February 27, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before March 13, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From February 20, 2025 To March 13, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On February 27, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before March 13, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids March 13, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 13, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 1st 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph February 18, 2025 Date Of Issue Demilyn M. Castrence Bac Vice-chairperson Date Of Publication: February 20-26, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Closing Date14 Jan 2025
Tender AmountUSD 22.9 Million This is an estimated amount, exact amount may vary.
Details: Rfi#2 Emergency Generator
solicitation # 36c24225r007 1. Does Va Fill 2-fuel Storage Tanks After Load Bank And Generator Test?
specification Section 263213 3.2.o Requires That The Contractor Fill The Main Storage Tank And Day Tank At The Completion Of All Field Tests. This Shall Require All Main Fuel Tanks To Be Filled At The Completion Of All Field Testing. The Contractor Shall Also Provide All Fuel For Testing. 2. Is Schneider Electric Doing Refurbishment And Installation Of All Replacement Breakers In Gear
`room?
keynote 3 States Square D/schneider Electric Is Basis Of Design. Schneider Through Colonial Electric Has Provided A Scope Of Work And Quote For A Manufacturer Replacement Circuit Breaker Designed To Fit Within The Existing Switch Gear This Contract Does Not Limit The Manufacturer Selection To Square D/schneider Electric. 3. Are We Following Va Specification For All Electrical Wiring Installation?
contractor To Following All Project Specifications As Issued. 4. For The Above-mentioned Solicitation, The "wage Rate Sheet" Attachment Will Not Open. Can You
provide Or Post It In A Different Format?
see Attached. 5. Please Confirm That Cqc System Manager May Have Fill Other Roles, Including Project
superintendent.
specification Section 014500 Part 3.4.b, If The Project Superintendent Meets Cqc System Manager Qualifications And Va Approval, The Cqc System Manager Could Serve Dual Duties As Project Superintendent. 6. Is The Gc Required To Use Submittal Exchange? If So, Does The Gc Need To Include The Cost As Part
of Their Bid?
contractor And Sub-contractors Are Required To Utilize Autodesk Construction Cloud (acc) For Any Construction Related Documentation Exchange. Access To Acc Platform Is Provided To Contractors At No Cost For The Duration Of The Project. Refer To Specification 013200 Construction Documentation Included In The Solicitation. 7. Is There A Geotechnical Report That Can Be Provided?
a Geotechnical Report Does Not Exist For This Project Since The Government Would Not Allow Borings To Be Conducted During The Design Phase. See Specification Section 014529 3.1. 8. Is There An Environmental (soils, Other Hazardous Materials) Report Available That Can Be Provided?
see Attached Soil Report. 9. How Will Unsuitable And/or Contaminated Soils Be Handled? (i.e. Priced As A Change Order Or
allowance?)
see Specification Section 312000 3.6.e. 10. Are Taxes Applicable On This Project?
yes. 11. Per Specification 01 00 00-1.3 There Are 3 Bid Items But No Location To Fill In On The Sf1442. Is
there A Pricing Page Missing From The Sf1442?
the Bid Alternate Page Is Missing From The Sf 1442. Please See Attached. 12. For Each Bid Item, Please Confirm That These Are Priced As Sequential Deducts And Not Stand Alone.
on Sheet Gi001 Schedule Of Bid Items States A: Item 1 Is The Projects Base Bid And B: Item 2 Is The Bid Deduct 1 Minus The Items Included. 13. What Fire Alarm System Is Currently In Place?
the Current Fire Alarm System In Place Is The Edwards Est3 Series. 14. What Bas System Is Currently In Place?
the Current Bas Is Johnson Controls Fx. 15. Can Aisc Certification Be Waived On This Project? The Steel Scope Is Not Substantial Enough For
many Of The Certified Companies In The Area.
aisc Certification Is Required And Cannot Be Waived. 16. Alternate Bid Items Are Not Consistently Identified Throughout The Plans (alternates Shown On Aseries
drawings But Not On E-series). Please Confirm That There Are Indeed (2) Alternate Bid Items
and Clearly Define The Associated Scopes.
on Sheet Gi001 There Is 1 Deduct Alternative Item. E-series Sheets Show Phasing Notes On Eg001, New Callout Added To Electrical Floor Plan Ep101, And On The Electrical One-line Ee602. 17. Is The Contractor Required To Provide The Initial Fuel For The Generator Day Tanks?
specification Section 263213 3.2.o Requires That The Contractor Fill The Main Storage Tank And Day Tank At The Completion Of All Field Tests. This Shall Require All Main Fuel Tanks To Be Filled At The Completion Of All Field Testing. The Contractor Shall Also Provide All Fuel For Testing. 18. What Size Are The Existing Domestic Water And Fire Lines?
the Size Of The Piping Is As Follows: Fire Protection 10 In Diameter And Domestic Water 8 In Diameter. 19. The Demo Plans Call For Cutting, Capping, And Removing The Existing Water Main. Will The New Water Main Be Installed Before The Demo?
the New Water Main Will Be Installed Immediately After The New Point Of Connection Is Established And The Overburden Is Removed From The Existing Duct Bank. This Will Be During Demolition And A Domestic Water Shutdown Will Require Scheduling With The Va. 20. Details Call For A Tapping Sleeve And Gate Valve For The Water Services 4" To 8". Will This Be Required For The Domestic And Fire Line Relocates? the Connection Tap, In The Water Services Detail, Is Not Applicable. The Project Does Not Involve The Installation Of A Connection Tap. This Project Only Involves The Relocation Of The Sprinkler And Domestic Main Piping. 21. The Final Cut And Caps Of The Domestic And Fire Line Will Require A Shutdown. How Long Are We Allowed To Shut Down The Water For? Can This Be Done During Day-time Hours?
water Shut Down Shall Be Done On The Weekend During The Minimal Water Usage. Work Shall Be Prepared And Phased To Minimize The Shutdown To No More Than 8 Hours.â
22. Can The Bid Date Be Extended Another Week?
the Rfp Due Will Be Extended To January 14, 2025, At 11:00 Am.
23. Will There Be Another One? no, Only One Site Visit Was Schedule For This Project. 24. I Also See This Is A Negotiated Bid. Will We Be Able To Provide A Quote That Will Be Considered Being That We Did Not Go To The Site Visit? yes, Your Firm Can Still Submit An Rfp Regardless Of If You Attended The Site Visit Or Not. The Site Visit Was Not Mandatory. 25. Will You Be Uploading A Copy Of The Sign In Sheet To Sam? (if So When Do You Anticipate). see Attached. Drawings:
1. The Following Drawings Are Revised As Follows (attached):
a. Ae101: The Concrete Pad Width, Under New 200cr , Is To Be Extended To 7-feet. b. C-0.0: Add General Sheet Note 1 - The Existing Fire Protection Piping, Within The New
building Area, Shall Be Demolished And Removed. All Work Shall Be Completed During Phase 2. c. C-2.0: Add General Sheet Note 1 The New Fire Protection Piping Shall Be Installed Prior To The End Phase 2. 2. Drawing Sheets Are Reissued As Follows:
a. Pd101:
i. Partial Basement Plan Was Added Illustrating The Existing Main Water Main To Be Demolished.
ii. Supporting Key Notes 4, 5, And 6 Have Been Added. b. P101:
i. Partial Basement Plan Was Added Illustrating The New Domestic Water Main Connection To The Existing Domestic Water Main.
ii. Supporting Key Notes 7 And 8 Have Been Added. c. Ep101:
i. Adjusted The Equipment Footprint Of New 200cr, 200eq, And 200eq4 To Accurately Match The Manufacturer S Physical Dimensions.
ii. Relocated New 200ndp1 From A0-11b Switchgear Room To A0-11 Access To Utilities Room. d. Ey-101:
i. Adjusted The Equipment Footprint Of New 200cr, 200eq, And 200eq4 To Accurately Match The Manufacturer S Physical Dimensions.
ii. Relocated New 200ndp1 From A0-11b Switchgear Room To A0-11 Access To Utilities Room. e. Ee-404:
i. Adjusted The Equipment Footprint Of New 200cr, 200eq, And 200eq4 To Accurately Match The Manufacturer S Physical Dimensions.
ii. Relocated New 200ndp1 From A0-11b Switchgear Room To A0-11 Access To Utilities Room.
iii. Adjusted Conduit Routing To 200ndp1. f. Ee602:
i. Added Ats Sizes To The Drawings.
ii. Added Output Feeder Sizes For All Ats .
iii. Added Mcb To The 200ls Panelboard.
iv. Removed Main Breaker Out Of 200eq4. g. Ee702:
i. Updated The Schedule For 200cr.
h. Ee703
i. Updated The Schedule For 200eq.
ii. Updated The Schedule For 200eq4.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents
Details: This Is A Pre-soliciation Notice – The Department Of Veterans Affairs, Network Contracting Office 9, Is Preparing To Issue A Request For Quotation (rfq) For: requirement: Dialysis Drain Replacement At The Nashville Va Medical Center. naics: 238220 Plumbing, Heating, And Air Conditioning Contractors small Business Size Standard: $19.0 Million solicitation: The Solicitation Is Anticipated To Be Posted On Or About 2/24/2025 website: Sam.gov Contract Opportunities Https://sam.gov/content/opportunities set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) description Of Requirement: this Requirement Is Remove And Dispose Of Existing Dialysis Floor Drains As Directed (4 Total). Provide & Install (4) New Dialysis Floor Drains (ori 808151 /12"x12"x7.5" Nh Blueline Floor Sink). Provide & Install New Blue Line Piping And Fittings As Needed For Installation Of (4) New Floor Sinks. Provide And Install Mortar And Epoxy Coating Around New Floor Drains As Needed For The Install Of (4) New Floor Sinks. Clean Up And Remove All Associated Debris At The Tennessee Valley Healthcare System (tvhs), For The Nashville Campus Located At 1310 24th Avenue South, Nashville, Tn 37212. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba’s Website Vetcert At Https://veterans.certify.sba.gov Prior To Submission Of Proposal And Prior To Award Of Contract. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov/portal/public/sam/ important Notice: Prior To Submitting A Quote Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So. 852.219-73va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses. as Prescribed In 819.7011, Insert The Following Clause: va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a)definition.for The Department Of Veterans Affairs, “service-disabled Veteran-owned Small Business Concern Or Sdvosb”: (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database Athttps://www.vetbiz.va.gov/vip/;and (v) The Business Will Comply With Vaar Subpart819.70and Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term “service-disabled Veteran” Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term “small Business Concern” Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term “small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities” Has The Meaning Given The Term “small Business Concern Owned And Controlled By Service-disabled Veterans”under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b)general. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c)representation.pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart819.70. (d)agreement.when Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart819.70and Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or “similarly Situated” (i.e.,a Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1)services.in The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (e)required Limitations On Subcontracting Compliance Measurement Period.an Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: [contracting Officer Check As Appropriate.] __by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or x__by The End Of The Performance Period For Each Order Issued Under The Contract. (f)joint Ventures.a Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g)precedence.the Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h)misrepresentation.pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment).
