Cloud Tenders
ARDEA-CZ sro Tender
Software and IT Solutions
Czech Republic
Details: 1. Upgrade of the E-shop Www.ardea-cz: The existing E-shop is very slow, outdated and does not meet the current performance and functional requirements of the company. The goal is therefore to implement a new E-shop solution that will be faster, better adapted to the current requirements of today and will offer more options in terms of analytics, SEO and functionality. 2. Configurators The company currently has one E-shop configurator, which has proven to be a very good investment, which helps to simplify and streamline the selection of goods for the customer and at the same time streamlines the activities of the company Ardea-cz Sro itself. The rest of the products for which the configurator would also be suitable, currently only contain an Excel file that the customer must download, fill it out offline and then send it back by email, and a company employee will then send him a price quote. This process is very lengthy for both the company and the customer. 3. Wms The implementation of the Wms system will be one of the most significant innovations in terms of the impact on the digitalization and streamlining of the activities of the company Ardea-cz Sro. Thanks to Wms, the company will be able to optimize the process of shipping and storing shipments and, as a result, handle many more customers than it currently manages to handle. Another advantage will be that if the company wants to employ a new warehouse worker, his training will not take several years, but at most a month, when he will be able to teach him how to work with a PDA reader and the individual processes of how to pack the goods. Thanks to Wms, the new procedure for handling shipments will be the following: - The operator will upload the orders to be shipped on the given day into the PDA. - The warehouse worker updates his PDA and begins to process the orders one by one. Thanks to the warehouse positions and the optimized route, his process will be faster and less error-prone. - After packing the shipment in the PDA, he automatically prints the number of labels for the carrier according to how many packages he packed the order into, and immediately sticks the labels on the packaged goods. - The warehouse worker then issues an invoice or delivery note and continues with the next order. Thanks to WMS, the company will streamline its operations, which will save time on individual tasks or asking and subsequent checks on which goods have left, which have not, in how many packages, etc. 4. Extracting invoices via PDA The new digitized process should innovate, simplify and speed up the process of uploading invoices received into Money S4. Thanks to this, they will again achieve time savings that would otherwise be taken up by manually assigning invoices. Another undeniable advantage is that the company will not have to print all invoices for archiving reasons, since the given system stores the invoices in the cloud and archives them for the necessary period of time. The process will be as follows: - The invoice received will arrive at the email address Faktury@ardea-cz.cz - The program will be automatically connected to the email and the invoice will be downloaded and uploaded to the internal system - The authorized person will check the invoice and then approve it and determine which group the invoice will belong to (whether to goods or operating invoices) - The program archives the invoice and creates it on the server, where it will be accessible if necessary - After approval, the program will automatically upload the invoice to the correct group in the invoices received in Moneys4 and, if it is an invoice with goods, it will match the given stock items with the stock stocks and check that the price is correct compared to the internal price lists - In the last step, the program will process the order issued on the basis of which the given invoice was issued.
Closing Date19 Mar 2025
Tender AmountCZK 3 Million (USD 132.9 K)
City Of Valencia Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 2025-03 02/18/2025 Invitation To Bid For The Purchase Of Supplies For Float Competition And Street Dancing & Ground Presentation Of The Kaamulan Festival 2025 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of One Million Seven Hundred Seventy-eight Thousand Pesos (php 1,778,000.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Purchase Of Supplies For Float Competition And Street Dancing & Ground Presentation Of The Kaamulan Festival 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For Purchase Of Supplies For Float Competition And Street Dancing & Ground Presentation Of The Kaamulan Festival 2025. Particulars Describes As Follows: Item No. Qty. Unit Description Specification Total 1 1 Pakage Float Fabrication Materials * Metal Works; Overall Structure And Platform 4 M Width, 15m Length, 4.5 M Height * Sculpture, Full Body; Community Scene 5 Ft; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 2 Pieces * Sculpture, Half Body; Marriage Scene 8 Ft; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 2 Pieces * Sculpture, Full Moon And Clouds 8 Ft Diameter; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 1 Piece * Sculpture, Mountain 3 M; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 4 Pieces 940,000.00 940,000.00 * Sculpture, Warriors Conflict 2-3 Ft; Made: Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 10 Pieces * Reconciliation Relief Carvings Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 4 Pieces * Floral Formation Fresh Flowers, Floral Foam, Twigs; Made: 4 In Styro, Landay, 10mm Crb, Flat Bar, 1 Set * Rental; Sound System And Generator Set Sounds System : Pro Audio System, Generator : F15 Kva, Pickup Microphone ,1 Set 2 45 Pieces Abacca Bundle 5 Ft Length 500.00 22,500.00 3 1 Piece Bangkaso, Bamboo 3 Ft X 4 Ft 2,000.00 2,000.00 4 45 Pieces Basket, Metal 20 In Height, 10 In Diameter 1,500.00 67,500.00 5 45 Pieces Fish Trap 4 Ft Height, 1 Ft Diameter 500.00 22,500.00 6 45 Pieces Nigo 3 Ft Height, 2 Ft Width 500.00 22,500.00 7 1 Piece Number Bearer/totem Pole 12 Ft Height, 4 Ft Width 3,000.00 3,000.00 8 10 Pieces Raiser, Moving 6 Ft Height, 3 Ft Width 4,000.00 40,000.00 9 90 Pieces Saliringan Abacca, 3 Ft Length 500.00 45,000.00 10 10 Pieces Set A Totempole 12 Ft Height, 4 Ft Width 3,000.00 30,000.00 11 10 Pieces Set B Totempole 12 Ft Height, 4 Ft Width 3,000.00 30,000.00 12 10 Pieces Set C Totempole 8 Ft Height, 4 Ft Width 3,000.00 30,000.00 13 90 Pieces Shield/taming 3 Ft Height, 1 Ft Width 1,000.00 90,000.00 14 90 Pieces Spear/bangkaw 6 Ft Height, 1 Ft Width 500.00 45,000.00 15 16 Piece Dabakan Wood & Cow Skin, Height: 24 Inches, Diameter: At Least 15 Inches 17,000.00 272,000.00 16 2 Piece Agong Brass, Diameter: 20 Inches 30,000.00 60,000.00 17 1 Set Kulintang Brass, 8 Pieces Per Set 30,000.00 30,000.00 18 1 Piece Kudlong Two-stringed Guitar, With 12-hole Amplifier 15,000.00 15,000.00 19 2 Piece Flute Bamboo, 6-holes 4,000.00 8,000.00 20 2 Piece Rainmaker Bamboo, Diameter: 2.5 Inches 1,500.00 3,000.00 Please See Attached Designs Note: Award By Lot ******nothing Follows****** Total 1,778,000.00 Delivery Of Goods Is Required Within 15 Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipts 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. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 19, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On February 27, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 13, 2025 (1:00 P.m). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 13, 2025 (1:30 Pm) At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Be Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 8. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 9. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 10. The Head Of The Procuring Entity (hope) Reserves The Right To Reject Any Or All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 12. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Bac Office, 2nd Floor, Executive Building, City Hall Compound 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date13 Mar 2025
Tender AmountPHP 1.7 Million (USD 31 K)
Department Of Social Welfare And Development Main Tender