Municipality Of Pastrana, Leyte Tender
Software and IT Solutions...+1Telecommunication Services
Philippines
Closing Date20 May 2025
Tender AmountPHP 1.7 Million (USD 31.5 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Pastrana -ooo- Invitation To Bid Purchase Of Ict Equipment (consolidated ) 1. The Local Government Unit Of Pastrana, Through The Capital Outlay Funds Cy 2025, Intends To Apply The Sum Of One Million Seven Hundred Fifty Eight Thousand Four Hundred Eighty Seven Pesos (p 1,758,487.00 ), Being The Approved Budget For The Contract (abc) To Payments Under The Contract Purchase Of Ict Equipments With A Project Identification Number- Bac-goods-2025- 08- Epa. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Pastrana Now Invites Bids For The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2026 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Purchase Of Ict Equipments Must Be Delivered Within Fifteen (15 ) Calendar Days. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee (bac) And Inspect The Bidding Documents At The Address Given During Working Hours From 8: 00 A.m. To 5:00 P.m, Monday To Friday, Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders _____ From Given Address Below And Upon Payment In The Amount Of Five Thousand Pesos (p5,000.00) Which Will Be Presented In Person To The Bac Secretary For The Bidding Documents , Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Pastrana Will Hold A Pre-bid Conference On May 8, 2025/10:00 A.m./bac Office Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Building Wherein The Bid Box Is There And Dropping On Or Before May 20,2025/10:00 A. M./ Bac Office. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In It Clause 14. 9. Bid Opening Shall Be On May 20, 2025/10:00 A.m. At The Bac Office At The Given Address. Bids Will Be Opened In The Presence Of The Bidders/ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Pastrana 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 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without There Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To : Bac Secretariat : Raynario Galvez Bac Secretariat : Myrna D. Udtohan Address : Bac Office, Lgu-pastrana Address : Bac Ofice, Lgu-pastrana Mobile No. 09774456718 Mobile No. : 09563770176 E-mail Address : Bac E-mail Address Bac Schedule Of Activities : No. Activity Time Place 1. Advertisement/ Posting Of Invitation To Bid May 1-7, 2025 *hard Copies At Bac Secretariat, Bac Office , Municipality Of Pastrana 2. Pre-bid Conference May 8, 2025/10:00 A.m./bac Office Bac Office, Municipality Of Pastrana 3. Issuance And Availability Of Bidding Documents May 1-20, 2025 Bac Office, Municipality Of Pastrana 4. Submission And Receipt Of Bids ( Includes Eligibility Check And Opening Of Bids) May 20, 2025/10:00 A. .m./bac Office Bac Office, Municipality Of Pastrana 5. Bid Evaluation May 21, 2025 6. Post-qualification May 22, 2025 7. Approval Of Resolution/issuance Of Notice Of Award May 23, 2025 8. Contract Preparation & Signing May 26, 2025 9. Issuance Of Notice To Proceed May 27, 2025 Important Reminders : (a) Each And Every Page Of The Bid Forms, Under Section Viii: Checklist Of Technical And Financial Documents Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. (b) Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. C) Bid Documents Shall Be Complied In A Folder/ Binder With The Annexes Properly Labeled With Tabs/ Separators. (d) Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Enclosed In Separate Sealed Envelopes, Which Shall Be Submitted Simultaneously: (a) The First Three Individually Sealed Envelopes Shall Contain The Folder/ Binder Of The Eligibility Requirements And Technical Component Of The Bid; Prepared In Three Copies Labeled As Follows: Envelope (1): Original – Eligibility Requirements And Technical Component Envelope (2): Copy1- Eligibility Requirements And Technical Component Envelope (3): Copy2- Eligibility Requirements And Technical Component (b) The Next Three Individually Sealed Envelopes Shall Contain The Folder/ Binder Of The Financial Component Of The Bid; Prepared In Three Copies Labeled As Follows: Envelope (4): Original- Financial Component Envelope (5): Copy1- Financial Component Envelope (6): Copy2- Financial Component C) Bidders Shall Enclose, Seal And Mark The Following: Envelope (7): Envelope (1) And Envelope (4) Enclosed In One Sealed Envelope Marked “original-bid” Envelope (8): Envelope (2) And Envelope (5) Enclosed In One Sealed Envelope Marked “copy 1 -bid” Envelope (9): Envelope (3) And Envelope (6) Enclosed In One Sealed Envelope Marked “copy2-bid” (d) Envelopes (7) To (9) Shall Then Be Enclosed In A Single Sealed, Signed Final/ Outer Envelope/ Package/ Box E) All Envelopes (envelopes (1) To (9) And The Final/ Outer Envelope/ Package/ Box) Shall Indicate The Following: - Addressed To The Procuring Entity’s Bac - Name And Addressed Of The Bidder In Capital Letters - Name Of The Contract/ Project To Be Bid In Capital Letters - Bear The Specific Identification/ Reference Code Of This Bidding Process - Bear A Warning “do Not Open Before. . .” The Date And Time For The Opening Of Bids The Chairperson Bids And Awards Committee Bac Office Lgu-pastrana, Leyte Name Of Bidder : ____________________________________ Address : ____________________________________ E) Bids Submitted After The Deadline Shall Only Be Marked For Recording Purpose, Shall Not Be Included In The Opening Of Bids, And Shall Be Returned To The Bidder Unopened. (f) Bidders Shall Submit A Copy Of The Authority To Notarize Issued By The Regional Trial Court To The Notarial Public. (e.) Timeliness And Responsiveness Of The Procurement And Payment Will Be Made After Complete Delivery. Anacleta G. Gabriente Bac Chairperson Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Qty Unit Delivered, Weeks/months (mayor’s Office) 15 Days 1. Camera Body Eos 200d Ii (ef-s 18-55mm F/4 5.6 Is Stm) 1 Unit 2. Lens Rf-24-70mm F/2 8l Is Usm 1 Unit 3. Battery Pack Lp-e17 With Charger 3 Set 4. Lithium Ion Battery Pack En-el 4a 7.2v 1230 Mah 8.9 Wh W/ Charger 3 Set 5. Aa Rechargeable Battery W/ Charger 4 Set 6. Camera Tripod 1 Unit Specifications: • Tube Diameter: 25/22/19/16mm Capacity;15kg/ Weight 1.45kg Sphere Diameter: 25mm Platform Diameter: 40mm Section : 4 Folded Height: 450mm Leg Material: Aluminum Alloy Maximum Height: 1,560mm Camera Accessories : 7 Hdmi Cable: 5m, Camera To Laptop 2 Pcs. 8 Sd Card: 64 Gb 4 Pcs. 9 Sd Card Reader 2 Pcs. 10 External Hard Drive: 2tb 1 Unit 11 Hdmi Splitter 1 Pc. 12 Wireless Microphone For Camera 2 Pair 13 Audio Splitter For Camera 2 Pair 14 Digital Camera Specifications: Sensor: 1/2 .3 Type (7.82mm) Lens: Len Type Zeiss Vario-sonnar, T-lens Screen: 7.5 Cm (3.0 In) 921,600 Dots/extra Fine / Tft Lcd Fixels: 18.2 Mega Fixels (30 Optica Zoom) Focus Mode: Single –shot Af Continues Af 1 Unit 15 Laptop 6 Unit Specifications: Processor: • Amd Ryzen 5 8645hs Core 5 Threads: 12 Base Frequen Cy: 4.3ghz-5.0hgz Cache: 6mb L2/16mb L3 Processor Graphics: Amd Radeon 760m Npu: Amd Ryzen Ai Operating System Windows 11 Pro Graphics • Nvidia Geforce Rtx 3050 Laptop Gpu Type: Discrete Memory: 6gb Gddr6 Boost Clock: 1732 Mhz Tgp: 95w Ai Tops: 142 Tops Key Features: Advance Optimus, Dlss 2, Dynamic Boost 2.0, Direct X12 Ultimate Memory • Upto 32gb Ddr5-5600 Storage • M.2 2242 Ssd Upto 1tb Display • 15.6” Fhd (1920x1080), 300nits , Anti Glare, 16;9, 1000:1; 100% Srgb; 144hz; Advance Optimus, Nvidia G-sync, Tuv Low Blue Light (software) Mechanical Dimensions: 359.86x258.7x21.9-23.9mm Weight: 2.38g 16 Desktop W/ Complete Accessories And Printer W/ Computer Table 1 Unit Specifications: Ryzen 7, 5700x3d Mother Board: B40m S2h Memory: 16gb Storage: 500gb Nvme And 500gb Ssd Casing: Dark Flash Dlm21 Mesh Psu: Cooler Master Mwe V2 650 Monitor: 32” Keyboard And Mouse Ups: 1200 Va Printer Specifications: Print: Short, A4 And Long Scan: Short, A4 And Long Xerox: Short, A4 And Long Ink Tank System W/ Adf And Wife Connectivity Print Method: Precession Core Print Head Reso: 4800 X 1 Nozzle Black 128x 1 Per Color (c,m,y) Automatic 2-side Printing 17 Sound Craft Mixer 1 Pc 18 Speaker 800w 2 Pcs 19 Wireless Microphone 1 Set 20 Battery With Charger 1 Set 21 Microphone Stand 2 Pcs 22 Portable Speaker 1 Unit 23 Xlr Male 5 Pcs 24 Xlr Female 5 Pcs 25 Wireless Microphone Transmitter And Receiver 1 Pc 26 Catridge Capsule Microphone 3 Pcs 27 Tweeter 2 Pcs 28 Document Scanner Specs: (multifunction Colour Copier, Printer & Scanner) Digital Copier, Printer & Color Scanner 2.8 Inch (7.2 Cm) Lcd Touch Panel 40 Pages Per Minute Copy Speed A4 Size Capable Automatic Documents Feeder 1-pass Duplex Automatic Documents Feeder Supports High Speed Scanning Of 92 Ppm For Monochrome And 40 Ppm For Colour Scanner Type /adf Scan: Flatbed Scanner With Adf/dadf Single Pass Duplex A4 Ltr Duplex Scan Speed: Up To Mono: 92/96 Ppm/colour: 40/42 Ppm, Mono: 92/96 Ppm/colour 40/42 Ppm Black: 2400 Iq (2400 X 600 Dpi) 600x600 Dpi 512 Mb Memory Support 350 Sheets Media Input Capacity As Standard Snd Up To A Maximum Of 900 Sheets Including Optional 100 Sheets Multipurpose Feeder And 550 Sheet Tray Direct Print From Scan To Usb Flash Drive Without Using A Computer Equipped With Copy, Print, Pax And Scan Function As Standard , Support Id Copy Function, Allows To Copy The Front And Back (lifetime Free Service With Free Regular Monthly Preventive Maintenance Check-up) 1 Unit (mao) 29 Gps Specs: Physical Dimension: 2.1"x 4.0" X 1.3"(5.4x10.3 X3.3cm) Display Size: 1.4 "x1.7" (3.5x4.4cm) 2.2"diag (5.6cm) Diplay Resolution: 240x320 Pixels Display Type: 2.2 Transflective, 65k Color Tft Weight 5 Oz (141.7g) With Batteries Battery Type” 2 Aa Batteries (not Included) Nimh Or Lithuim Recommended 2 Units 30 Maintenance Box Specs: T6711 Maintenance4 Box C13t671100 1 Unit 31 Laptop Specs: Screen: 15.6 Screen Resolution: 1920x1080pixels Platform: Processor: 5 4600h Processor Manufacturer: Amd Processor Speed: 4.0hhz Processor Core: Hexa Core Os: Window 11 Home Storage: 512gb Storage Type: Ssd Memory Ram: 8gb Ram Type:ddr4 Graphics Card: Amd Radeon Graphics Design Weight: 1.7kg Camera Webcam Resolution: Hd Connector Ports Usb Type: 1 X Usb 2.0 X Usb Type-c & More Total Usb: 4 Dvi: No Vga: No Thunderbolt: No Card Reader: No Displayport: No Hdmi: Yes Headphone Jack: Yes Features Touch Screen: No Fingerprint Reader: Yes Backlit Keyboard: No 1 Unit 32 Printer Specs: Print Long & A4, Xerox Short & A4, Scan Short & A4 And Ink Tank System With Adf 1 Unit (mho) 33 Laptop Specs: Processor: Ryzen 3 732ou Memory: 8gb Ram Storage: 512gb Ssd Operating System: Windows 11 Standing Screen Display Size 15.6 Inches Screen Resolution 1366 X 768 Pixels Max Screen Resolution 1366 X 768 Pixels Graphics Coprocessor radeon Graphics Chipset Brand amd Card Description integrated Operating System windows 11 Home Item Weight 3.92 Pounds Product Dimensions 9.4 X 14.3 X 0.74 Inches Item Dimensions Lxwxh 9.4 X 14.3 X 0.74 Inches 1 Unit 34 Indoor Projector 4800 Lumens 1 Unit 35 Projector Screen 70/70 Inches With Tripod 1 Unit 36 Printer With A4 Long Scanner 1 Unit (sbo) 37 Projector With Withscreen 3000 Lumens Outdoor Specs: 4k Pro-uhd1 Projection Technology True 3-chip Projector Design 4k Resolution Processing Full 10-bit Hdr2; Hlg Support Real Time, Digital Video Processing 1 Unit 38 Computer With Complete Accessories Window 11 Specs: Processor: Ryzen 5 Memory: 8gb Ram Storage: 256 Gb Ssd Window 10 Office Single Language (english) Monitor: Ips 24” Full Hd (1920x 1080) Networking: Integrated Ethernet And Wi-fi Capability Connectivity: Multiple Universal Serial Bus Ports 1 Unit 39 Printer Dcp-t720dw (ink Tank Printer) Specs: • Functions: Print, Scan, Copy • Printer Type: Inkjet Printer • Print Speed: 17 (mono) / 16.5 (col) Ipm • Fpot: 6 (mono) / 6.5 (col) Seconds • Paper Size: A4, Letter, Executive, A5, A6, Photo 4"x6", Indexcard 5"x8", Photo 5"x7", C5 Envelope, Com-10, Dl Envelope, Monarch, Photo-3.5"x5" • Maximum Paper Capacity: 150 Sheets (80 Gsm, Plain Paper) • Resolution: Up To 1,200 X 6,000 Dpi • Printing Width: 204mm (with Border) • 2-sided - Paper Size: Pc Print: A4/letter/exective/a5 • Copy: A4/a5/letter • Copy Width: A4: 204 Mm; Letter: 210 Mm • Multiple Copies: Up To 99 Pages • Enlarge/reduce: 25% To 400% In Increments Of 1% • Copy Resolution: Print: Max. 1200x2400 Dpi, Scan: Max. 1200x600 Dpi • Scanning Width - Scanner Glass: Up To 213.9 Mm • Scanning Length - Scanner Glass: Up To 295 Mm • Connectivity: • Usb: Hi-speed Usb 2.0 • Wireless Lan: Ieee 802.11b/g/n (infrastructure); Ieee 802.11g/n (wi-fi Direct) • Wireless Network Security: Ssid (32 Characters), Wep 64/128bit, Wpa-psk(tkip/aes), Wpa2-psk(tkip/aes) 1 Unit 40 Printer Specs: Print Speed 37 Ppm (draft A4 Black) 23 Ppm (draft A4 Colour) 17 Ppm (iso A4 Black Simplex) 9.5 Ppm (iso A4 Colour Simplex) 7.5 Ppm (iso A4 Black Duplex) 5 Ppm (iso A4 Colour Duplex) Print Resolution 4800 X 1200 Dpi 2-sided Printing Automatic Copy Speed Iso 29183, A4 Simplex Flatbed (black / Colour) Up To 12.0 Ipm / 6.0 Ipm Iso 24735, A4 Simplex Adf (black / Colour) Up To 10.0 Ipm / 4.5 Ipm Copy Resolution 600 Dpi X 600 Dpi Max Copies 99 Copies Copy Resize 25 - 400% Scan Scan Type Flatbed Colour Image Scanner Sensor Type Contact Image Sensor (cis) Resolution1,200 X 2,400 Dpi Max Document Size 216 X 297 Mm (8.5 X 11.7”) Bit Depth Olour : 48-bit Input, 24-bit Output Grayscale : 16-bit Input, 8-bit Output Black & White : 16-bit Input, 1-bit Output Scan Speed Flatbed (black / Colour): (200dpi) 12.0 Sec / 27.0 Sec Adf Monochrome (simplex / Duplex): (200dpi) 6.0ipm Adf Colour (simplex / Duplex): (200dpi) 5.0ipm Duplex Scanning Automatic Up To A4 Adf Function Paper Thickness 64-95 G/m² Paper Capacity 35 Pages Paper Handling Input 250 Sheets Rear Slot 1 Sheets/ Output 30 Sheets Paper Size Legal, Indian Legal, Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 8.5 X 13", 5 X 7", 4 X 6", Legal (8.5 X 14") Envelopes: #10, Dl, C6 Interface Usb 2.0 Ethernet Wireless Ieee 802.11b/g/n, Wi-fi Direct, Mobile/cloud Printing Epson Email Print, Remote Print Driver, Scan To Cloud, Apple Airprint, Mopria Print Service, Epson Smart Panel 1 Unit 41 Portable Speaker With Microphone 1 Unit (mpdc) 42 Printer Specs: • Technology Printing Method: Epson Micro Piezo? Print Head Nozzle Configuration: 180 Nozzles Black, 59 Nozzles Per Color Minimum Droplet Size: 3 Pl, With Variable-sized Droplet Technology Ink Technology: Dye Ink Printing Resolution: 5,760 X 1,440 Dpi Category: Home, Home Office All-in-one Functions: Print, Scan, Copy • Print Printing Speed Iso/iec 24734: 10 Pages/min Monochrome, 5 Pages/min Colour, 69 Seconds Per 10 X 15 Cm Photo Printing Speed: 15 Pages/min Colour (plain Paper 75 G/m²), 33 Pages/min Monochrome (plain Paper 75 G/m²), 27 Seconds Per 10 X 15 Cm Photo (epson Premium Glossy Photo Paper) Colours: Black, Cyan, Yellow, Magenta • Scan Single-sided Scan Speed (a4 Black): 200 Dpi; , 11 Sec. With Flatbed Scan Single-sided Scan Speed (a4 Colour): 200 Dpi; , 32 Sec. With Flatbed Scan Output Formats: Bmp, Jpeg, Pict, Tiff, Multi-tiff, Pdf, Png Scanner Type: Contact Image Sensor (cis) Optical Resolution: 600 Dpi X 1,200 Dpi (horizontal X Vertical) • Paper / Media Handling Number Of Paper Trays: 1 Paper Formats: C6 (envelope), B5 (17.6x25.7 Cm), A6 (10.5x14.8 Cm), A5 (14.8x21.0 Cm), A4 (21.0x29.7 Cm), Legal, User Defined, 13 X 18 Cm, 10 X 15 Cm, Letter, No. 10 (envelope), Dl (envelope), 16:9 Duplex: Manual Output Tray Capacity: 30 Sheets Multifunction: 100 Sheets Standard Compatible Paper Weight: 64 G/m² - 300 G/m² Media Handling: Borderless Print (up To 10 X 15cm) • General Number Of Paper Trays: 1 Paper Formats: C6 (envelope), B5 (17.6x25.7 Cm), A6 (10.5x14.8 Cm), A5 (14.8x21.0 Cm), A4 (21.0x29.7 Cm), Legal, User Defined, 13 X 18 Cm, 10 X 15 Cm, Letter, No. 10 (envelope), Dl (envelope), 16:9 Duplex: Manual Output Tray Capacity: 30 Sheets Multifunction: 100 Sheets Standard Compatible Paper Weight: 64 G/m² - 300 G/m² Media Handling: Borderless Print (up To 10 X 15cm) • Other Features Emulations: Esc/p-r • Included Bottle Yield Black Yield: 8,100 Pages Colour Yield: 6,500 Pages 1 Unit 43 Dslr Camera W/ Accessories Specs: • Lens Mount - Canon Ef-s • Af Modes: One Shot Af, Ai Servo Af, Ai Focus Af • Af Point Selection: Automatic Selection, Manual Selection • Built-in Flash • Dimensions (excl. Protrusions) (mm) (approx.) 129.0 X 101.3 X 77.6 • Drive System Micro Motor • Effective Iso 100 - 6400 (h:12800) • Effective Pixels (megapixels) 24.1 • Focal Length (35mm Equivalent) 28.8 - 88mm(3x) • Image Resolution 6000 X 4000 (l) 3984 X 2656 (m) 2976 X 1984 (s1) 1920 X 1280 (s2) 720 X 480 (s3) 6000 X 4000 (raw) • Image Stabilizer Lens-shift Type • Lcd Monitor (size) (inch) 3.0 • Lcd Monitor Resolutions (dots) 920000 • Memory Card Type Sd, Sdhc*, Sdxc*, *uhs-i Cards Compatible • Optical Zoom 3x • Optional Power Ac Power (compact Power Adapter Ca-ps700 And Dc Coupler Dr-e10) •peripheral Connections Hi-speed Usb, Hdmi (type C) • Processor Type Digic 4+ • Shooting Modes Scene Intelligent Auto, Flash Off, Creative Auto, Portrait, Landscape, Close-up, Sports, Manual Exposure • Still Image Format Jpeg, Raw, Raw + Jpeg 1 Unit 44 Gps Etrex 22x Specs: • Display Resolution: 240 X 320 Pixels • Display Type: 2.2" Transflective, 65k Color Tft • Weight: 5 Oz (141.7g) With Batteries • Battery: 2aa Batteries; Nimh, Or Lithium Recommended • Battery Life: 25 Hours Water Rating: Ipx7 High Sensitivity Receiver Interface: Usb 1 Unit 45 Printer Head Specs: Wi-fi Duplex All-in-one Ink Tank Printer With Adf 1 Unit 46 Eco Tank Printer A3+ Wifi Duplex Wide-format All-in-one Inktank Printer Specs: Printer Type- Print, Scan, Copy, Fax With Adf Printing Printing Technology- Precisoncoretm Printhead Nozzle Configuration- 400 X 1 Nozzles Black, 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Print Direction- Bi-directional Printing Maximum Resolution- 4800 X 1200 Dpi Minimum Ink Droplet Volume- 3.3 Pl Print Speed*1 Draft Text - Memo, A4 (black#1 / Colour#2)- Up To 38.0 Ppm / 24.0 Ppm Iso 24734, A4 (black / Colour)- Simplex: Up To 17.0 Ipm / 9.0 Ipm | Duplex: Up To 7.0 Ipm / 5.0 Ipm Iso 24734, A3 (black / Colour)- Simplex: Up To 3.5 Ipm / 2.3 Ipm First Page Out Time (black / Colour), A4- Simplex: Up To 10 Sec / 16 Sec | Duplex: Up To 17 Sec / 25 Sec Photo Default - 10 X 15 Cm / 4 X 6" *2 #3 (border / Borderless) Approx. 71 Sec Per Photo (border) / 95 Sec Per Photo (borderless) Printer Language- Esc / P-r Automatic 2-sided Printing- Yes (up To A4 / Letter) Copying Copy Speed Iso 29183, A4 (black / Colour)- Simplex: Up To 11.5 Ipm / 5.5 Ipm Maximum Copies From - 99 Copies Standalone Reduction / Enlargement Maximum Copy - 600 X 600 Dpi Resolution Maximum Copy Size- Legal Scanning Scanner Type- Flatbed Colour Image Scanner Sensor Type-- Cis Optical Resolution-1200 X 2400 Dpi Maximum Scan Area-216 X 356 (mm) Scanner Bit Depth Colour-48-bit Input, 24-bit Output Grayscale-16-bit Input, 8-bit Output Black & White-16-bit Input, 1-bit Output Scan Speed (flatbed / Adf (simplex) Monochrome 200dpi- Flatbed: 13 Sec / Adf: Up To 5.0 Ipm Colour 200dpi- Flatbed: 28 Sec / Adf: Up To 5.0 Ipm Fax Function Type Of Fax- Walk-up Black-and-white And Colour Fax Capability Receive Memory / Page Memory-1.1mb, Page Memory Up To 100 Pages Error Correction Mode- Itu-t T.30 Fax Speed (data Transfer Rate)- Up To 33.6 Kbps, Approx. 3 Sec/page Fax Resolution- Up To 200 X 200 Dpi Transmission Paper Size Flatbed- B5, A5, A4, Letter, Legal Adf- A4, Letter, Legal Receiving Paper Size- B5, B4, A5, A4, Letter, Legal, A3 Speed Dial / Group Dial- Up To 100 Numbers, 99 Groups Fax Features- Pc Fax (transmission / Receive) , Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception, Fax Preview Adf Function Support Paper Thickness-64 - 95 G/m2 Paper Capacity-35 Sheets Paper Handling Paper Feed Method- Friction Feed Number Of Paper Trays-2 (front 1, Rear 1) Paper Hold Capacity- Input Capacity- Cassette: 250 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper, Rear Slot: 20 Sheets For A3+ Plain Paper (80 G/m2 Output Capacity- 30 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Paper Size- A3, A3+, Super B, Us B (11 X 17"), Legal, Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive, B4, B5, A5, B6, A6, Hagaki (100 X 148mm), Mexico-oficio, 8.5 X 13", Offico9, Half-letter, 5 X 7", 4 X 6", 8 X 10", 11 X 14", 16:9 Wide, Envelopes: #10, Dl, C6, C4 Maximum Paper Size- 329 X 1200mm Print Margin- 0mm Top, Left, Right, Bottom Via Custom Setting In Printer Driver (except Plain Paper) *3 Interface Usb- Usb 2.0 Network- Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Network Protocol- Tcp/ipv4, Tcp/ipv6 Network Management Protocols- Tcp/ipv4, Tcp/ipv6 Mobile And Cloud Printing Epson Connect- Epson Iprint, Epson Email Print, Remote Print Driver, Scan To Cloud Other Mobile Solutions- Apple Airprint, Mopria Print Service Control Panel Lcd Screen- 2.7" Colour Lcd Touch Screen Printer Software Software Support- Epson Scansmart Operating System Compatibility- Windows Xp / Vista / 7 / 8 / 8.1 / 10 , Windows Server 2003 / 2008 / 2012 / 2016 / 2019, Mac Os X 10.6.8 Or Later Electrical Specifications Rated Voltage- Ac 220 - 240 V Rated Frequency- 50 - 60 Hz Power Consumption Operating- 12.0 W Standby- 5.4 W Sleep- 1.0 W Power Off- 0.3 W Noise Level Pc Printing / Plain Paper Default*4- Sound Power (black / Colour) 6.8 B(a) / 6.3 B(a), Sound Pressure (black / Colour) 55 Db(a) / 50 Db(a) 1 Unit (acctg) 47 Laptop Specs: Processor Amd 5 864hs Core 5 Threads:12 Base Frequency: 4.3ghz 5.0hgz Cache: 6mb L2/16mb L3 Processor Graphics: Amd Radeon 760m Npu: Amd Ryzen Ai Operating System Wiindow 11 Pro Graphics Nvidia Geforce Rtx 3050 Laptop Gpu Type:discrete Memory: 6gb Gddr6 Boost Clock:1732 Mhz Tgp: 95w Ai Tops: 142 Tops Key Features: Advance Optimus, Dynamic Boost 2.0 Direct X12 Ultimate Memory Upto 32gb Ddr5-5600 Storage M.2 2242 Ssd Upto 1tb Display 15.6” Fhd (1920x1080, 300nits, Anti Glare, 16.9 Advance Optimus, Nvidia G-sync, Tuv Low Blue Light (software) Mechanical Dimension: 35986x258.7x21.9 23.9mm Weight: 2.38g 1 Unit (mto) 48 Laptop 1 Unit Specs: Processor: 13th Gen Core I7-1360shx 4.90ghz Memory: 16gb Ddr5 Storage: 1tb, Ssd/nvme Display: 15.6” Fhd 1920x1080, 360hz Operation System: Win 11 Graphics: Nvdia Geforce Rtx 4060, 8gb, Ddr6 Camera: Integrated Widescreen Hd (720p) Webcam With Single Array Digital Microphone Audio & Speakers: 2 Tunes Speakers With Dolby Audio 1 Combo Headphone/microphone Jack Wireless: Intel Wi-fi 6az201, 2x2, 802.11ax, Bluetooth Wireless Card Battery Life: 6 Cell To 6hours , 31 Minutes Power: 330w Ac Adopter Ports: 1 Headset, 1rh45 Ethernet Port, 3 Usb C 3.2 Gen 2 Port With Display Port 49 Monitor 24” 1 Unit 50 Desktop With Complete Accessories With Printer Specs: Processor- Ryzen 5-5600g Motherboard B550m (am4) Memory 16gb, (2x8gb) Storage M.2 Nvme 256gb Ssb Data Itb Case M-atx Case Glass Atx Case With 3 Led Rainbow Fans Psu-650/700 Watts Monitor 32" Va Monitor 165h2 Keyboard And Mouse- Optical Wire Mouse & Keyboard Printer Specs: Print Long & A4, Xerox Short & A4, Scan Short & A4 And Ink Tank System With Adf 1 Unit (mcr) 51 Laptop Specs: Amd Ryze 5 864hs Core:5 Threads:12, Base Frequency:4.3ghz-5.0hgz, Cache:6mb L2/16mb L3 Processor Graphics: Amd Radeon 760 Al Operating System, Window 11 Pro Graphics, Nvidia Geforce Rtx 3050 Laptop Gpu, Type Discrete Memory: 6gb Gddr6 Boost Clock: 1732 Mhz Tgp: 95w, Al Tops:142 Tops Key Features: Advanced Optimus, Dlss 2, Dunamic Boost 2.0 Direct X12 Ultimate Memory Up To 32gb Ddr5-5600 Storage: M.2 2242 Ssd Up To 1tb Display: 15.6” Fhd (1920x1080) 300nits Anti-glare 16:9 1000:1 100% Srgd 144 Hz Advanced Optimus, Nidia G-sync Tuv Low Light (software) 1 Unit
DEPARTMENT OF INFORMATION AND COMMUNICATION TECHNOLOGY LUZ Tender
Software and IT Solutions
Philippines
Closing Date30 Apr 2025
Tender AmountPHP 50 Million (USD 885.8 K)
Details: Description 1. Background Of The Project 1.1. Republic Act No. 11223, Also Known As The Universal Health Care Act, Underscores The Philippine Government’s Commitment To Ensuring Equitable Access To Quality Healthcare Services For All Citizens. This Landmark Legislation Aims To Strengthen Healthcare Systems Nationwide By Integrating Health Services, Improving Public Health Infrastructure, And Harnessing Innovative Technologies To Address The Evolving Needs Of Communities. 1.2. In Alignment With This National Directive, Sto. Tomas City Seeks To Address Pressing Healthcare Challenges, Including The Rise In Chronic Diseases, Insufficient Healthcare Infrastructure, And The Growing Need For Digital Transformation. Barangay Health Officials And Workers Face Daily Obstacles In Delivering Timely And Efficient Care, Highlighting The Urgent Need For A Modernized Approach. 1.3. Republic Act No. 10844, Or The Dict Act Of 2015, Mandates The Dict To Lead Digital Transformation In Various Sectors, Including Healthcare. It Plays A Key Role In Advancing Ehealth Initiatives Such As Electronic Medical Records (emr), Telemedicine, And The Philippine Health Information Exchange (phie) By Providing Ict Infrastructure, Cybersecurity Frameworks, And Technical Expertise. The Law Supports Local Government Units (lgus) In Adopting Smart Healthcare Solutions Under Elgu Initiatives, Ensuring Accessible, Efficient, And Secure Healthcare Services While Aligning With The Data Privacy Act (ra 10173) To Protect Sensitive Health Information. 1.4. To Realize The Vision Of Republic Act No. 11223 Within The Local Context, This Tender Proposes The Development Of A Model Medical City. The Initiative Will Adopt A Digital Health Platform With A Smart Community Management System For Healthcare To Create A Resilient, Technology-driven Healthcare System. This Will Serve As A Foundation For Accessible, Efficient, And Sustainable Health Services, Improving Outcomes For All Residents Of Sto. Tomas City. 2. Approved Budget Cost (abc) The Approved Budget Cost Of This Procurement Shall Be Fifty Million Pesos Only (php 50,000,000.00). The Abc Shall Be Inclusive Of All Taxes, Installation, Charges, Incidental Expenses And Other Fees As May Be Needed In The Implementation Of The Project. 3. Scope Of Work 3.1. Scope Of Work For Year 1 3.1.1. Screen 100,000 Residents For Non-communicable Diseases (nco), Frailty, And Other Chronic Illnesses. 3.1.2. Digital Health Rehabilitation & Management Programs For 20,000 Beneficiaries: Hypertension, Diabetes, Chronic Obstructive Pulmonary Diseases, Stroke, Heart Attack & Frailty. 3.1.3. Collection Of City Resident Information And Health Data For City Electronic Medical Record And Digital Health Platform. 3.2. Digital Health Platform Deployment: 3.2.1. Implementation Of A Robust, Scalable Digital Health Platform Integrating: 3.2.1.1. Telemedicine And Video Consultation. 3.2.1.2. Remote Patient Monitoring With Integration To Vital Signs Monitoring Devices For Blood Pressure, Blood Glucose, Spo2, Etc. (interface For Doctor) 3.2.1.3. Chronic Disease Management Programs. 3.2.1.4. Community-based Health Interventions. 3.2.1.5. Scheduling And Reminders For Patients And Providers. 3.2.1.6. Secured Messaging And Genai Chatbot Assistance For Users. 3.2.1.7. Reusable Functional Modules Such As Health Education, Goal Setting, Care Planning And Wellness Tracking. 3.2.1.8. Integrated Program Creation Module In Platform With Ability To Easily Create New Digital Health Programs From Existing Services And Content. 