Software and IT Solutions
Philippines
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Dswd Rfp No. 25-gop-svp-cf-004-a (pr No. 2024111680) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2025 Funds Intends To Apply The Sum Of Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Being The Approved Budget For The Contract (abc) For The Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Under (dswd Rfp No. 25-gop-svp-cf-004-a). 2. Objectives The Consulting Firm Shall Be Hired To Implement The Software Development Cycle To Establish The Bts And Agapp Website, Web, And Mobile Application. Specifically, The Project Aims To: A. Analyze The Business Requirements Of The Program; B. Design And Develop The Bts And Agapp, Including A Public-facing Website Based On The Specified Business Requirements; C. Perform The Necessary Quality Assurance Tests For The Bts And Agapp, Including The Privacy Impact Assessment; D. Assist In The Deployment Of The Bts And Agapp, Including The Conduct Of Training Of Trainers; And E. Provide A Warranty Service Upon Post-deployment Of The Bts And Agapp Application. 3. Scope Of Work A. Project Planning. The Consulting Firm Shall Formulate An Inception Report Or Project Plan Indicating The Framework, Approaches, Methodologies, And Specific Timeline For Tasks, Activities, And Deliverables Of The Project, Including Privacy Impact Assessment. B. Requirements Analysis, Design, And Project Management. Conduct A Thorough Requirements Analysis, Create System Designs Such As Wireframes And High-fidelity Prototypes, And Manage The Project. This Phase Includes Understanding Dswd’s Needs, Defining System Specifications, And Overseeing The Project’s Progress To Ensure Meeting Objectives. C. Software Development. Develop The Software According To The Specified Requirements. This Involves Coding, Configuring, And Creating All Necessary System Components, Ensuring Functionality And User-friendliness. D. Testing. Perform Extensive Software Testing To Ensure It Meets All Functional, Security, And Performance Requirements. This Includes Identifying And Fixing Bugs And Verifying System Integrity And Efficiency. E. Deployment Support. Assist With The System’s Deployment In The Identified Domain Environment, Including Support During The User Acceptance Testing (uat) Phase And Final Deployment In The Production Environment. F. Learning And Development Intervention. Design And Implement Learning And Development Interventions To Manage And Use The Application. This Service Also Includes The Development Of Print And Multimedia Assets Such As Walkthroughs, Audio-visual Presentations Highlighting The Features, And Brochures. G. Maintenance. Provide Maintenance Services Post-deployment For A Specified Support Period To Address Any System Issues, Updates, Or Enhancements. 4. Technical Specification A. General Requirements • Web-based Compatibility: This Application Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. • Offline Compatibility: This Application Must Be Accessible Via Mobile Or Similar Devices Without Internet Connection. • Provide An Intuitive User Interface With Easy Navigation And User-friendly Features For Users Of Varying Technical Expertise. • Implement Robust Security Measures, Including Encryption For Data At Rest And In Transit, And Comprehensive Security Protocols. • Reference Material: Shall Have Training/learning Avp Materials Of The System. • Must Be Designed Using A Platform Preferably Aligned With This Min. Requirement: Online Offline Relational Database Management System Mysql 8.0 Or Higher Sqlite 4.0 Or Similar Tools Front-end Flutterflow Back-end Api With Json Returns Data Visualization Google Looker, Tableau, Or Similar Tools Applicable For Flutterflow • Shall Provide Comprehensive Documentation On Front-end And/or Back-end Tools Using Swagger Or Similar Tools Deployed On Dswd Managed Infrastructure. • The System Shall Cover An Unlimited Number Of Users With No Additional Cost From The Proponent. • User Load Capacity: The System Should Be Capable Of Handling An Unlimited Number Of Users, Ensuring Consistent Performance Even During Peak Usage Periods. • Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Property Of Dswd. • Service Provider Access Limitations: The Service Provider Will Not Have Access To The Dswd Production System. They Must Provide Comprehensive Instructions And Support For The Dswd System Administrators For System Deployment And Setup. • Learning And Development Intervention: The Service Provider Shall Provide Comprehensive Capability Building Activities Focusing On Building The Necessary Skills For Effective Implementation And Continuous Utilization Of System. • The Low Code Development Tools Must Be Provided By The Service Provider With No Additional Cost During The Development And Within The 2-year Warranty Period Following The Production Deployment Of The Application. B. Non-functional Requirement • Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity, Data Privacy Policies, And Other Relevant Legal And Ethical Standards Concerning Data Privacy And Protection. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. • Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. • Multi-factor Authentication: The System Shall Implement Multi-factor Authentication (mfa) To Enhance Security By Requiring Users To Provide Multiple Forms Of Identification Before Granting Access. This Extra Layer Of Security Will Prevent Unauthorized Access, Even If A User’s Password Is Compromised. The Mfa May Include Combinations Such As Passwords, Security Tokens, Or One-time Passwords (otps). • Audit Trail: The System Shall Maintain A Comprehensive Audit Log That Records All User Activities. This Includes Logins, Data Access, Modifications, And Any Other Actions Performed Within The System. The Audit Trail Is Essential For Monitoring User Behavior, Detecting Security Breaches, And Facilitating Troubleshooting. The Records Shall Be Tamper-proof And Stored Securely To Ensure Data Integrity. • Support: The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period. C. Deployment Requirements • Compatibility With Dswd Managed Infrastructure: The System Shall Be Hosted On Identified Cloud Infrastructure And Be Compatible With Existing Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards That Need To Include The Following Set Of Environments: ○ Development, Staging, Uat, And Production Environment • Performance Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage Including But Not Limited To Load Testing, Stress Testing, Etc. • Quality Assurance: The Service Provider Shall Conduct A Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. The Service Provider Must Address All Identified Quality Assurance Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. • Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure Against Potential Cyber Threats. The Service Provider Must Address All Identified Vulnerability Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. D. Use Case The System Shall Ensure The Inclusion Of These Min. Use Case Requirement: Application Use Case Advanced Data Gathering For Assistance Preparedness For Protection (agapp) • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • Report Generation For: ○ Disaster Incident Reports ○ Evacuation Report • Capture Geolocation Beneficiary Transactional Account Information System (bts) • Data Processing Of Beneficiary Payment Modality Registry • Integration To 4ps Api Support Features: • Shall Be Integrated With The Philsys Authentication • Shall Be Mobile Responsive • Shall Include Role-based Access Control (rbac) • Customized Profile Pages • Dashboard And Report Generation • User Management • Data Visualization And Exporting • Data Migration Fron Existing Platform • Shall Provide The Low Code Development Platform At No Additional Cost During The Development And Within 2 Years Warranty Period Following The Production Deployment Of The Application. Any Additional Use Cases Identified During The Business Process Review And Analysis Must Be Discussed With The Service Provider And Approved By The Dswd For Inclusion In The Development Of This Project. Likewise, All Forms, Intake Sheets, And Other Relevant Documents Required For The Development Of This Application