3.2.1.9. Fully Integrated With The Community Health Management System And Others Described Below. 3.3. Community Health Management System: 3.3.1. Creation Of A Community Health Portal For Barangay Health Officials To: 3.3.1.1. Manage Local Healthcare Programs. 3.3.1.2. Monitor Population Health Trends. 3.3.1.3. Facilitate Community-based Screenings And Interventions. 3.3.1.4. Enable User Dashboards With Health Statistics And Notifications. 3.3.1.5. The System Should Be Modelled After Similar Community Health Platforms Like Singapore's Healthier Sg And Active Aging Program Services. 3.4. Health Worker Enablement: 3.4.1. Provision Of Mobile App For Health Workers To: 3.4.1.1. Capture Vital Signs And Health Data During Patient Visits Or Teleconsultation. 3.4.1.2. Access Educational Resources And Training Modules. 3.4.1.3. Conduct Follow-ups Using Secured Communication Tools. 3.4.1.4. Manage Tasks And Schedules Through A Dedicated Interface. 3.4.1.5. Health Coaching And Planning Modules For Patient Care And Intervention. 3.4.1.6. Perform Mobile Registration/vital Signs Reporting For Patients. 3.5. Resident Enablement: 3.5.1. Provision Of A Sto. Tomas Mmc Superapp For Residents To; 3.5.1.1. Customized Based On Resident Profile And Medical Condition To Manage And Monitor Their Own Health And Well-being. 3.5.1.2. Access To Curated Health Education Resources. 3.5.1.3. Interact With A Genai Chatbot For General Health And Wellness Inquiries. 3.5.1.4. Access To Prescribed Health Programs To Manage Ncd, Chronic Illnesses, And Rehabilitation Digital Health Services. 3.5.1.5. Participate In Sto. Tomas Mmc Virtual Digital And Physical Health Programs For A Healthy Active Lifestyle. 3.5.1.6. Engage With The Sto. Tomas City Health Services For Resident Health Needs. 3.5.1.7. Integrated 3d Gaming Rehabilitation Modules With Imus (inertia Measurement Units), Movement Sensing Using Phone Cameras, Real-time Heart-rate Monitors, And Other Vital Sign Devices. 3.6. Population Health Screening: 3.6.1. Services To Allow Large-scale Health Screening Initiatives To Identify And Manage Non-communicable Diseases (ncds) In Sto. Tomas City's Population. 3.6.2. Integration Of Screening Results Into A Centralized Fhir-compatible Database. 3.6.3. Support For Pre-consultation Questionnaires And Risk Assessments. 3.6.4. Provide Insights Through Patient Dashboards And Personalized Health Plans. 3.7. Integration: 3.7.1. Proven Ability For Integration With Health Units And Hospitals Emrs. 3.7.2. Proven Integration Of Multiple Data Sources Including Immunisation, Lab Results, Medication Records, And Discharge Summaries Where Required. 3.7.3. Availability Of Open Apls To Enable Third-party System Integration. 3.7.4. Developer Portal To Set Up New Apps, Devices, And 3rd Party Digital Health Services. 3.8. Compliance And Security: 3.8.1. Implementation Of Strong Cybersecurity Measures To Protect Patient Data. 3.8.2. Secured Communication And Document Storage Within The System. 3.8.3. Biometric, 2fa And Pin-based Security For Accessing Sensitive Information. 3.8.4. Proven Architecture That Has Been Deployed With A Major Public Health System. 3.9. Learning And Engagement: 3.9.1. Integrated Learning System For Adding New Content, Creating New Lessons And Curated Delivery Of Lessons Based On Resident Profile, Prescribed Programs, Completion Of Goals And Thresholds. 3.9.2. E-learning Modules With Gamified Content. 3.9.3. Personalized User Journeys Based On Health Goals And Progress. 3.9.4. Integration With Quizzes, Games, And Interactive Educational Materials. 3.9.5. Bookmarking And Search Features For User Convenience. 3.10. Pilot Initiation, Management And Administration 3.10.1. The Service Provider Shall Work With The Dict Regional Office Iv-a And Lgu-sto. Tomas To Run A Pilot With Certain Selected Barangays To Utilize The System Processes. 3.10.2. The Pilot Must Be Able To Evaluate The Healthcare Management System's Ability To Handle Operations And Administrative Processes, And The Implementation And Monitoring Of Policies. 3.10.3. The Pilot Must Enable Different User Modes: 3.10.3.1. Barangay Health Workers (bhws) / Barangay Health Center Staff 3.10.3.2. Barangay Doctors / Accredited Doctors 3.10.3.3. Assigned Local Government Head / Health Officials 3.10.3.4. It Administrators/developers (dict And Lgu) 3.10.3.5. Barangay Residents (superapp) 3.10.4. Selection And Orientation Of Pilot Participants, To Be Done By The Lgu With Presence Of Dict And Service Provider. 3.10.4.1. The Pilot Shall Include Two (2) Barangays / Bhws, Two (2) Doctors, Two (2) Local Government Head / Health Officials, Twenty (20) Barangay Residents. 3.10.4.1.1. The Service Provider Shall Provide The Testing Questionnaire / Tool, For Dict And Lgu Validation And Approval, Following Applicable Iso Standards. 3.10.4.2. Pilot Participants Must Receive Clear And Detailed Information About The Pilot, Including Its Purpose, Duration, And Potential Impact; Must Be Informed How Their Data Will Be Collected, Stored, And Used.; Should Be Informed About The Outcome Of The Pilot, Including Improvements Made Based On Their Input. 3.10.4.3. The Disclosure Of Personal Data Shall Be Covered By A Data Sharing And Processing Agreement Between The Pilot Participants, Dict Regional Office Iv-a And The Lgu. 3.10.5. The Service Provider Shall Be Responsible For Completing Any And All Consents And Agreements Required From Private Sector Participants For The Pilot With The Support Of The Dict Regional Office Iv-a And Lgu. 3.10.6. The Service Provider Shall Be Responsible For Summarizing And Presenting The Testing Results Of The Pilot Implementation. 3.11. Program And Project Management Services The Service Provider Shall Provide A Project Management Plan (pmp) As Part Of The Proposal. The Pmp Shall Include At Least The Following Sections : 3.11.1. Program Support 3.11.1.1. The Service Provider Shall Appoint A Program Lead And Form The Core Team Responsible For Overseeing The Benefits And Implementation Package For The Healthcare Services. 3.11.1.2. The Service Provider Shall Ensure That All Stakeholders Adhere To Established Program And Implementation Package Guidelines. 3.11.2. Technical Support 3.11.2.1. The Service Provider Shall Appoint A Technical Lead And Form The Core Team Responsible For Overseeing The Architecture And Standards Of The Healthcare System Pilot. 3.11.3. The Service Provider Shall Ensure That Third-party Vendors Adhere To Established Technical Guidelines. 3.12. Delivery Services 3.12.1. The Service Provider Shall Work Through The Following Processes Along With The Dict Regional Office Iv-a And Lgu: 3.12.1.1. Service Readiness Assessment 3.12.1.1.1. The Service Provider Shall Conduct A Service Readiness Assessment. 3.12.1.1.2. The Service Provider, Along With Dict Regional Office Iv-a And Lgu, Shall Consolidate Technical Design Documents And Specifications. 3.12.1.1.3. The Service Provider Shall Design Architecture To Integrate Desired Functionalities, For Dict Regional Office Iv-a And Lgu Approval. 3.12.1.1.4. The Service Provider Shall Ensure A Seamless User Experience Across Different Features And Services. 3.12.1.1.5. The Service Provider Shall Design User Interfaces That Are Intuitive And User-friendly. 3.12.1.2. Infrastructure Readiness Assessment 3.12.1.2.1. The Service Provider Shall Conduct An Infrastructure Readiness Assessment. 3.12.1.2.2. The Service Provider Shall Provide Recommendations Based On The Infrastructure Readiness Assessment 3.12.1.2.3. The Service Provider Shall Ensure Scalability And Flexibility To Accommodate Future Growth And Changes 3.12.1.2.4. The Service Provider Shall Provide Any Cloud-agnostic Or Cloud-based Technology Resource Or Service Needed In Support Of The System. 3.12.1.3. Analytics Services 3.12.1.3.1. The Service Provider Shall Design And Recommend Analytics Tools To Gather Insights From Customer Behavior, Sales Trends, And Other Relevant Data. 3.12.2. The Service Provider Is Not Responsible For Third-party Products Or Extensions Obtained By The Lgu. For Any Issues Resulting From Third-party Products, The Lgu Should Contact Their Vendor Directly To Obtain Information On Releases And/or Bug Fixes Related To Such Third-party Products And Services. 3.13. Transition Services 3.13.1. Process Support 3.13.1.1. The Service Provider Shall Review And Design Processes That Will Streamline Internal Processes To Support The System Services And Improve Operational Efficiency. 3.13.1.2. The Service Provider Shall Implement Automation Where Possible To Reduce Manual Efforts. 3.13.2. Training And Change Support 3.13.2.1. The Service Provider Shall Provide Training To Users And Stakeholders On How To Be Involved In The Design And Development Of The Services To Be Onboarded To The Systems Services. 3.13.2.2. The Service Provider Shall Design A Program That Will Address Change Management To Ensure Smooth Adoption Of The New System. 3.13.2.3. The Service Provider Shall Capacitize Dict Regional Office Iv-a And The Lgu Further With Programs Such As Train-the-trainer To Support The Deployment Of The System’s Services, Platform And Methodology 3.13.3. Customer Experience 3.13.3.1. The Service Provider Shall Provide Marketing Support To Ensure That A Roadshow Of The Service Is Implemented To Inform Stakeholders Of The Opportunities And Benefits Of The System. 3.13.3.2. The Service Provider Shall Provide Technical Support To Ensure That The Lgu And Dict Regional Office Iv-a’s Service Desk Teams Are Able To Implement Global Standards On Incident And Problem Management For A Period Of One (1) Year. 3.13.3.3. The Service Provider Shall Provide Customer Support To Ensure That The Lgu And Dict Regional Office Iv-a’s Customer Help Desk Teams Are Able To Implement Global Standards On Customer Inquiry Management And Dispute Resolution Processes For A Period Of One (1) Year. 3.14. Cybersecurity Requirements 3.14.1. The Service Provider, Through Its Designated Information Security Officer (at Least One (1)), Shall Conduct Security Testings On All Phases And Types Of Tests In All Environments, Including Stress Tests And Vulnerability Assessment (va) - With Penetration Test Design And Recommendations. 3.14.2. To Ensure The Project’s Compliance With Internationally Accepted Standards In Cybersecurity, The Service Provider Through Its Designated Information Security Officer, Shall Provide Documentation Attesting To Their Security Practices For Their Development, System Integration Test, User Acceptance Test And Production Environments And Code Quality Assurance As Part Of The Proposal. 4. Manpower Requirements 4.1. The Service Provider Will Provide The Manpower Complement That Will Be Required And Deployed Throughout The Duration Of The Project 4.2. During The Course Of The Project: 4.2.1. Service Provider Must Be Able To Replace A Sick Employee Assigned To The Project Within 24 Hours At No Additional Cost To The Procuring Entity 5. Bidder Qualifications 5.1. Track Record Of Implementing A Similar System With A Local Or Foreign Government Organization. 5.2. The Bidder Must Have Prior Experience In Developing A System Specifically Within The Calabarzon Region. 5.3. The Bidder Must Have Previously Developed An Advanced System Implemented In A Foreign Country. 5.4. Ability To Provide End-to-end Support Including Maintenance And Upgrades. 5.5. The Proposed Solution Must Be A Proven Digital Health Platform Deployed By Public Health Systems And Communities With At Least 1 Million Residents And 100,000 Users With Integrated Telemedicine, Digital Health Programs For Chronic And Non-communicable Diseases, Remote Patient Monitoring, And Community Health Programs. 5.6. Short-listed Service Providers Are Expected To Provide A Demonstration Of The Proposed System Meeting At Least 80% Of The Requirements In The Tor And Customisable For The Remaining. 5.7. The Digital Health Platform Deployed Must Have Included: 5.7.1. Integrated Telemedicine And Remote Patient Monitoring. 5.7.2. Modules For Chronic Disease And Community Health Management. 5.7.3. Open Platform For 3rd Party Systems, Devices And Services, And Emr Integration Capabilities. 5.7.4. Secured Messaging, Patient Education Material Management, And Genai Chatbot Features. 5.7.5. Comprehensive User Dashboards And Reporting Tools. 5.7.6. Features For Managing And Creating New Clinical Care Programs For Chronic Illness Management, Rehabilitation, Health Coaching, And Caregiver Support. 5.8. The Bidder Must Be A Filipino-owned Corporation. 5.9. The Bidder Must Have Valid Philgeps Registration Certificate (platinum Membership) 5.10. The Bidder Must Have Implemented, Within The Last Three (3) Years, A Single Contract That Is Similar To The Project At Hand Within The Batangas Province, And Whose Value Is At Least Fifty Percent (50%) Of The Abc 5.10.1. A Similar Project Is Defined As A Managed Services-type Project With Multiple Components And Subcomponents That Deal With Managed Services On Systems Design And Api/ Management, Systems Integration, And/or Middleware Platform, And At Least One (1) Of The Following Components: 5.10.1.1. Managed Services On It Project Management, Project Implementation, And Training Implementation On A National Scale 5.10.1.2. Managed Services On Cloud Services Providers, Devops, Architecture, Services Integration And Data Migration Services 5.10.1.3. Managed Services On Security, Compliance, And Risk Management, Cybersecurity & Threat Management, Identity & Access Management (iam), Disaster Recovery & Business Continuity, 5.10.1.4. Managed Services On Analytics, Ai, And Automation, Big Data & Predictive Analytics, Ai & Machine Learning Integration, Robotic Process Automation (rpa) 5.10.1.5. Managed Services On Governance, Compliance, And Audits, It Governance & Compliance Audits, Procurement & Vendor Management 5.10.2. Sworn Statement Of The Bidder’s Slcc With Necessary Information 5.11. The Bidder Must Submit The Following Documentary Requirements During Post-qualification: 5.11.1. Company Profile 5.11.2. Curricula Vitae Of The Team Members Who Will Handle The Project 5.11.3. List Of Projects (private Or Government) Similar To The Project At Hand That Were Completed Or Implemented By The Bidder In The Last Five Years 6. Data Privacy Obligations 6.1. The Service Provider Will Comply With R.a. No. 10173, Otherwise Known As The Data Privacy Act Of 2012, It’s Implementing Rules And Regulations, And All Other Relevant Data Protection Laws, Rules, And Regulations, In Dealing With Data And Information Relevant To The Project And Its Activities, Both With The Dict Regional Office Iv-a And The Lgus Involved In The Project. In Relation To This, The Service Provider Shall: 6.1.1. Ensure That Anyone Acting On Its Behalf Relative To The Processing Of Such Personal Data, Including But Not Limited To Its Employees, Agents, Or Representatives, Is Bound In Their Respective Contracts By An Obligation Of Confidentiality And Data Privacy Protection That Is Fully Compliant With Applicable Privacy Laws And Is Subject To Similar Obligations As Those Imposed To Service Provider Under This Section And The Provisions Of Data Privacy, If Any, In The Agreement To Be Executed Pursuant To This Tor Or Such Greater Protections For The Security And Privacy Of Personal Data; 6.1.2. Take Such Steps As May Be Necessary To Ensure That Such Personal Data Is Not Disclosed By Its Past Or Present Officers, Employees, Representatives, And/or Agents; 6.1.3. Implement And Maintain Organizational, Physical, And Technical Measures And Safeguards Necessary To Protect The Security And Privacy Of Personal Data From Any Accidental, Unauthorized, Or Unlawful Access, Use, Loss, Destruction, Alteration, Disclosure, Or Processing By Any Person; To Enforce The Rights Of Data Subjects; And To Otherwise Comply With Applicable Data Privacy And Confidentiality Laws And Regulations; 6.1.4. Assist The Dict Regional Office Iv-a And The Concerned Lgus In Ensuring Compliance With The Dpa And Other Relevant Data Protection Laws, Rules, And Regulations; 6.1.5. Cooperate With, And Assist Dict Regional Office Iv-a And The Concerned Lgus With Respect To Any Threat To, Or Compromise Of, The Confidentiality, Integrity, Or Availability Of The Personal Data, And Communication Requests, Objections, Or Any Other Communications Received From Data Subjects Or Regulatory Authorities; And 6.2. Data Retention -the Service Provider Shall Retain Such Personal Data Only For The Duration Of This Agreement Or For So Long As May Be Permitted By Applicable Privacy Laws. On The Expiration Or Termination Of The Agreement To Be Executed Pursuant To This Tor, Or At Any Time Upon Dict Regional Office Iv-a’s Request, The Service Provider Shall Promptly Return The Personal Data Or Destroy All Copies It Made Of Personal Data And, If Requested By Dict Regional Office Iv-a, Deliver To It A Certificate Confirming The Service Provider’s Compliance With The Return Or Destruction Obligation Hereunder. Data Disposal Procedures Shall Be Performed In Accordance With The National Archives Of The Philippines Circular No. 2, S. 2009 6.3. Notification Of Security Incident/breach The Service Provider Shall Notify Dict Regional Office Iv-a Within Twenty-four (24) Hours From The Service Provider’s Knowledge Or When It Has 5.3.1 Reason To Believe That Personal Data Has Been, Or Is Reasonably Likely To Have Been Accessed, Used, Disclosed, Or Transferred For An Unauthorized Purpose Or By Or To Unauthorized Individuals. The Service Provider Shall Likewise Provide Reasonable Prior Notice To Dict Regional Office Iv-a Of Any Third-party Request Or Legal Process Relating To Any Incident, Including But Not Limited To, Any Legal Request Or Inquiry Initiated By Any Governmental Entity (foreign Or Domestic) 7. Confidentiality Obligations 7.1. In The Event Of The Service Provider’s Failure To Comply With Any Of Its Obligations Under This Tor Or Provisions On Data Privacy 5.4.1 In The Agreement To Be Executed Pursuant To This Tor, The Service Provider Shall Fully Indemnify Dict Regional Office Iv-a For Such Liabilities Or Damages As It May Incur Or Suffer By Reason Thereof. 7.2. The Service Provider, As A Recipient Of Confidential Information, Shall Have The Obligation To Receive And Hold The Confidential Information In Confidence And To Protect And Safeguard Such Confidential Information Against Unauthorized Use Or Disclosure Using At Least The Same Degree Of Care As It Accords To Its Own Confidential Information Of Like Importance, But In No Case Less Than Reasonable Care. Without Limiting The Generality Of The Foregoing, The Service Provider Shall Have Further Obligations: 7.2.1. Not To, Directly Or Indirectly, In Any Way, Disclose, Make Accessible, Reveal, Report, Publish, Disseminate Or Transfer Any Confidential Information To Any Third Party; 7.2.2. Not To Use The Confidential Information In Any Manner Contrary To The Purposes For Which They Were Disclosed By The Other Party; 7.2.3. To Restrict Access To Confidential Information To Those Persons With A Legitimate Need-to-know To Carry Out The Services And Who Are Obligated To Protect Such Confidential Information Pursuant To Terms And Conditions; And 7.2.4. Not To Reproduce Or Copy Confidential Information Except To The Extent Necessary To Deliver The Services 7.3. The Existence Of Any Business Negotiations, Discussions, Or Agreements In Progress Between The Service Provider And The Dict Regional Office Iv-a Shall Be Kept Confidential And Shall Not Be Disclosed Without The Prior Written Approval Of The Dict Regional Office Iv-a. 7.4. The Service Provider Shall Be Liable For Any Failure Of Its Employees, Officers, Directors, And/or Subsidiaries/affiliates’ Representatives To Abide By The Provisions Of This Tor As If Such Failure Was The Act Or Omission Of Such Party. 7.5. Confidential Information Disclosed By Service Provider Shall Remain The Property Of Dict Regional Office Iv-a, And No License Or Other Rights To Such Confidential Information Is Granted Or Implied Hereby. 7.6. Service Provider Shall Reproduce The Symbols, Legends Or Other Proprietary Notices Affixed To Confidential Information, And Shall Not, Nor Permit Any Third Party To, Remove, Add Or Modify The Same. 7.7. The Service Provider Shall, Upon Termination Or Expiration Of This Agreement, Or Upon Written Request Of Dict Regional Office Iv-a , Whichever Is Earlier, Immediately, But Not Later Than Ten (10) Days After Any Notice Thereof By Disclosure, Return (or Destroy At Dict Regional Office Iv-a ’s Option) All Copies Of Such Confidential Information And Certify In Writing Its Compliance With This Requirement. 8. Delivery Timeline 8.1. Fully Operational Digital Health Platform Tailored For Sto. Tomas City By December 2025. 8.2. Mobile Application For Barangay Health Workers. 8.3. Digital Health Super App For Residents Of Sto. Tomas City. 8.4. All Apps To Be Published In Apple App Store And Google Playstore. 8.5. Community Health Management Portal With Dashboards And Analytics. 8.6. Integrated Fhir Emr Database Accessible To Authorized Health Providers. 8.7. Comprehensive Training For Health Workers And Officials. 8.8. Initial Health Screening Covering At Least 50% Of The Sto. Tomas Targets The Voting Population Within A Year. 8.9. All Hardware And Integrated Devices Required For Deployment Of Population Health Programs And Services In Sto. Tomas City. 8.10. Telemedicine Capabilities Including Video Conferencing And Live Consultations. 8.11. Interactive Features Such As Gamification And E-learning Modules. 8.12. Program For Screening Of 100k Residents For 1st Year Of Implementation. *** See Tor For The Project Milestone *** The Template For All Reports Shall Be Agreed Upon With The Service Provider And Dict Regional Office Iv-a Prior To The Submission Of The Milestone Reports. 9. Payment Schedule *** See Tor For The Payment Schedule 10. Submission Guidelines Proposals Must Include: 1. Detailed Technical Solution & Implementation Plan – A Thorough Explanation Of The Proposed System, Its Functionalities, And A Step-by-step Implementation Roadmap. 2. Financial Proposal With Cost Breakdown – A Clear And Itemized Budget, Including Hardware, Software, Licensing, Maintenance, And Other Associated Costs. 3. Vendor's Qualifications & Case Studies – Evidence Of Experience In Similar Projects, Including Past Case Studies, Client Testimonials, And Relevant Certifications. 4. Compliance With Functional Requirements – A Detailed Explanation Of How The Solution Aligns With The Specified Project Requirements. 5. System Architecture, Data Flow & Integration – A Comprehensive Description Of The System’s Architecture, Data Management Processes, And Integration With Existing Health Platforms. 6. Hardware & Software Specifications – A Complete List Of Required Hardware, Software, And Technical Specifications Necessary For System Deployment. 7. Support Services & Training Plans – A Strategy For Providing Ongoing Technical Support, System Maintenance, And Structured Training Programs For Health Workers And Officials. 8. User Onboarding & System Adoption Strategies – A Well-defined Approach To Onboarding Users, Ensuring Ease Of Adoption, And Promoting Long-term Engagement With The System. 11. Dispute Resolution Any And All Disputes Arising From The Implementation Of This Contract Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Ra Nos. 876 And 9285, As Required In Section 59 Of The Irr Of Ra 9184. 12. Governing Law This Project Is Subject To The Applicable Provisions Of Republic Act No. 9184, Its Irr, And Other Relevant Issuance.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents
Details: Tvhs Va Statement Of Work project Title: Services For The Management Of A Computer Web Based facility Management Solution (cafm) And Capital Asset Inventory (cai) Database Interface Including Reporting Functions. project Main Address: veterans Affairs, Tennessee Valley Health Care System, 1310 24th Ave, Nashville, Tn 37212 see Attachment A For Specific Locations. statement Of Work the Tennessee Valley Healthcare System (tvhs) Has A Requirement For Services To Manage A Computer Aided Web Based Cafm Solution And Supported Services Including: Drawing / Space / Capital Asset Inventory (cai) Database Interface With Reporting Functions, Graphical Tools To Store And Share Architectural Engineering Autocad Drawings, Assign Space And Report Usage Among Vha Organizational Groups And To Maintain A Master Autocad As-built Drawing Database For The Facilities. This Service Is To Include As- Built Surveys & Drawings (annual Survey Required), Maintenance & Updating The Drawings And Software Customization For Database Accuracy To Be Updated Monthly. Cloud Based File Storage Of Drawings Required With 24/7 Access And Built-in Version Control For Security. Square Footage For The Two Main Facilities Is 1,674.423 Of Gsf. offeror S Cafm Solution Shall Provide Maintenance, Upgrades Of All Software And Licensing For 12-month Periods And Implementation And Upgrades Of Future Models With The Ability To Expand The System With Additional Functions As The Tvhs Requires. it Shall Be A Multi-user, Multi-tasking Stand-alone System Supporting Multiple Users (10 Staff Minimum) In Tvhs (tennessee Valley Healthcare System) Designated Services/organizations Spanning Multiple Buildings (multi Levels) In Owned Locations. Cloud-based Access Shall Be Required Via Fedramp Or Va Compliant Csp. task A. Cafm Solution offeror S Cafm Solution Pricing Should Be Based On Annual 12-month Periods And Shall Include Pricing For The Licensing And Set-up Implementation Costs Associated With The Base Cafm Module Suite. general Requirements And Minimum Standards general Requirements And Minimum Standards offeror Shall Deliver And Implement A Cafm Solution That Meets The Following General Application Requirements And Minimum Specifications In Support Of The Tvhs: Includes Space Management, Capital Assets Inventory (cai) Reporting, Move Management, Employee Location Management, Lease Management, Asset Management, Room Scheduling/hoteling And Occupancy Tracking. Get All Floorplans Validated To Service And Staff Level, Updated, And Uploaded To The System. Web Based Solution With User Access Through A Standard Web Browser Includes Chargeback Functionality For Detailed Space Accounting To The Space, Cost Center, Division, Department Or Building Level Supports Industry Standard Area Calculations That Include Gross And Net Area. Allows For Individual Spaces To Be Assigned To One Or More Organizational Entities Includes Both Standard And User Defined Data For Buildings, And Sites. Building Data That Can Be Tracked By Building, Floor Or Room Links Data To Autocad Drawings Utilizes An Industry Standard Database Such As Sql Includes An Easy-to-use, Industry Standard Report Writer And Ad-hoc Report Writing Capabilities Navigation Is Primarily Graphical, With Consistently Designed User Interface Screens And Consistent Keystroke Functionality Throughout The Application Allows An Unlimited Number Of User-definable Data Fields As Delivered Contains A Significant Number Of Facilities Management Space And Asset Reports Ad Hoc Query Capability Includes The Ability To Query Drawings For Such Things As Vacant Spaces Or Spaces With Certain Characteristics Or Occupancy Easy-to-use Reporting Tools That Support Generation Of Standard Reports And The Ability To Generate Special Queries, To Sort And Filter Data In A Variety Of Ways Strong Query Capability With A User-friendly