Shall Be Subject To Approval By The Dswd E. Phases Of Development Component/activities Deliverables Sprint 0: Project Initiation Inception Report Sprint 1: Completion Of Design Discovery Team 1: Beneficiary Transactional Account Information System (bts) • Conduct Of Business Process Review And Requirements • System Design • Business Process And Requirements Analysis Report • System Requirements Specification • Business Requirements Document • Document: Approved System Design (wireframe And Use Case Document) And Implementation Plan Approved By The Business Owner Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 2: Completion Of Baseline Development Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • Philsys Authentication • Data Processing Of Beneficiary Payment Modality Registry • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission ○ System Security (i.e. Audit Trail, Mfa, Etc.) ○ Data Exporting Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission • System Security (i.e. Audit Trail, Mfa, Etc.) • Data Exporting Sprint 3: Completion Of Data Integration, Generation, Migration, And Other Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • 4ps Integration And Other Use Cases Identified During The Bpra • Dashboard And Report Generation • Data Migration Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Dashboard And Report Generation • Data Migration • Other Use Cases Identified During The Bpra Sprint 4: Completion Of Learning And Development Interventions Team 1: Beneficiary Transactional Account Information System (bts) Completed Learning And Development Interventions (ldis) With Documentation Report Action: At Least Two (2) Training Of Trainers Conducted With Comprehensive Documentation Either Onsite Or Virtual Documentation: Comprehensive Documentation Report Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Team 1: Beneficiary Transactional Account Information System (bts) Completion Report • Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • User’s Manual/guide (for System Users And System Administrators) • Technical Systems Documentation • Comprehensive Api Documentation • Installation Guide • Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 5: Final Systems Documentation And Turn-over Team 1: Beneficiary Transactional Account Information System (bts) Final Systems Documentation And Turn-over • Full System Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • Final User’s Manual/guide (for System Users And System Administrators) • Final Technical Systems Documentation • Final Comprehensive Api Documentation • Final Installation Guide • Final Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) F. Work Deliverables And Payment Schedule Milestone Deliverables Timeline % Of The Contract Price Sprint 0 Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% Sprint 1 Completion Of Design Discovery Within 25 Calendar Days Upon Receipt And Approval Of Inception Report 20% Sprint 2 Completion Of Baseline Development Requirements Within 25 Calendar Days Upon Completion Of Sprint 1 20% Sprint 3 Completion Of Data Integration, Generation, Migration And Other Requirements Within 25 Calendar Days Upon Completion Of Sprint 2 20% Sprint 4 Completion Of Learning And Development Interventions Documentation And Turn-over Within 25 Calendar Days Upon Completion Of Sprint 3 20% Sprint 5 Final Systems Documentation And Turn-over Within 15 Calendar Days Upon Completion Of Sprint 4 20% Outputs Of The Consultant Will Undergo Evaluation Before Proceeding To The Next Step. Each Deliverable, Particularly On The System Modules, Must Be Provided To The Ictms And Ico, Along With The Source Code. Deliverables Will Be Subject To Liquidated Damages If Submitted Beyond The Allotted Timeline, Which Is 15-30 Calendar Days Upon Acceptance And Approval. Only Work Outputs Or Deliverables Deemed Acceptable Will Be Compensated. Failure To Submit The Expected Output On Time Will Result In A Deduction Of One-tenth Of One Percent (0.001) Per Day From The Payment For The Covered Work Output/deliverable Unless Satisfactorily Justified. G. Institutional Arrangements Service Provider • Pre-development And Installation ○ The Service Provider Should Provide A Project Implementation Plan That Must Be Approved By The Dswd ○ Engage The Business Owner In The Conduct Of Business Process And Requirements Analysis As The Basis Of System Requirement Specification (srs) For The Information System That Will Be Developed ○ Ensure Approval On The Sign-off Documents On All The Identified Deliverables • During Development And Installation ○ The Service Provider Should Manage And Execute Project Tasks Alongside The Dswd In Accordance With The Project Scope Period Of Performance And Quality Standards ○ The Service Provider Shall Ensure Compliance With The Data Sharing Agreement ○ The Service Provider Shall Ensure Timely Completion Of Deliverables Identified In This Project ○ The Service Provider Should Lead The Deployment Project In Collaboration With The Dswd And Provide Weekly Project Updates, Bi-weekly Steering Committee Meetings, Milestone Reports, And Closeout Reports ○ The Service Provider Should Provide A Status Report Of The Project In The Form Of Charts/graphs ○ The Service Provider Should Assume Full Responsibility For The Project Plan And Lead The Change Management Process ○ The Service Provider Should Formulate And Execute A Training Approach And Strategy ○ The Service Provider Should Establish A Dedicated Project Team As The Primary Point Of Contact For Dswd Throughout The Deployment Process ○ The Service Provider Should Have A Project Manager Responsible For Overseeing The Integrated Project Plan, Managing Risk Mitigation, And Resolving Issues ○ The Service Provider Should Have A Technical Deployment Architect Responsible For Coordinating And Supporting The Implementation Of Technical Tasks, Providing Best Practices, And Troubleshooting ○ The Service Provider Should Have A Change Manager Responsible For Executing The Change Management Plan, Publishing Communication Plans, And Designing The Training Curriculum ○ The Service Provider Shall Inform The Proponent Office Of Any Challenges Requiring Further Assistance ○ The Service Provider Should Have A Trainer Responsible For Conducting And-user Training And Technical Training Workshops • Post Installation ○ The Service Provider Representative Shall Co-manage The Project With The Assigned Project Focals From The Dswd Ensuring That The System Is Operational 24/7 ○ The Service Provider Should Provide An Escalation Procedure In Reporting Issues And Concerns ○ The Service Provider Should Ensure End-to-end Security To The System To Safeguard Against Breaches And Potential Threats, Including Administration Tools And Best Practices ○ The Service Provider Should Perform Capacity Planning, Identify Requirements, And Provide Recommendations To Enhance The Performance And Usability Of The System. The Service Provider Is Responsible For All Configurations, Including Those For Future Requirements Identified By Dswd ○ The Service Provider Shall Provide A 2-year Warranty Period At No Additional Cost To Address Errors/bugs/vulnerabilities After All The Sprint Has Been Completed • Service Level Agreement ○ The Service Provider Shall Maintain 24/7 Availability ○ The Service Provider Shall Include Unlimited 24x7 Service Support Via Phone, Email, Remote, Or On-site When Needed At No Additional Cost Within The Warranty Period ○ The Service Provider Shall Respond To Support Requests Within The Following Timeframes: 1. Critical Issues: Within 1 Hour 2. High Priority Issues: 1-4 Hours 3. Medium Priority Issues: Within 24 Hours 4. Low Priority Issues: 1-3 Business Days ○ The Service Provider Shall Commit To Resolving Issues Within The Following Timeframes: 1. Critical Issues: Within 4 Hours 2. High Priority Issues: Within 24 Hours 3. Medium Priority Issues: 1-3 Business Days 4. Low Priority Issues: 1-7 Business Days ○ The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period ○ The Service Provider Shall Provide Thorough Guidance And Comprehensive Documentation For All Changes, Enhancements, And Interventions Made During The Warranty Period ○ The Service Provider Shall Document All Interventions, Changes, Troubleshooting