Interface Provides A "notes" Capability Throughout The Application In Order To Record Activities And Actions Taken Which Are Not Accommodated Within The Data Structure Itself Users Can Construct And Save Customized Queries Ability To Use Maps, Drawings And Photos To Drill Down To Critical Data Floor Plan Viewing Does Not Require Plugins Or Active-x Controls Etc. Forms And Fields Can Be Configured To Use Conditional Logic To Change Available Fields, Tabs Etc. Based Upon Values Selected In Drop-down Boxes, Check Boxes Etc. End User Administration Is 100% Web Based Software Hosting Must Be On A Fedramp Li-saas Certified Platform Able To Store Multiple Types Of Files Including But Not Limited To All Microsoft Office Suite Type Documents Along With Jpeg, Pdf, Etc. Ability To Upload Scanned Documents To The Application Ability To Attach A Default Document To Spaces, Assets, Equipment, Lease Information, Etc. Ability To Save And Attach Images And Photographs. Ability To Create Dashboards And Charts Showing Relevant Data From The System And Permission To Various Groups As Relevant Per Role security Requirements offeror Shall Deliver And Implement A Cafm Solution That Meets The Following Security Requirements In Support Of The Tvhs Real Estate Portfolio: Security Can Be Defined By Both Field, User And Function Maintains A Unique Security Profile For Each User I.d. And Groups Of Like Users Can Allow Contractors, As Well As Employees, To Be System Users Without Jeopardizing System Security Cafm Solution Servers Must Be Fedramp Low-impact Certified technical Requirements offeror Shall Deliver And Implement A Cafm Solution That Meets The Following Technical Requirements In Support Of The Tvhs Real Estate Portfolio: Tools To Integrate With Other Systems, Such As Cmms, Hr Or Erp Systems Does Not Rely On Proprietary Software For Either Graphical Display Or Navigation, For Database Functionality Or For Report Development Must Be Built On The Ms .net Framework Web Interface Uses A Standard Web Browser Such As Microsoft Explorer Database Tools To Repair And Recover Files Modules Are Tightly Integrated And Share A Common Data Structure And Data Tables Open, Odbc-compliant Database Design With An Object-oriented, Relational, And Bi- Directional Database Management System Exports And Imports Data To/from Spreadsheets, Databases, And Other Standard Microsoft Products Has Disaster Recovery Capabilities Incorporates Autocad Drawings Must Have An Internal Graphic Engine That Can Open And View Autocad Drawings. There Must Be No Need For Separate Copies Of Autocad. All Modules Share Common Tables, Use Similar Startup Screens, Use Standard Interface Capabilities Throughout And Are Written In A Consistent Language And Development Environment Throughout. Allows Multiple Users To Access The Various Modules At The Same Time Without Noticeable Negative Impact On The Computer Network Response Time Or Product Functionality. Has The Ability To Handle Large Volumes Of Data, To Archive Data And To Import/export Data In All Tables All Modules Must Be Developed On The Same Platform Runs On Ms Sql Server 2008 Or Greater Allows For The Utilization Of Ssrs For Reporting Solutions Has A Fully Documented Data Schema Has The Ability To Extend The Features Of The Existing Application (extensibility) Ability To Mass Upload Data Information Through An Excel Spreadsheet All Fields Have Audit Trail Functionality To Track Who Changed The Field, When It Was Changed, And To / From What Value(s). Provides Standard Audit Trail Functionality That Details The History Of Change To A Field. space & Occupancy Management offeror Shall Provide A Cafm Solution That Supports Tvhs Space And Occupancy Management Related Activities: Tracks Space And Occupancy For Multiple Sites And Buildings Produces Predefined Space Utilization Reports On Demand Can Track Rental And Operating Costs Per Sf By Space Types Can Track Space And The Space Occupant To Different Organizational Entities Tracks Attributes For Rooms Such As Wall Finishes, Floor Finishes, Lighting Conditions, Etc. Tracks Conference Room Characteristics Such As Av Equipment, Room Set-up And Capacity Tracks The Assignment Of Spaces To Divisions, Departments And Employees Ability To Classify All Spaces By User Defined Codes For Categories Of Occupancy And Assignment Calculates Space Charge Backs To Definable Occupant Groups Supports The Ability To Assign Different Rent Rates For Different Types Of Space (for Example: Labs, Data Centers, Offices, Warehouse) Incorporates Functional Stacking And Blocking Capability Ability To Store And Analyze Space Utilization Data For Each Facility Ability To Monitor User-defined Space Standards By Employee Type Or Job Function System Can Compare Actual Space Standards To Space Allocations Both Graphical Display And Text Reporting Of Vacant, Underutilized, Or Over Utilized Spaces Supports User Defined Space Uses And Space Types Tracks Organizational Hierarchy By Matrix Of Department And Division Roll-up Allows For A Distinction Between Occupancy And Ownership Of Spaces Supports Prorating Of Building Common And Primary Circulation Space Ability To Generate Preliminary Restacking Plans And To Save Various Versions Of A Plan For Graphical Review Tools To Allow A User To Implement The Appropriate Measures To Ensure There Is Consistent Documentation And Good Tracking For Handling Of Space Requests Tools To Allow A User To Develop Recommendations For The Appropriate Utilization Of Space, Based On Data Collected Ability To Provide "net Usage" Square Footage Value By Division Or Department Ability To Attach Photographs To Buildings, Floors, And Spaces Has Multiple, Flexible, Detailed Data Fields For Buildings And Floors Has The Ability To Add Additional Fields As Required. Provides Space Use Management Capabilities Ability For Users To Turn On And Off Pre-defined Layers Within The Floorplan Viewer And The Ability To Save Views On A User Or Global Basis. Ability To Update An Employee S Seat Assignment By Dragging And Dropping On A Floor Plan. The System Shall Provide Drawing Redline / Markup Capabilities Ability To Create New Spaces On Floor Plans Within The System Interface Without A Deep Understanding Of Autocad. Privileged Users Can Create New P-lines And Red-line Layers Within The System Interface. Can Run Automatic Graphical Queries Across One Or Several Floor Plans. Drawings Act As Graphic Reports, Displaying Text From The Database On The Drawing. Ability To Store Drawings Depicting Occupancy From Past Time Periods. asset Management Module offeror Shall Provide A Cafm Solution With A Module That Supports Tvhs Asset Management Related Activities: Tracks Assets To Organizational Entities And To Individual Employees Tracks The Location Of Assets Or Equipment, Both In The Software Database And On A Drawing. Create An Asset Catalogue That Includes Digital Photographs, Maintenance Procedures And Other Text Documents Performs Asset Counts Automatically Tracks Asset And Equipment Warranties With Alerts For Warranties Due To Expire Within A User Specified Time Period Tracks Employee Ownership Of Equipment Such As Laptops, Pagers And Cell Phones, Used Both Off-site And On-site Zoom And Print Drawings, To Show Asset Or Equipment Locations Within Rooms Tracks Asset Costs And Depreciation Track Assets Throughout The Purchase, Use And Retirement Process Capable Of Integrating With 3rd Party Handheld Barcode Readers mobile Interface offeror Shall Provide A Cafm Solution With A Cafm Solution Mobile Interface: Mobile Device Support Using Mobile-optimized Website Or App. Mobile Device Support For Android, Ios, Windows, Etc. Users Can Take And Upload Photos To Various Records Within The System From A Mobile Device. Mobile Platform That Offers Responsive Design move Management offeror Shall Provide A Cafm Solution That Supports Tvhs Move Management Related Activities: Handle Large, Planned Moves, As Well As Simple One At A Time Moves Track Multiple Moves On A Single Move Project Create And Modify Move Commitment Dates And Schedule Required Resources Move Work Orders Can Be Sent To Various Departments With Their Specific Responsibilities Itemized On The Work Order Creation Of A Web-enabled Move Work Orders That Provide All Required Information For Move Planning Move Work Orders Can Incorporate A Requirement For Supervisor Approval Prior To The Request Being Routed To Planning Supports Entry Of Contents Of Workspaces That Are To Be Moved With The Employee Store And Report On Move History, Move Costs And Move Trends Over User-defined Time Periods Generate Move Schedules And Tasks Shows Move Details On Floor Plans Crosshatch Floor Plans By Future Department Locations Display Future Occupants Names On Floor Plans Drag And Drop Move Support For Creating Individual Moves, Project Moves Or Adding Occupants To Existing Move Projects room Scheduling/hoteling Module offeror Shall Provide A Cafm Solution That Supports Room Scheduling And Hoteling With The Following Features: The System Shall Be Able To Use Cad Floor Plan Drawings With Furniture Layouts. It Shall Be Possible To Configure Required Rooms As Schedulable For Room Booking. The Seating Capacity Of Schedulable Rooms Shall Be Definable, And It Should Be Possible To Specify Amenities Available Like Projector, Whiteboard, Etc. The System Shall Be Allowed To Attach Photos Of The Rooms If Available. The System Shall Be Capable For Configurable Workflow For Room Booking Approval, And It Should Be Possible To Specify Rooms That Require Approval, If Any The System Shall Be Accessible From Ios And Android Apps For Bookings, Approvals, Check-in, Check-out, Cancellation & Extension The System Shall Be Capable Of Doing Recurring Booking With Daily/weekly/monthly Options Available. It Should Be Possible To View Room Details, Room Calendar And Floor Plan Views For Ready Reference During Booking. The System Shall Be Capable To Support Invitee Management Feature For Inviting Meeting Participants Along With Room Booking The System Shall Be Able To Use Cad Floor Plan Drawings With Furniture Layout. The Seats Shall Be Definable At Their Actual Locations In The Floor Plans. It Should Be Possible To Configure Seat Types (workstation/cubicle/cabin/ ) It Should Be Possible To Do Seat Allocation To Divisions/projects The System Shall Be Accessible From Ios And Android Apps For Bookings, Approvals, Check-in, Check-out, Cancellation & Extension The System Shall Be Capable Of Doing Multiple Booking With Daily/weekly/monthly Recurrence. The System Should Be Capable Manage Bulk Booking By Managers For Reporting Employees. The System Should Be Able To Send Email Notification For Booking Confirmation. The System Shall Be Capable Of Configuring Advance Check-in And Post Check-in Periods. hardware For Occupancy Sensing the Offeror Shall Provide A Cafm Solution With A Module That Supports Tvhs Requirements For Real-time Occupancy Tracking Of Certain Rooms Such As Patient Exam Rooms. The Vendor Shall Provide The Sensors And Associated Hardware And The Software Components For Occupancy Tracking In 300 Rooms. the Components Shall Consist Of: Passive Infrared Infra-red Sensors Deployed In Each Tracked Room For Objectively Tracking Occupancy. Internet-of-things Based Gateways For Collecting Sensor Motion Data The Gateway Shall Then Transmit The Data Over A Cellular Internet Connection To The Servers. Cloud-based Software That Receives Sensor Data From Gateways And Packages It Up For Display To Users. Each Sensor Shall Be Battery Powered (at Least 5-year Life Span). The Sensors Shall Detect Motion In A Cone Of At Least 15 Feet In Diameter For A Total Detection Diameter Of 30 . Gateways Shall Be Plugged Into Ac Power And Shall Include A 24-hour Lithium-ion Battery To Cover Emergency Power Outages All Motion Data Shall Be Encrypted the Tracking Software Component Shall Provide The Following Features: Top Level Metrics Occupancy Data Can Be Filtered By Service Line, Space Function And Location (site/building/room) Over A Day, Week, Month, Or Customer Date Period. Users Can Quickly View The Number Of Rooms Tracked, % Of Utilization, Including Average Utilization. Multiple Data Views Occupancy Data For Any Room Or Groups Of Rooms Can Be Viewed By The Following Criteria: By Date; By Time; By Room; By Service Line; By Space Function; Or By Custom Groups That Match Rooms Organized By Clinic, Sub- Clinic, Or Any Other Grouping Criteria The User Requires. Portable Data All Data Views In The Tracking Module Can Be Viewed In Easy To Consume Bar And Line Graphs. In Addition, Any View Is Exportable To Excel For Convenient Sharing With Colleagues And Reports. task B. Implementation Support Services implementation Support Services, As Defined In Task B, Shall Consist Of One-time Tasks That The Offeror Shall Complete Within The First Year Of The Contract. implementation Project Management offeror Shall Provide Project Management Services Throughout The Implementation Phase (task B) With A Principal Project Manager Who Will Be Responsible For All Aspects Of The Cafm Solution Implementation And The Main Liaison With The Tvhs Team. Within 30 Days Of Award The Offeror Will Submit A Project Management Plan For Review And Approval That Will Include A Project Schedule, Outline All Project Deliverables And Their Schedule, And Define How Progress Will Be Communicated And Monitored Throughout The Initial Implementation. project Management Activities Throughout The Project Will Include The Following At A Minimum: Weekly Meetings Until Implementation Is Accepted By Tvhs Communications Project Coordination Project Status Reporting Priorities, Phasing & Workflows offeror Shall Work With Tvhs To Identify Tvhs Priorities, Phasing, And Ideal Workflows Associated With Implementing The Cafm Solution. These Will Formulate The Implementation Planning Efforts Both In The Short- And Long-term. During This Aspect Of The Process, The Offeror Shall Provide The Following: Priorities: Offeror To Conduct Stakeholder Interviews As It Relates To The Priorities Associated With Implementing The Cafm Solution Across The Tvhs Portfolio. O Identify Tvhs Implementation Priorities o Identify Capital/small Project Improvement Programs/planning Phasing: Offeror To Provide A Recommended Implementation Strategy That Takes Into Consideration Priorities, Budget, User And Portfolio Considerations, And Deployment Strategy. Workflows. Offeror To Validate Current Workflows And Formulate Ideal Workflows For Various Aspects Of The Cafm Solution, Inclusive But Not Limited To Maintenance/facility Work Order, Move, Furniture, And New Employee Requests, Etc. O To Develop Ideal Workflows, The Offeror Shall: o Validate Third-party Operators, Vendors, Or Contractors Responsible For Operations, Maintenance, And Moves At Each Location. O Validate Roles, Responsibilities, Contractual Obligations, And Contact Information For The Following At Each Location: Landlord, Lessor, Building manager/facility Manager, Janitorial, After Hours Support, Va Representative (if Applicable), And Tvhs Representative Etc. o Conduct Vendor/contractor Integrations Analysis And Recommendations. o Develop Standard Operating Procedures To Document The Tvhs New Workflows. task C. On-going Maintenance And Support the Vendor Shall Provide On-going Maintenance And Support For The System. This Shall Consist Of Providing (1) Access To The Software Modules And (2) Updating And Maintaining The Database. c1. Access To Software Modules the Vendor Shall Maintain The Software System On A 24/7 Basis. In Addition To Maintaining The Software, The Vendor Shall Provide Users Support Using Email, Telephone, And On-line Meetings. This Support Shall Be Available During Normal Business Hours. c2. Database Maintenance the Va Will Periodically Notify The Vendor Of Changes In The Database Including Changes In Drawings. The Vendor Shall Promptly Update The Database And Drawings. task D Training the Vendor Shall Develop A Training Program And Offer It To The Va Staff. There Shall Be Two Types Of Training: (1) User Level Training And (2) Administrator Level Training. During The Base Year, After The System Is Completely Implemented, The Vendor Shall Conduct The Training Sessions On-line. After The Base Year, The Vendor Shall Conduct User Level Training On-line As Often As Tvhs Requires. After The Base Year, The Administrative Level Training Shall Be Conducted On-line Once Every Year. other Terms And Conditions various Field Verification Work May Be Done On Site At The Ordering By The Tvhs Va Healthcare System And Shall Be Coordinated With The Contracting Officer Representative (cor) Appointed By The Co And /or Poc (point Of Contact). Generally, Work Will Be Done During Normal Business Hours (m-f 8:00am To 4:00pm), Holidays Excluded. all Drawings And Data Produced By The Vendor Will Become The Property Of The Tennessee Valley Healthcare System. Upon Contract Expiration, The Vendor Will Be Required To Destroy All Paper Data Associated With The Facility Drawings And Data Sets And Verify The Method Of Destruction With The Va Cor & Information Security Officer Prior To Such Action. The vendor Shall Deliver/return All Paper Documents That May Have Been Generated And Electronic Data On Va Laptops To Va Cor For Destruction And Review. All .dwg Drawings Will Be Given To The Va Tvhs Poc. Contractor Will Adhere To Nara Records Management Clause (attachment B) Contractor Will Comply With Va Rules Of Behavior Regarding Data Use And Protection Of Va Sensitive Information. periods Of Performance the Contractor Shall Provide All Services As Described Herein Commencing On The Effective Date Of This Contract, And For A Twelve-month Base Plus Four Twelve-month Periods Thereafter. Additionally, Providing Contractor S Services Meet The Expectations And Standards Described In This Document At The Sole Discretion Of Tvhs Contractor Shall Be Able To Provide The Same Services For Twelve-month Periods Following The Initial Period. should There Be An Issue With The Vendor Performance During This Period And The Contract Is Being Terminated, The Calculation Of The Monthly Service Utilized At That Date Will Be Divided By The Contract Amount And This Will Be The Fee Paid For Services To Date Only. The Full Contract Amount Will Not Be Paid. contractor Security Requirements the Contractor S Employees Shall Bring Photo Id To Obtain A Va Contractor Identification Badge. The Cor Will Identify Personnel Who Will Escort And Coordinate Access To The Areas Of Work. 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. The C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required quality Assurance Plan (qasp) performance Will Be Measured By Software Accessibility To The End User, Vendor Timeliness In Responding To Service Requests, And The Quality Of The Maintained Drawings And Database. the Facilities Drawings Created By The Vendor Shall Be Compliant With Va Standards And Be Compatible With Generally Accepted Industry Practices. When The Vendor Creates New Facility Drawings The Vendor Shall Submit A Preliminary Set Of Drawings For Review By The Medial Center Staff. The Vendor Shall Hold In Person Or On-line Discussions To Discuss The Review Findings And Make Agreed-upon Modifications. the Facilities Related Data Such As Occupancy By Service Lines Collected Or Validated By The Vendor Must Be Reviewed By Healthcare System Staff And The Vendor Shall Make All Agreed-upon Changes. When The Healthcare System Sends Out Existing Drawings For Updating To The Vendor, Vendor Shall Acknowledge The Receipt Within Seven Days Of Receiving Them. Within The Next Seven Days The Vendor Shall Hold Discussions With The Va Staff If The Vendor Has Questions Or Requires Clarifications. Once The Clarifications Are Done, The Vendor Shall Update The Drawings And Load Them On To The Platform Within A 30 Day Period. The Quality Of The Images Maintained In The Vendor S Database Shall Be Legible And High Quality. The Vendor Shall Make All Appointments Scheduled With The Cor On Time And Without Delay. attachment A facilities To Be Included In Scope Of Work At This Time (additional To Be Added In Future) va Alvin C York Campus (43 Buildings; 942,554 Sf), 3400 Lebanon Rd, Murfreesboro, Tn, 37129 va Nashville Campus (3 Buildings; 679,009 Sf), 1310 24th Ave S., Nashville, Tn 37212 Va Albion Street Va Clinic (1 Building; 4892 Sf), 1818 Albion St, Nashville, Tn 37208 Va Athens Va Clinic (1 Building; 5,500 Sf), 1320 Decatur Pike, Athens, Tn 37303 va Charlotte Ave Va Clinic (1 Building; 12,965 Sf), 1919 Charlotte Ave, Nashville, Tn 37203 va Clarksville Va Clinic (1 Building; 34,000 Sf), 782 Weatherly Dr, Clarksville, Tn 37043 Va Dalton Drive Va Clinic (1 Building; 4905 Sf), 2292 Dalton Dr, Ste F, Clarksville, Tn 37043 va Dover Va Clinic (1 Building; 5648 Sf), 1406 Donelson Pkwy, Dover, Tn 37058 va Gallatin Va Clinic (1 Building; 9440 Sf), 419 Steam Plant Rd, Gallatin, Tn 37066 Va International Plaza Va Clinic (1 Building; 11,000 Sf), 2 International Plaza Dr, Ste 300, Nashville, Tn 37217 va Pointe Center Va Clinic (1 Building; 9,999 Sf), 1208 Pointe Centre, Ste 100, Chattanooga, Tn 37421 va Chattanooga Clinic, (1 Building, 96,000 Gsf), 6401 Shallowford Road, Chattanooga, Tn. 37421 va Tullahoma Va Clinic (1 Building; 3895 Sf), 225 Von Karman Rd, Arnold Air Force Base, Tn 37389 attachment B nara Records Management Clause 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 Inform
DEFENSE HEALTH AGENCY DHA USA Tender
Software and IT Solutions
United States
Closing Date28 Apr 2025
Tender AmountRefer Documents
Details: 14 April 2025 Update dha Contracting Activity, On Behalf Of Peo Dhms, Is Issuing A 3rd Request For Information (rfi) For Documentation Services. Responses Are Restricted To Only Small Businesses. The Purpose Of This Notice Is To Identify Potential Sources, Specifically Small Businesses, Capable Of Providing The Documentation Services Listed Below. mhs Genesis Is A Very Large And Complex System That Completed Deployment In March 2024. See Attached Charts To Demonstrate The Complexity Of Mhs Genesis. key Technical Documents Record How The Mhs Genesis System Is Configured, Operates, And Interacts. Examples Of Technical Documentation Include, But Are Not Limited To, The Following: interface Control Document system/ Subsystem Design Document system/ Subsystem Specification business Process Workflow Diagrams And Role Definition data Management Plan requirements Traceability Matrix security Authorization Package (cybersecurity Accreditation) disaster Recovery Plan architectural Artifacts the Goal Of This Opportunity Is To Take The Existing Technical Documentation, And Work Alongside The Systems Integrator To Revise And Update The Existing Technical Documentation To Make It Consumable For A Third Party To Be Able To Rely Upon It In Responding To A Request For Proposal (rfp) And, Upon Award, To Maintaining Mhs Genesis. This Requires The Final Technical Documentation To Be Complete And Accurate. the Government Is Seeking Capability Statements From Small Businesses. ****capability Statement Request**** 1. Provide One Example Of A Large Commercial Complex Information Technology (it) System Of Systems Where Your Company Was Responsible In The Development/ Maintenance Of The Technical Documentation. As Part Of Your Response Please: a. Describe The Complexity Of The It System, As Well As The Characteristics That Justify Itsclassification As A System Of Systems. Use The Attached Charts And Explain Why The Complexity Iscomparable To Mhs Genesis. b.provide An Overview Of Who The Audience Was For The Technical Documentation And How The Technical Documentation Was Developed And Maintained. If Applicable, Identify The Stated Purposeor Goal Of The Engagement. c. Describe The Specific Types Of Technical Documentation That Were Developed And Maintained. Forexample: I.interface Control Document: Documents The Data Exchanged Between Two System Orsubsystem Components. d.if Applicable, Describe How Your Company Engaged With A Third Party To Ensure The Technicaldocumentation Was Complete And Accurate. e.regardless Of Whether You Engaged With A Third Party To Produce The Documentation, Explainhowyour Company Was Able To Make The Technical Documentation Consumable For A Third Party To Understand Them. 2.provide Recommendation(s) And Details On Additional Technical Documentation That Makes It More Comprehensive And Consumable For Third Parties To Have A Better Grasp Of How Best To Provide Technical Support For The System Of Systems. instructions For Submission submit Responses No Later Than April 28, 2025, To: dha.ncr.peo-ipo.mbx.dhms-enablers@health.mil in The Submission Please Include: cover Page: Company Name, Cage Code, Unique Entity Id (uei), Point Of Contact, Small Business Concern, And Permission/ Rejection Of Release Or Proprietary Information To Identified Support Contractors (see Below) rfi Response: The Government Anticipates That Companies Should Be Able To Provide A Complete Response In No More Than Seven (7) Pages In Word Or No More Than Fifteen (15) Slides In Power Point. Font Should Be No Smaller Than 12-point. Submissions Should Clearly Articulate The Question Being Addressed. For Ease Of Navigation A One (1) Page Table Of Contents May Be Added And Will Not Count Towards The Page Limitation. Submissions May Be Converted Into A *.pdf But The Same Restrictions Apply. responses And Comments May Be Utilized To Develop A Contracting Strategy, Including The Scope Of Competition, And In The Preparation Of The Description Of Services For A Possible Future Solicitation. proprietary Information May Be Submitted; However, Rfi Respondents Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. If A Submission Is Marked, It Will Be Protected From Disclosure Outside Of Government Personnel, Unless Permission Is Granted For Government Support Contractors To View The Material. the Following Companies And Individual Employees Are Bound Contractually By Organizational Conflict Of Interest And Disclosure Clauses With Respect To Proprietary Information, And They Will Take All Reasonable Action Necessary To Preclude Unauthorized Use Or Disclosure Of An Rfi Respondent’s Proprietary Data. Rfi Responsesmustclearly State Whether Permission Is Granted Allowing The Support Contractors Identified Below Access To Any Proprietary Information. •boston Consulting Group (bcg) •andrew Morgan Consulting, Llc •greenlight Analytic, Llc •itero Group, Llc •monterey Consulting, Inc. this Rfi Is Not A Solicitation.this Rfi Is For Planning Purposes Only. It Does Not Constitute An Rfp Or A Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Government Is Not Seeking Proposals At This Time And Will Not Accept Unsolicited Proposals. Respondents Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Responding Party’s Expense. Participation Is Not Mandatory Or Required. ------------------------------------------------------------------------------------------------------------------------------------------------------------------- 19 February 2025 Update this Is The 2nd Rfi Request For This Opportunity And Is Restricted To Only Those Companies Who Timely Responded To The Original Rfi Posted On Nov 19, 2024. dha Contracting, On Behalf Of Peo Dhms, Is Seeking Industry Feedback On The Below Request. the Government Is Seeking Industry Feedback To Address The Following: 1. How Can The Government Leverage The Use Of Artificial Intelligence (ai), Large Language Modules, And/or Other Technologies To Provide Secure, Accessible, And Accurate Documentation For Dhmsm Products, Such As Mhs Genesis And Other Clinical Systems? Please Outline Any Previous Experience(s) Using These Technologies And Any Assumptions/expectations Of The Government To Execute A Suggested Best Approach. 