Activities, And Enhancements, Ensuring Approval From The Department’s Designated It Team And Submission Within The Prescribed Period ○ The Service Provider Shall Strictly Adhere To The Existing Ict Policy And/or Guidelines Of The Department Department Of Social Welfare And Development (dswd) • Provide Overall Management Directions To The Project • Support The Offices, Bureaus, Services And Units (obsus) In Establishing Institutional Mechanisms For The Sustainability Of The Project • Enforce A Data Sharing Agreement / Non-disclosure Agreement Among The Project Stakeholders (if Needed) • Ensure That The Project Is Aligned With The Secretary’s Directive Regarding Digitalization, Specifically On The Transition To Online Systems, And Consistent With The Department’s Pgs And Strategy Map • Ensure The Project’s Inclusion In The Dswd Information Systems Strategic Plan • Provide Contextual Inputs To The Service Provider To Ensure Alignment Of The Design And Development Of The Application To The Business Requirements • Review The Quality Of Operations-related And Ict Related Outputs Submitted By The Service Provider Under The Terms Provided Herein • Provide Appropriate Documents Relevant To The Project Within The Duration Of The Engagement • Create A Policy And/or Document Supporting The Sustainability Of This Project • Lead The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets • Ensure Timely Monitoring Of This Project Including But Not Limited To: ○ Deliverables Of The Service Provider ○ Timely Monitoring, Tracking And Updates Of Procurement And Financial Related Activities • Assist In The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets H. Learning And Development Interventions The Following Learning And Development Interventions (ldis) For Dswd End-users And Technical Staff Shall Be Conducted By The Service Provider Who Shall Also Issue Certificates Of Completion To The Participants Duly Signed By A Certified Trainer, At No Extra Cost To The Dswd: • Onboarding Sessions And Other Learning And Development Interventions On The Proposed Platform For Administrators And End-users Within The Subscription Period • At Least Four (4) Training-of-trainers During The Development And/or Prior Development • At Least One (1) Capability-building Session Must Be Held Per Semester During The Warranty Period To Keep Participants Updated On The System Enhancements And Best Practices • At Least One (1) Capability-building Session Must Be Held Per Semester For The Administration Management Console Technical Training For It Administrators I. Confidentiality And Non-disclosure Agreement • All Data And Information Used In This Service Shall Be Governed By Republic Act 10173 – Data Privacy Act Of 2012 • Any Information, Including But Not Limited To The Information Related To Dswd Provided To The Service Provider For The Purpose Of Warehouse Inventory Management Solution Agreement, Are The Sole Property Of The Dswd. The Service Provider Shall Treat This Information As Confidential And Shall Not Disclose It To Any Company, Firm Or Person During The Duration Of The Agreement, Or At Any Time Thereafter. • All Business, Personnel And Technical Information And Any Related Documentation, In Whatever Form, Which The Dswd May Provide Shall Be Used By The Service Provider Solely For The Purpose For Which It Was Provided And Shall Be Treated In Strictest Confidence And Protected; If In Tangible Form, The Same Shall Be Returned To Dswd Upon The End Of The Service Agreement. • All Account Information And Data Are Sole Property Of The Dswd. The Service Provider Shall Not Retain Copies Of It In Any Form Upon The End Of The Service Agreement J. Minimum Qualifications • With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development • With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage • With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients • With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications K. Ownership And Publication Rights • All Documentation Produced Under The Terms Of This Engagement Shall Remain The Property Of Dswd. Dswd Retains The Exclusive Right To Publish Or Disseminate The Knowledge Products Arising From The Engagement Even After The Termination Of This Project • The Service Provider Must Submit A Written Letter When Requesting Raw Data, Versions, And/or Parts Of The Outputs That Will Be Used For Purposes Other Than What Was Originally Agreed Upon With The Terms Of This Engagement • The System Including Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity And In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd • Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, Licenses And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase L. Budgetary Requirements: The Total Budgetary Requirement Amounts To Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Chargeable Against Ictms 2024 Funds And Payment Will Be Staggered Per Milestone Achievement Following Dswd – Approved Policies And Guidelines. 5. Evaluation Criteria This Project Shall Be Procured Using Section 53.9 (negotiated Procurement-small Value Procurement) Of The Revised 2016 Implementing Rules And Regulations Of Republic Act No. 9184 Or The Government Procurement Reform Act And Pursuant To The Following Criteria: Qualification Rating With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 35% B. The Consulting Firm Has Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 25% With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 35% B. The Consulting Firm Has Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 25% With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% A. The Consulting Firm Has More Than Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% B. The Consulting Firm Has Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 5% With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications 20% A. The Consulting Firm Has 2 Or More Team Of Over Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications 20% B. The Consulting Firm Has Less Than 2 Team Of Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications Role Quantity Project Manager 1 Developers 2 Quality Assurance (qa) Specialist 1 Analyst 1 15% Total 100% Passing Rate 70% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. 2025 Mayor’s/business Permit Or 2024 Mayor’s/business Permit With Proof Of Application And/or Official Receipt Of Renewal For 2025 (2025 Mayor’s/business Permit Must Be Submitted As Condition For Payment); F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 5:00pm Of 7 March 2025 (friday). 11. The Project Duration For Cy 2025 Is Four (4) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph (original Signed) Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee
Closing Date7 Mar 2025
Tender AmountPHP 992.7 K (USD 17.1 K)
Philippine Coast Guard Tender
Software and IT Solutions
Philippines
Details: Description Lot Supply And Delivery Of Ict Equipment And Other Materials For Cghrmc For Fy 2025 1. Webcam - 18 Units Fhd Webcam 2k 1440p Live Broadcast Web Cam With Microphone For Laptop Pc 2. Router - 3 Units Dual Band Gigabit Wi-fi 6 Router 3. Voice Recorder - 4 Units Digital Voice Recorder 64gb Built-in Memory 4. Printer - 18 Units Ecotank L5290 A4 Wifi All-in-one Ink Tank Cis Printer With Adf (3in1) 5. Computer Desktop Set - 18 Units Processor: Ryzen 7 5700g 3.80ghz 8 Cores 16 Threads Motherboard: B450m-a Promax Msi Igpu:radeon Vega 8 8gb Total Shared Ram: 32gb (2x16)3200mhz Rgb Ddr4 Tforce Delta Ssd:256gb M.2 Hdd 1tb 3.5 Powersupply: 800 Watts Semi Rated Case:tempered Glass Rog Cyborg Fan: 6x Argb Withremote Monitor:27” 165hz Curve Va Fhd In27fgp Accessories:keyboard, Mouse,mousepad 6. Hi-speed Scanner - 4 Units 2600 F1 Scans Up To 25 Ppm / 50 Ipm Up-to 1,500 Pages Daily Scan To Text, Image, Pdf Word (doc, Docx), Excel (xls, Xlsx), Csv, 60-page, Two-sided, Single-pass Auto Document Feeder Compact Design That Fits On The Desktop. 7. Ups - 18 Pcs Product Specifications Input Voltage Range 140 - 300 Vac ± 5% Pro700sfc 650va Avr/ups Input Frequency50 Or 60hz (auto Sensing) Output Nominal Voltage230vac Output Voltage Regulation (battery Mode) ± 10% Output Frequency50 Or 60hz ± 1hz Output Transfer Time (typical)2ms Battery Recharge Time2-4 Hours Recover To 90% Capacity Led Displayac Mode - Green Lighting 8. Dslr Battery Camera - 1 Pc Rechargeable Lithium-ion Battery 9. Sd Card For Dlsr Camera - 1 Pc Storage Capacity: 128gb Card Type: Sdxc Speed Class: 10 10. Laptop - 14 Units Amd Ryzen 5 7535hs, 8gb Ddr5-5600 So-dimm, 512gb Pcie Nvme M.2 Ssd, 15.6"fhd(1920x1080)144hz, Nvidia Geforce Rtx 2050 4gb Gddr6, Windows 11 Home 11. Avr - 18 Units Output Power Capacity 360 Watts 650va/ Ups Bvx650i – 650va, Avr, 230v, 360watts, 4 Outlets Output Connections (4) Nema 5-15r (battery Backup) Nominal Output Voltage 230v Nominal Input Voltage 230v Input Connections Nema 5-15p 12. Megaphone - 11 Pcs Pistol Grip, Wired Handheld Mic, Recording Function & Usb/sd Slot 50w W/ Spa 50w Power Pistol Grip Wired Handheld Microphone Button Activated Siren Recording Function Option For External 12v Dc Mp3 Playback Via Usb Sd Slot Bluetooth Connectivity Auxiliary 13. Projector - 4 Units The Latest Generation Full-closed Optical Machine, Higher Dust-proof Level, Brings Longer Using Life. 900 Ansi High Brightness, Cinema-level 90% Dci-p3, Presents More Real Color And Clearer Image Quality. 1080p Full Hd Resolution With 4k Decoing. 16-points High Quality Image Projecting, Make Sure Each Inch Of The Image Is Clear And Sharp. 3000:1 High Color Contrast Ratio. 2.4g& 5g Wifi: Competiable With Both 2.4ghz & 5ghz Frequancy Wi-fi, 2.4ghz Got Better Signal While Going Through Walls, 5ghz Got Higher Speed 14. Projector Screen - 4 Pcs 120-inch Hd Projector Screen With Stand Ratio 4:3/16:9 Portable Projection Screen 50491 50495 Size & Spec.: 120'(diagonal Length) No.50491 Screen Ratio: 4:3 No.50495 Screen Ratio: 16:10 Size: 1970*1480mm Size & Spec.: 120'(diagonal Length) Fitting: Bracket High-definition Coating, High Color Reductivity, Sharp Contrast Over 150 Degrees, Panoramic View 1* Projector Screen With Stand 15. Paper Shredder - 7 Units 3l Automatic Paper Shredder Big Capacity Machine For Office School Size & Spec.: Shred Capacity: 10 Sheets; Shred Size: 4x25mm; Security Level:4 Specs 1: Can Shred: Card, Paper Clip, Staple Specs 2: Continuous Run Time: 10min Specs 3: Bin Capacity: 23l Specs 4: Machine Noise: 60db Specs 5: Machine Power: 180w Specs 6: 350x250x550mm Sales Point 1: German Level 4 Confidentiality Sales Point 2: Nitride Steel Knife, Sharp And Durable Sales Point 3: Intelligent Induction, Overheat Protection, Stop Protection, Auto Reverse Sales Point 4: 23l Visible Paper Bucket Sales Point 5: Simple Design, Quick Operation 16. Mouse - 6 Pcs 10,000,000 Click Life Time 1.8m Nylon Braided Cable Tracking Method: Optical Smooth Mouse Feet 125hz Polling Rate High Speed Non- Slip Side Style: 6d 15g Hand Orientation: Both Hands Cable Length: 1.8m Braided Cable 17. Hdmi - 5 Pcs Cable Heavy Duty, 10 Meters Lot 2 Supply And Delivery Of Ict Equipment And Other Materials For Cgssc For Fy 2025 1. Flash Drive (64gb) - 7pcs Usb 3.0 Usb-a Usb 3.0(backwards Compatible With Usb 2.0) 0.26” X 1.67” X 0.52” 2. Hard Drive (1tb) - 3pcs 2.5 Inch 12 Milimiters 7.8 Centimiters 11.5 X 7.8 X 1.2cm; 148 Grams Usb 3.0 5400 Rm Lot 3 Supply And Delivery Of Ict Equipment And Other Materials For Cgrbas For Fy 2025 1. Desktop Computer Min Processor: - 5 Units - Total Cores- 6 - Total Threads-12 - Max Turbo Frequency- 4.30 Ghz - Turbo Boost Technology 2.0 Frequency-4.30 Ghz Operating Sytem: - Latest Operating System As Of February 2025 64-bit Platform Ram:16 Gb 4.min.storage/hard Disk: - 256ssd + 1 Tb Hdd Graphics/video Processor Memory: 6gb Gddr6 Memory Bus: 192-bit Monitor At Least 24 Inches,1920x1080 Pixel Others Usb Keyboard And Mouse With Avr,650 Watts, 220 Volts 2. Printer - 3 Units All-in-one Functions - Print, Scan, Copy Printing Resolution - 5,760 X 1,440 Dpi Interfaces - Usb, Wifi, Wi-fi Direct Paper Formats - A4, A6, A5, B5, 10 X 15 Cm, 13 X 18 Cm, 16:9, Dl (envelope), No. 10 (envelope), C6 (envelope), Letter, User Defined, Legal Printer Output - Color Printing Speed Iso/iec: - 10 Pages/min 3. Uninterruptable Power Supply (ups) - 5 Units Output Power Capacity 360 Watts / 650va Output Connections (4) Nema 5-15r (battery Backup) Nominal Output Voltage 230v Nominal Input Voltage 230v Input Connections Nema 5-15p Cord Length 1.2meter 4. External Hard Drive - 5 Pcs Capacity: 1tb Storage Media: 2.5” Sata Hdd System Compatibility: Windows, Mac Os, And Linux Os Certificates: Ce/ Fcc/ Bsmi Warranty: 3 Years Interface (min.): Usb 3.2 Gen 1 Operation: Dc 5v (power Supplied Through Usb) Case Material: Rubber/plastic With Operating User’s Manual (english Translation) Accessories (min): With Usb 3.0 Cable 5. Flash Drive - 5 Pcs Capacity: 64gb Usb Version 3.0 Plug-and-play With Memory Chip/board Firmly Embedded In Durable Casing With Built-in Usb Interface Cover Warranty: 1 Year 6. Cellular Phone - 1 Unit Operating System: Android Ram: 4gb Storage: 128gb Battery: 5000mah Dual Sim And 5g-ready Fast Charging With At Least 6.67-inch Display 7. Power Extension Cord - 5 Pcs 4 Sockets With Switch 2-meter Cord Length Wattage: 2500w Voltage: 250 Ampere: 10a Material: Polycarbonate Plastic Lot 4 Supply And Delivery Of Ict Equipment And Other Materials For Cggad For Fy 2025 Supply And Delivery Of Ict Equipment And Other Materials For Cggad For Fy 2025 1. Computer Desktop - 10 Set Processor: At Least 7330u 4-core/8-thread Processor Operating System: Windows 11 Pro For Business Video Card: At Least Integrated Or Dedicated Graphics Card Compatible With The Recommended Processor Monitor: 23.8", Fhd 1920x1080, 60hz, Ait Non-touch, Anti-glare, Memory: At Least 8 Gb: 1 X 8 Gb, Ddr4, 3200 Mt/s. Storage/hard Disk: At Least 500 Gb Ssd Threads: 16 Threads Thermal Design Power: 65w Graphics/ Video Processor: At Least 4gb Resolution: 1920 X 1080 Or Higher Network Interface: Gigabit Ethernet 10/100/1000 Wireless Lan: Wifi 802.11ax, Bluetooth Version 5.0 Built-in Programs: With Microsoft Office Ports: 1 Usb 3.2 Type-c® Gen 2 Port 2 Usb 3.1 Gen 1 Ports With Power On/wake-up Support 1 Usb 3.1 Gen 2 Port Withpowershare 1 Hdmi 1.4b Port 1 Hdmi-in 1.4b Port 1 Power-adapter Port 1 Rj45 Ethernet Port 1 Headset Jack Pointing Device: Usb Optical Mouse With Mouse Pad Input Device: Usb Keyboard With Numeric Keypad 2. Document Scanner - 3 Set Scanner Type:a4 Sheet-fed, One-pass Duplex Colour Scanner Sensor Type: Contact Image Sensor (cis)scanning Method: Fixed Carriage & Moving Document Light Source: Rgb Optical Resolution:600 X 600 Dpi *1output Resolution:50 - 1,200 Dpi (in 1 Dpi Increments)bit Depth: Each Colour (rgb): 10 Bit Input / 8 Bit Output Min Document Size:50.8 X 50.8 Mm Max Document Size:215.9 X 6,096 Mm Supported Paper Weight:27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2)adf Capacity:100 Sheets (80g/m2)daily Scan Volume: Up To 10,000 Sheets / Day Multi-feed Detection: Ultrasonic Sensor And Length Detection Interface: Usb 3.0 3. Printer - 6 Set Print, Scan, Copy Print Method: Precision Core Printhead Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi Automatic 2-sided Printing: Yes (up To A4) Paper Handling: Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 250 Sheets Of Plain Paper (80 G/m2), Connect Features: Iprint, Email Print, Remote Print Driver, Scan To Cloud Other Mobile Solutions: Apple Airprint, Mopria Print Service, Epson Smart Panel Operating System Compatibility: Windows Xp Sp3 / Xp Professional X64 Sp2 / Vista / 7 / 8 / 8.1 / 10/11 Windows Server 2003 /2008 / 2012 / Rated Voltage: Ac 220-240 Vrated Frequency: 50 - 60 Hz Operating: 12.0 W Sleep: 0.7 W Power Off: 0.2 W Standby: 5.3 W Interface: Usb 2.0 Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Networkprotocol: Tcp/ipv4, Tcp/ipv6 Network Lot 5 Supply And Delivery Of Ict Equipment And Other Materials For Cmc For Fy 2025 1. Portable Document Scanner - 1 Unit • Resolution: 600 X 600 Dpi • Scan Speed: 26ppm/52ipm • Adf Capacity: 50 Sheets • Max Document Size: 215.9x3,048 Mm • Usb 2.0 Connectivity 2. Printer With Scanner - 1 Unit •inkjet (pizoelectric)esc/p-r • 180x1 Nozzles Black, 59 X1 Nozzles Per Color (cyan, Magenta, Yellow) • 5760x1440 Dpi Max Resolution 3. Desktop Computer Set - 2 Units • Monitor: 21 Inches 1080-4k Resolution • 16 Gb Ram • 1tb Hdd • 500 Gb Ssd • Amd Ryzen 5 4. Laptop - 1 Unit • 15.6-inch • 1920x1080 Resolution • Amd Ryzen 5 • 8gb Ram • 1tb Hdd • 250 M.2 Ssd • Windows 11 5. Tablet - 12 Units • 10.61” Ips Lcd Display, 1200x1200 Resolution • Storage: 4gb+128 Gb • Battery: 8000 Mah 6. External Hard Drive, 1tb, Ssd - 2 Units 7. Paper Shredder - 1 Unit • 23l Bin Capacity • Can Shred: Staples And Paper Clips • 100-sheet Auto Feed And 10-sheet Manual Feed Shredding Capacity (70gsm Paper) 8. Mirrorless Camera - 1 Unit • 24.2mp Aps-c Cmos Sensor • Digic 8 Image Processor • 4k 24p Video With Crop, Full Hd 60p • Dual Pixel Cmos Af With 143 Af Zones • 6.5 Fps Electronic Shutter • 2.36m-dot Oled Evf • 3" 1.04m-dot Lcd Screen • Wi-fi And Bluetooth With Sd Card Slot • Rf-s 18-45mm F/4.5-6.3 Is Stm Lens Lot 6 Supply And Delivery Of Ict Equipment And Other Materials For Hrpc For Fy 2025 1. Printer - 2 Unit Printer Type: Printer Type:print, Scan, Copy, Fax With Adf Printing Technology: Print Method:precisioncore Printheadprinter Language:esc/p-r, Esc/p Rasternozzle Configuration:400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow)maximum Resolution:4800 X 1200 Dpi (with Variable-sized Droplet Technology)automatic 2-sided Printing:yes (up To A4) 2. Utp Cat6 (200 Meters) - 2 Rolls 3. Cat6 Rj45 (100 Pcs) - 3 Packs 4. Regular Laptop - 2 Unit Processor: Intel® Core™ I7-13620h Memory: 16gb 4800mhz Lpddr5 Storage: 512gb M.2 Pcie Nvme Ssd 5. Universal Adaptor Socket Plug - 6 Pcs • Durable And Highly Conductive • Maintain Their Grip On The Plugs Even After Thousands Of Uses • Engineered To Conform To Local And International Standards • 10a 250v • Can Be Used For Various Appliances • We Only Sell 100% Authentic Brand-new Products Current: 10a Voltage: 250v 6. Ethernet Hub - 1 Unit Details Product Code: C52ig-5haxd2haxd-tc Architecture Arm: 64bit Cpu: Ipq-6010 Cpu Core Count: 4 Cpu Nominal Frequency: 864 Mhz Switch Chip Model: Ipq-6010 Routeros License: 4 Operating System: Routeros V7 Size Of Ram: 1 Gb 7. Ram Module (dimm) - 8 Pcs Type: Ddr4 Capacity: 8gb Frequency: 3200mhz 8. Paper Shredder - 1 Unit -shreds Paper Into 6 Mm Straight Cut Strips At 1.8 M/min -shreds 7 Sheets Of 70 Gsm Paper Or 6 Sheets Of 80 Gsm Paper At Once -with 60-minute Auto-rest Feature After 2 Minutes Of Continuous Shredding -handy Sized 9 Litre Bin With Easy Lift Off Head Holds Up To 45 Sheets -cut Type: Straight Cut -capacity: 9 Liters -power Consumption: 100 Watts -model: Shredmaster S206 -colour Black 9. Keyboard And Mouse - 4 Sets 10. Mobile Phone - 2 Unit Display 6.78-inch Fhd+ Amoled Display (1080 X 2436 Pixels, 393 Ppi) With Corning Gorilla Glass, 20.3:9 Aspect Ratio, 120hz Refresh Rate, 550 Nits Typ., 1300 Nits Peak, And Punch-hole Os: Android 14 With Xos 14.5 Chipset: Mediatek Helio G100 (6 Nm) Cpu: Octa Core Cpu 2x Cortex-a76 @ 2.2ghz + 6x Cortex-a55 @ 2.0ghz Gpu: Mali-g57 Mp2 Ram:8 Gb Storage:256gb Expansion:expandable Up To 1tb Via Microsd 11. Smart Tv - 1 Unit Qled Pro Aipq Pro Processor T-screen Pro Onkyo 2.1ch Slim & Uni-body 144hz Vrr Dolby Vision•atmos Hdr10+ Multiple Eye Care 12. Computer Set - 2 Unit Processor: Amd Ryzen 7 Mother Board: Am4 Socket Ddr4 Memory: 16 Gb 3600 Mhz Ddr4 Gpu: Gtx 1650 Ssd: 512gb M.2 Pcie Nvme Ssd Psu: 750 Watts Case: Micro Atx Monitor: 24” Led Keyboard & Mouse: Standard 13. Tablet - 7 Unit Tab Wifi Graphite 8gb+128gb 14. Adapter Charger - 7 Unit 20w Usb-c Power Adapter Model: Usb-c Power Adapter 15. Handheld Radio - 1 Set Item Type Walkie Talkie Devices Warranty Type Supplier Warranty Warranty Duration 3 Months Distance 5.0km Number Of Channels 16 Ntc Permit Number Esd-rce-2334748 Rce Number 2334748 16. Splitter - 2 Set 8 10/100mbps Auto-negotiation Rj45 Ports, Supports Auto Mdi/mdix Green Ethernet Technology Saves Power Consumption Ieee 802.3x Flow Control Provides Reliable Data Transfer Plastic Case, Desktop Design Plug And Play, No Configuration Required 17. Extension Wires - 2 Pcs Universal Heavy-duty Outlets 10 Meters Cord Length With Overheating Protection Button Power Leakage/surge Protector Safety Breaker Rapid Flame Retardant Lot 7 Supply And Delivery Of Mementos, Souvenirs, And Other Customized Items For Pmc For Fy 2025 1. Hard Drive 1 Tb - 1 Pc Type: External Storage Devices Sku: 1tb Slim Silver 2. Laptop - 1 Pc Hard Drive Capacity: 512 Gb Processor Core Type: Quad-core Ram Memory: 8 Gb Maximum Ram Supported: 12 Gb Operating System: Windows 11 Home Battery Life: 11.5 Hours Model: Viprb-81wa00q7us Dimensions: 22.00 X 4.00 X 14.00 Inches 3. Clicker - 1 Pc Wave Length: 640~660nm (red Light) Battery Type: 2 Aaa Batteries Battery Life (laser Pointer): 20-hour Maximum Battery Life (presenter): 1050-hour Maximum Wireless Operating Distance: Approx 10m 4. Tablet - 6 Pcs E-reader: Yes Storage Capacity: 256gb Primary Camera Resolution: 12mp Warranty Type: Supplier Warranty Warranty Duration: 5 Years Mobile Cable Type: Type C Build-in Battery: Yes Number Of Sim Card Slots: 2 Sim Type: Micro, Nano 5. Document Shredder - 1 Pc Description: Paper Shredder Size & Spec.: Shred Capacity: 8 Sheets; Security Level:4 Specs 1: Can Shred: Staple Specs 2: Continuous Run Time: 3min Specs 3: Bin Capacity: 15l Specs 4: Machine Noise: <62db Specs 5: Machine Power: 80w Specs 6: 290mmx140mmx355mm Sales Point 1: German Level 4 Confidentiality Sales Point 2: Nitride Steel Knife, Sharp And Durable Sales Point 3: Overheat Protection Sales Point 4: 15l Visible Paper Bucket Lot 8 Supply And Delivery Of Ict Equipment And Other Materials For Hrms For Fy 2025 1. Computer Set - 3 Units Processor: Amd Ryzen™ 7-5700g (3.8ghz) Motherboard: A520m-k/csm Memory: Teamgroup 16gb Ddr4 Pc3200mhz Elite Storage: Teamgroup 512gb Mp33 Pcie Nvme M.2 Case: Vikings Runes Vkr-21 W/ 750 Watts Monitor: Pcx 23.8” 24qy01 Led Blk Mouse & Keyboard: Viking Gc-701 Gaming Combo Mouse Pad: Vikings Xxxl Blk Headset: Vikings Blaze Rgb Accessories: Gnrc Usb Wifi Adaptor 5x17 Inch Keyboard 2x4 Inch Mouse 2. Printer - 2 Units Compact Integrated Tank Design Print Speeds Up To 10.5ipm For Black And 5.0ipm For Colour Auto-duplex Printing 2 In 1 And 3 In 1 Wifi Borderless Printing Up To A4 Size Spill-free Ink Refilling Seamless Setup Via Epson Smart Panel Printer & Scanner Lot 9 Supply And Delivery Of Ict Equipment And Other Materials For Nupao For 2025 1. Rechargeable Digital Voice Recorder - 1 Unit Records Mp3 Or Wav Format, With 8gb Internal Storage And Expandable Memory, Lithium-ion Battery 20-24 Hours Recording Time, Usb Charger, With High-sensitivity Microphone, Built-in Speaker For Immediate Playback Or Can Connect To External Speakers/headphones Via 3.5mm Jack Or Bluetooth, Led Screen To Show Recording Status, Time, Battery Life, And File Information, Files Are Usually Easily Transferable Via Usb Cable Or Bluetooth To Computers Or Mobile Devices 2.printer With Scanner - 2 Units Ecotank System, Inkjet Printer (with Integrated Scanner), Resolution Up To 4800 X 1200 Dpi For Sharp, Detailed Prints, Connectivity: Wifi Or Wi-fi Direct, Usb 3.0, Ethernet, Mobile Printing Support, Support Paper Sizes: A4, A5, A6, Legal, Letter, And Custom Sizes, Paper Type Compatibility: Plain Paper, Photo Paper, Envelopes, Labels 3. Colour Laser Printer - 1 Unit Laser Printer With Color Printing Capabilities, 1200 X 1200 Dpi Or 2400 X 600 Dpi (enhanced) For Sharp And Clear Color Prints, Connectivity: Wifi Or Wi-fi Direct, Usb 3.0, Ethernet, Mobile Printing Support, Support, Input Tray Capacity: 250-500 Sheets, Paper Size: A4, A5, Letter, Legal, And Custom Sizes, Paper Type Compatibility: Plain Paper, Envelopes, Labels, Cardstock, And Glossy Photo Paper, Supports Full-color Prints, Toner Cartridges: Separate Cartridges For Each Color (cyan, Magenta, Yellow, Black) 4. Desktop Computer - 2 Units Processor (cpu): Intel Core I7 (10th Or 11th Gen) Or Higher Version, Memory (ram): 16gb Ddr4 Ram Expandable Ram For Future Upgrades, Storage: 256gb Ssd, 1tb Hdd, Graphics: Integrated Graphics (e.g., Intel Uhd Or Iris Plus, Or Amd Vega), Operating System: Windows 10 Pro, Ports And Connectivity: Usb 3.0/3.1 Ports: Minimum Of 4-6 For Connecting Peripherals, Hdmi/displayport, Ethernet (rj-45), Wi-fi 5 Or Wi-fi 6, Bluetooth 4.2 Or 5.0, Monitor Compatibility: Full Hd (1920x1080) Resolution, With Options For 2k Or 4k Monitors, Power Supply: 300w To 500w Power Supply, With Mouse And Keyboard 5. Mobile Phone - 1 Unit Processor (cpu): Qualcomm Snapdragon 8 Series Or Higher, Octa-core Processor For Fast Multitasking And Smooth Performance, Memory (ram): 8gb Ram, Storage: 128gb To 256gb Internal Storage With Expandable Storage, Display: 6.1 To 6.7-inch Full Hd+ Or Amoled Display, High Refresh Rate (90hz Or Higher), Battery: 5000mah Battery Or Higher For All-day Usage With Fast Charging Support, Connectivity: 45 And 5g Support, Bluetooth, Usb-c, Camera: 12mp To 50mp Primary Camera, Audio: Stereo Speakers, Durability: Ip68 Water And Dust Resistance