2. How Would You Ensure Version Control Of Documentation In A Multi-product And Multi-user Environment? What Processes Would You Implement, And At What Frequency, To Ensure The Reliability And Integrity Of A Documentation Database? Describe Instances Where You Have Implemented Your Proposed Method And Results Achieved. 3. How Would You Ensure Document Accuracy, Clarity, And Brevity? What Specific Kpis Are Useful For Measuring These Outcomes? Specifically, How Would You Ensure The Documentation Team Has The Required Input For Accurate Documentation? Describe Your Experience Implementing Your Recommended Measures On Other Documentation Efforts. 4. How Would You Identify, Evaluate, And Monitor User Satisfaction As A Service Level Agreement Criteria? Include Potential Metrics To Measure And Proposed Methods For Data Collection. What Challenges And Results Have You Seen In Measuring User Satisfaction With Documentation Tools? Answers Should Be Framed To Account For Key Stakeholders Including Contributors, Reviewers, And Approvers. 5. Are There Commercial Solution(s) Suited To Support This Effort? Please Provide Specifics And How It Would Fit Into The Overall Approach. What Experience Does Your Firm Have In Implementing These Systems, And If Ai Is Integrated Into These Products, What Specific Functions Does It Serve (e.g., Chatbot)? 6. Outside Of Ai/machine Learning, What Additional Innovation Opportunities Exist To Support Mhs Genesis Documentation? Are There Solutions That Will Allows Users To Search/engage With Multiple Ais/chatbots Across Multiple Systems Simultaneously And Seamlessly? Describe Your Experience Implementing These Opportunities. 7. What Is The Scope And Scale Of Documentation Work Your Firm Has Completed, And Has Any Of It Been In A Government Context? Please Provide Examples Of Past Performance To Include Contract Numbers And Sows If Applicable. Additionally, Provide Lessons Learned And Best Practices From Your Experience. instructions For Submission submit Responses No Later Than March 5, 2025 At 5:00pm Est To: dha.ncr.peo-ipo.mbx.dhms-enablers@health.mil in The Submission Please Include: cover Page: Company Name, Cage Code, Sam Unique Entity Id (uei), Point Of Contact, Small Business Concern (if Applicable), Document Names Of Any Additional Documents As Part Of This Submission, And Permission/ Rejection Of Release Or Proprietary Information To Identified Subcontractors (see Below) rfi Response: For Questions 1 Through 7, Limit Response To No More Than Five (5) Pages In Word Or 15 Slides In Power Point. Font Should Be No Smaller Than 12 Point. Submissions Should Clearly Articulate The Question Being Addressed. For Ease Of Navigation A One (1) Page Table Of Contents May Be Added And Will Not Count Towards The Page Limitation. Submissions May Be Converted Into A *.pdf But The Same Restrictions Apply. responses And Comments May Be Utilized To Develop A Contracting Strategy, Including The Scope Of Competition, And In The Preparation Of The Description Of Services For A Possible Future Solicitation. proprietary Information May Be Submitted; However, Rfi Respondents Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. If A Submission Is Marked, It Will Be Protected From Disclosure Outside Of Government Personnel, Unless Permission Is Granted For Government Support Contractors To View The Material. the Following Companies And Individual Employees Are Bound Contractually By Organizational Conflict Of Interest And Disclosure Clauses With Respect To Proprietary Information, And They Will Take All Reasonable Action Necessary To Preclude Unauthorized Use Or Disclosure Of An Rfi Respondent’s Proprietary Data. Rfi Responsesmustclearly State Whether Permission Is Granted Allowing The Support Contractors Identified Below Access To Any Proprietary Information. •boston Consulting Group (bcg) •andrew Morgan Consulting, Llc •greenlight Analytic, Llc •itero Group, Llc this Rfi Is Not A Solicitation.this Rfi Is For Planning Purposes Only. It Does Not Constitute An Rfp Or A Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Government Is Not Seeking Proposals At This Time, And Will Not Accept Unsolicited Proposals. Respondents Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Responding Party’s Expense. Participation Is Not Mandatory Or Required; Participation Or Response To This Rfi Is Not A Prerequisite For Any Future Procurement Activities. ------------------------------------------------------------------------------------------------------------------------------------------------------------------- 19 November 2024 dha Contracting, On Behalf Of Peo Dhms, Is Seeking Industry Feedback On The Below Request. mhs Genesis Was Implemented As The First All-in-one Record Electronic Health Record (ehr) System For The Entire Department Of Defense. The Mhs Genesis Solution Is Also Used By The U.s. Coast Guard (uscg), The Reserve Components (rcs), The United States Military Entrance Processing Command (us Mepcom), And National Oceanic And Atmospheric Agency (noaa) With Deployment To The National Security Agency (nsa) In Progress. mhs Genesis Plays A Vital Role In Ensuring Health, Increasing Readiness, And Improving The Safety Of Care. By Standardizing Clinical And Business Processes, Mhs Genesis Enables Beneficiaries To Fully Engage In Their Health Care, And Focuses On Quality, Safety, And Patient Outcomes That Will Ensure The Military Health System (mhs) Can Provide High-quality And Reliable Care Globally. mhs Genesis Is Comprised Of Inpatient And Outpatient Software Solutions From Oracle Health (formerly Cerner), A Dental Solution From Henry Schein, An Enterprise Service Bus, A Suite Of Revenue Cycle Management Capabilities, And Interfaces To External Systems That Enhance Capability Delivery. Mhs Genesis Is Supported By Uniquely Configured And Integrated Third-party Clinical Content, Functional Baseline Content (such As Workflows, Roles, Training, And Reports), Local Site “builds” (including Formularies, Device Locations, And Clinic Information), Solution-unique Hardware, Infrastructure, Clinical Application Services, And Turn-key Operational Management Services In A Contractor-provided “enclave.” The Core Of Mhs Genesis Is Interfaced With Additional Commercial Off-the-shelf (cots) Solutions, Including Virtual And Behavioral Health Capabilities From Converge, Conversa, And Silvercloud, Virtual Health Delivery From Phillips Ecare, And Population Health Management And Analytics From Healtheintent. mhs Genesis Provides Patients With A Single Record Of Care. It Integrates Inpatient, Outpatient, And Dental Records, And Improves Communication Between Patients, Military Hospitals And Clinics, The Department Of Veterans Affairs (va), And Civilian Health Providers. Patients Utilize A Portal For Seamless, Secure Messaging With Providers And Access To Their Medical History. mhs Genesis Is A System Of Systems, Meaning That It Contains Interfaced Ehr Cots Product Components From Multiple Different Sources (e.g., Oracle Health, Henry Schein, Etc.). mhs Genesis Has An Enormous Scale And Level Of Complexity. The Solution Is Comprised Of 12 Major Subsystems, Utilizes 81 Dod, Joint, Or Commercial Interfaces Across More Than 1,000 End Points, And Processes At Least 20 Million Messages Daily. Mhs Genesis Has More Than 975 Workflows And More Than 200 User Roles, And It Serves 194,000 Users And 9.6 Million Beneficiaries Across 137 Commands Globally. Mhs Genesis Contains 255 Tb Of Millenium Data Growing At 100 Tb Annually. The Dod Spent 7 Years, 2017-2024, Migrating Data From Legacy Sites Into Mhs Genesis. Additional Data Is Stored Across Mhs Genesis’s 12 Major Subsystem Footprints. mhs Genesis Is Comprised Of ~26,000 Hardware And Software Assets To Deliver Capabilities Which Need To Be Scanned Every 48 Hours For Cyber Vulnerabilities (and Remediated As Necessary). During Deployment, Each Of The 26 Waves Averaged More Than 7,500 End Points. the Mhs Genesis System Documentation Is Lacking With Respect To The Sustainment Processes And Procedures And Internal Interface Configurations. Other Technical Documentation, Such As Architecture Artifacts And System/sub-system Design Documents, Are Understandable To The Current Prime Contractor And Government Team But Need To Be Revised So They Are Understandable To A Third Party. This Would Include Documenting How The System Is Configured, And How The System Is Maintained And Operated, And Who Is Responsible For Various Functions. Because Mhs Genesis Is In The Process Of Migrating To The Cloud, The Documentation Would Need To Be Developed During The Migration, Completed Within Approximately Six Months After The Cloud Migration Is Complete, And The Process Would Require Cooperation With The Current Prime Contractor. The Final Documentation Deliverables Should Provide Offerors With Sufficient Information To Competitively Respond To A Full And Open Competition To Support Mhs Genesis, Including Systems Integration, Hosting, And Software Licensing. the Government Is Seeking Industry Feedback To Address The Following: what Is The Best Approach To Creating And Maintaining Consistent And Comprehensive Documentation In An Environment Such As That Of Mhs Genesis Where There Are Multiple Vendors (for Example, Multiple Cots Product Component Vendors)? what, If Any, Risks Or Lessons Learned Should Be Taken Into Account When Creating And Maintaining System Documentation In An Environment Such As Mhs Genesis? where Should Lines Of Responsibility By Drawn Between Software Component Vendors Responsible For Delivery As Opposed To Software Component Vendors Responsible For Documentation? With Respect To Coordinating The Drafting Of Documentation? With Respect To Consolidating Documentation? any Recommended Incentive(s) Or Disincentive(s) To Promote A Cohesive And Cooperative Working Relationship Between And Among A Contractor Engaged To Develop Documentation, The Mhs Genesis Prime Contractor, And The Cots Product Component Vendors? what Are Important Service Level Agreement (sla) Measurements And Key Outcomes The Government Should Consider For The Documentation Services? How Would You Recommend Measuring Success For Each Recommended Sla And Key Outcome? how Can Innovation Be Used To Support The Creation And Maintenance Of Technical Documentation To Support Mhs Genesis? small Business Set Aside is This A Capability That Small Business Or 8(a) Could Support As A Set Aside? Provide A Reasoning For Your Response. please Advise What Naics Code And Reasoning In Accordance With Far 52.219-14 Limitations On Subcontracting. Please Also Identify Whether You Qualify Under Such Naics Code As A Small Business Or 8(a). instructions For Submission submit Responses No Later Than December 12, 2024 At 12:00 Pm Eastern To: dha.ncr.peo-ipo.mbx.dhms-enablers@health.mil in The Submission Please Include: cover Page: Company Name, Cage Code, Sam Unique Entity Id (uei), Point Of Contact, Small Business Concern (if Applicable), Document Names Of Any Additional Documents As Part Of This Submission, And Permission/ Rejection Of Release Or Proprietary Information To Identified Subcontractors (see Below) rfi Response: For Questions 1 Through 6, Limit Response To No More Than Five (5) Pages In Word Or 15 Slides In Power Point. Font Should Be No Smaller Than 12 Point. For Questions 7 And 8 One (1) Page In Word Or 2 Slides In Power Point With Font No Smaller Than 12 Point May Be Submitted. Submissions Should Clearly Articulate The Question Being Addressed. For Ease Of Navigation A One (1) Page Table Of Contents May Be Added And Will Not Count Towards The Page Limitation. Submissions May Be Converted Into A *.pdf But The Same Restrictions Apply. capability Statement: A One Page Capability Statement May Be Submitted As Part Of The Supporting Documentation. responses And Comments May Be Utilized To Develop A Contracting Strategy, Including The Scope Of Competition, And In The Preparation Of The Description Of Services For A Possible Future Solicitation. proprietary Information May Be Submitted; However, Rfi Respondents Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. If A Submission Is Marked, It Will Be Protected From Disclosure Outside Of Government Personnel, Unless Permission Is Granted For Government Support Contractors To View The Material. the Following Companies And Individual Employees Are Bound Contractually By Organizational Conflict Of Interest And Disclosure Clauses With Respect To Proprietary Information, And They Will Take All Reasonable Action Necessary To Preclude Unauthorized Use Or Disclosure Of An Rfi Respondent’s Proprietary Data. Rfi Responsesmustclearly State Whether Permission Is Granted Allowing The Support Contractors Identified Below Access To Any Proprietary Information. •boston Consulting Group (bcg) •swing Tide •andrew Morgan Consulting, Llc •greenlight Analytic, Llc •itero Group, Llc this Rfi Is Not A Solicitation.this Rfi Is For Planning Purposes Only. It Does Not Constitute An Rfp Or A Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Government Is Not Seeking Proposals At This Time, And Will Not Accept Unsolicited Proposals. Respondents Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Responding Party’s Expense. Participation Is Not Mandatory Or Required; Participation Or Response To This Rfi Is Not A Prerequisite For Any Future Procurement Activities.
4911-4920 of 5160 archived Tenders