Closing Date10 Mar 2025
Tender AmountPHP 4.7 Million (USD 82.6 K)
Department Of Social Welfare And Development Main Tender
Software and IT Solutions
Philippines
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Dswd Rfp No. 25-gop-svp-cf-004 (pr No. 2024111680) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2025 Funds Intends To Apply The Sum Of Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Being The Approved Budget For The Contract (abc) For The Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Under (dswd Rfp No. 25-gop-svp-cf-004). 2. Objectives The Consulting Firm Shall Be Hired To Implement The Software Development Cycle To Establish The Bts And Agapp Website, Web, And Mobile Application. Specifically, The Project Aims To: A. Analyze The Business Requirements Of The Program; B. Design And Develop The Bts And Agapp, Including A Public-facing Website Based On The Specified Business Requirements; C. Perform The Necessary Quality Assurance Tests For The Bts And Agapp, Including The Privacy Impact Assessment; D. Assist In The Deployment Of The Bts And Agapp, Including The Conduct Of Training Of Trainers; And E. Provide A Warranty Service Upon Post-deployment Of The Bts And Agapp Application. 3. Scope Of Work A. Project Planning. The Consulting Firm Shall Formulate An Inception Report Or Project Plan Indicating The Framework, Approaches, Methodologies, And Specific Timeline For Tasks, Activities, And Deliverables Of The Project, Including Privacy Impact Assessment. B. Requirements Analysis, Design, And Project Management. Conduct A Thorough Requirements Analysis, Create System Designs Such As Wireframes And High-fidelity Prototypes, And Manage The Project. This Phase Includes Understanding Dswd’s Needs, Defining System Specifications, And Overseeing The Project’s Progress To Ensure Meeting Objectives. C. Software Development. Develop The Software According To The Specified Requirements. This Involves Coding, Configuring, And Creating All Necessary System Components, Ensuring Functionality And User-friendliness. D. Testing. Perform Extensive Software Testing To Ensure It Meets All Functional, Security, And Performance Requirements. This Includes Identifying And Fixing Bugs And Verifying System Integrity And Efficiency. E. Deployment Support. Assist With The System’s Deployment In The Identified Domain Environment, Including Support During The User Acceptance Testing (uat) Phase And Final Deployment In The Production Environment. F. Learning And Development Intervention. Design And Implement Learning And Development Interventions To Manage And Use The Application. This Service Also Includes The Development Of Print And Multimedia Assets Such As Walkthroughs, Audio-visual Presentations Highlighting The Features, And Brochures. G. Maintenance. Provide Maintenance Services Post-deployment For A Specified Support Period To Address Any System Issues, Updates, Or Enhancements. 4. Technical Specification A. General Requirements • Web-based Compatibility: This Application Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. • Offline Compatibility: This Application Must Be Accessible Via Mobile Or Similar Devices Without Internet Connection. • Provide An Intuitive User Interface With Easy Navigation And User-friendly Features For Users Of Varying Technical Expertise. • Implement Robust Security Measures, Including Encryption For Data At Rest And In Transit, And Comprehensive Security Protocols. • Reference Material: Shall Have Training/learning Avp Materials Of The System. • Must Be Designed Using A Platform Preferably Aligned With This Min. Requirement: Online Offline Relational Database Management System Mysql 8.0 Or Higher Sqlite 4.0 Or Similar Tools Front-end Flutterflow Back-end Api With Json Returns Data Visualization Google Looker, Tableau, Or Similar Tools Applicable For Flutterflow • Shall Provide Comprehensive Documentation On Front-end And/or Back-end Tools Using Swagger Or Similar Tools Deployed On Dswd Managed Infrastructure. • The System Shall Cover An Unlimited Number Of Users With No Additional Cost From The Proponent. • User Load Capacity: The System Should Be Capable Of Handling An Unlimited Number Of Users, Ensuring Consistent Performance Even During Peak Usage Periods. • Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Property Of Dswd. • Service Provider Access Limitations: The Service Provider Will Not Have Access To The Dswd Production System. They Must Provide Comprehensive Instructions And Support For The Dswd System Administrators For System Deployment And Setup. • Learning And Development Intervention: The Service Provider Shall Provide Comprehensive Capability Building Activities Focusing On Building The Necessary Skills For Effective Implementation And Continuous Utilization Of System. • The Low Code Development Tools Must Be Provided By The Service Provider With No Additional Cost During The Development And Within The 2-year Warranty Period Following The Production Deployment Of The Application. B. Non-functional Requirement • Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity, Data Privacy Policies, And Other Relevant Legal And Ethical Standards Concerning Data Privacy And Protection. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. • Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. • Multi-factor Authentication: The System Shall Implement Multi-factor Authentication (mfa) To Enhance Security By Requiring Users To Provide Multiple Forms Of Identification Before Granting Access. This Extra Layer Of Security Will Prevent Unauthorized Access, Even If A User’s Password Is Compromised. The Mfa May Include Combinations Such As Passwords, Security Tokens, Or One-time Passwords (otps). • Audit Trail: The System Shall Maintain A Comprehensive Audit Log That Records All User Activities. This Includes Logins, Data Access, Modifications, And Any Other Actions Performed Within The System. The Audit Trail Is Essential For Monitoring User Behavior, Detecting Security Breaches, And Facilitating Troubleshooting. The Records Shall Be Tamper-proof And Stored Securely To Ensure Data Integrity. • Support: The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period. C. Deployment Requirements • Compatibility With Dswd Managed Infrastructure: The System Shall Be Hosted On Identified Cloud Infrastructure And Be Compatible With Existing Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards That Need To Include The Following Set Of Environments: ○ Development, Staging, Uat, And Production Environment • Performance Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage Including But Not Limited To Load Testing, Stress Testing, Etc. • Quality Assurance: The Service Provider Shall Conduct A Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. The Service Provider Must Address All Identified Quality Assurance Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. • Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure Against Potential Cyber Threats. The Service Provider Must Address All Identified Vulnerability Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. D. Use Case The System Shall Ensure The Inclusion Of These Min. Use Case Requirement: Application Use Case Advanced Data Gathering For Assistance Preparedness For Protection (agapp) • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • Report Generation For: ○ Disaster Incident Reports ○ Evacuation Report • Capture Geolocation Beneficiary Transactional Account Information System (bts) • Data Processing Of Beneficiary Payment Modality Registry • Integration To 4ps Api Support Features: • Shall Be Integrated With The Philsys Authentication • Shall Be Mobile Responsive • Shall Include Role-based Access Control (rbac) • Customized Profile Pages • Dashboard And Report Generation • User Management • Data Visualization And Exporting • Data Migration Fron Existing Platform • Shall Provide The Low Code Development Platform At No Additional Cost During The Development And Within 2 Years Warranty Period Following The Production Deployment Of The Application. Any Additional Use Cases Identified During The Business Process Review And Analysis Must Be Discussed With The Service Provider And Approved By The Dswd For Inclusion In The Development Of This Project. Likewise, All Forms, Intake Sheets, And Other Relevant Documents Required For The Development Of This Application Shall Be Subject To Approval By The Dswd E. Phases Of Development Component/activities Deliverables Sprint 0: Project Initiation Inception Report Sprint 1: Completion Of Design Discovery Team 1: Beneficiary Transactional Account Information System (bts) • Conduct Of Business Process Review And Requirements • System Design • Business Process And Requirements Analysis Report • System Requirements Specification • Business Requirements Document • Document: Approved System Design (wireframe And Use Case Document) And Implementation Plan Approved By The Business Owner Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 2: Completion Of Baseline Development Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • Philsys Authentication • Data Processing Of Beneficiary Payment Modality Registry • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission ○ System Security (i.e. Audit Trail, Mfa, Etc.) ○ Data Exporting Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission • System Security (i.e. Audit Trail, Mfa, Etc.) • Data Exporting Sprint 3: Completion Of Data Integration, Generation, Migration, And Other Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • 4ps Integration And Other Use Cases Identified During The Bpra • Dashboard And Report Generation • Data Migration Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Dashboard And Report Generation • Data Migration • Other Use Cases Identified During The Bpra Sprint 4: Completion Of Learning And Development Interventions Team 1: Beneficiary Transactional Account Information System (bts) Completed Learning And Development Interventions (ldis) With Documentation Report Action: At Least Two (2) Training Of Trainers Conducted With Comprehensive Documentation Either Onsite Or Virtual Documentation: Comprehensive Documentation Report Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Team 1: Beneficiary Transactional Account Information System (bts) Completion Report • Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • User’s Manual/guide (for System Users And System Administrators) • Technical Systems Documentation • Comprehensive Api Documentation • Installation Guide • Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 5: Final Systems Documentation And Turn-over Team 1: Beneficiary Transactional Account Information System (bts) Final Systems Documentation And Turn-over • Full System Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • Final User’s Manual/guide (for System Users And System Administrators) • Final Technical Systems Documentation • Final Comprehensive Api Documentation • Final Installation Guide • Final Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) F. Work Deliverables And Payment Schedule Milestone Deliverables Timeline % Of The Contract Price Sprint 0 Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% Sprint 1 Completion Of Design Discovery Within 25 Calendar Days Upon Receipt And Approval Of Inception Report 20% Sprint 2 Completion Of Baseline Development Requirements Within 25 Calendar Days Upon Completion Of Sprint 1 20% Sprint 3 Completion Of Data Integration, Generation, Migration And Other Requirements Within 25 Calendar Days Upon Completion Of Sprint 2 20% Sprint 4 Completion Of Learning And Development Interventions Documentation And Turn-over Within 25 Calendar Days Upon Completion Of Sprint 3 20% Sprint 5 Final Systems Documentation And Turn-over Within 15 Calendar Days Upon Completion Of Sprint 4 20% Outputs Of The Consultant Will Undergo Evaluation Before Proceeding To The Next Step. Each Deliverable, Particularly On The System Modules, Must Be Provided To The Ictms And Ico, Along With The Source Code. Deliverables Will Be Subject To Liquidated Damages If Submitted Beyond The Allotted Timeline, Which Is 15-30 Calendar Days Upon Acceptance And Approval. Only Work Outputs Or Deliverables Deemed Acceptable Will Be Compensated. Failure To Submit The Expected Output On Time Will Result In A Deduction Of One-tenth Of One Percent (0.001) Per Day From The Payment For The Covered Work Output/deliverable Unless Satisfactorily Justified. G. Institutional Arrangements Service Provider • Pre-development And Installation ○ The Service Provider Should Provide A Project Implementation Plan That Must Be Approved By The Dswd ○ Engage The Business Owner In The Conduct Of Business Process And Requirements Analysis As The Basis Of System Requirement Specification (srs) For The Information System That Will Be Developed ○ Ensure Approval On The Sign-off Documents On All The Identified Deliverables • During Development And Installation ○ The Service Provider Should Manage And Execute Project Tasks Alongside The Dswd In Accordance With The Project Scope Period Of Performance And Quality Standards ○ The Service Provider Shall Ensure Compliance With The Data Sharing Agreement ○ The Service Provider Shall Ensure Timely Completion Of Deliverables Identified In This Project ○ The Service Provider Should Lead The Deployment Project In Collaboration With The Dswd And Provide Weekly Project Updates, Bi-weekly Steering Committee Meetings, Milestone Reports, And Closeout Reports ○ The Service Provider Should Provide A Status Report Of The Project In The Form Of Charts/graphs ○ The Service Provider Should Assume Full Responsibility For The Project Plan And Lead The Change Management Process ○ The Service Provider Should Formulate And Execute A Training Approach And Strategy ○ The Service Provider Should Establish A Dedicated Project Team As The Primary Point Of Contact For Dswd Throughout The Deployment Process ○ The Service Provider Should Have A Project Manager Responsible For Overseeing The Integrated Project Plan, Managing Risk Mitigation, And Resolving Issues ○ The Service Provider Should Have A Technical Deployment Architect Responsible For Coordinating And Supporting The Implementation Of Technical Tasks, Providing Best Practices, And Troubleshooting ○ The Service Provider Should Have A Change Manager Responsible For Executing The Change Management Plan, Publishing Communication Plans, And Designing The Training Curriculum ○ The Service Provider Shall Inform The Proponent Office Of Any Challenges Requiring Further Assistance ○ The Service Provider Should Have A Trainer Responsible For Conducting And-user Training And Technical Training Workshops • Post Installation ○ The Service Provider Representative Shall Co-manage The Project With The Assigned Project Focals From The Dswd Ensuring That The System Is Operational 24/7 ○ The Service Provider Should Provide An Escalation Procedure In Reporting Issues And Concerns ○ The Service Provider Should Ensure End-to-end Security To The System To Safeguard Against Breaches And Potential Threats, Including Administration Tools And Best Practices ○ The Service Provider Should Perform Capacity Planning, Identify Requirements, And Provide Recommendations To Enhance The Performance And Usability Of The System. The Service Provider Is Responsible For All Configurations, Including Those For Future Requirements Identified By Dswd ○ The Service Provider Shall Provide A 2-year Warranty Period At No Additional Cost To Address Errors/bugs/vulnerabilities After All The Sprint Has Been Completed • Service Level Agreement ○ The Service Provider Shall Maintain 24/7 Availability ○ The Service Provider Shall Include Unlimited 24x7 Service Support Via Phone, Email, Remote, Or On-site When Needed At No Additional Cost Within The Warranty Period ○ The Service Provider Shall Respond To Support Requests Within The Following Timeframes: 1. Critical Issues: Within 4 Hours 2. High Priority Issues: Within 24 Hours 3. Medium Priority Issues: 1-3 Business Days 4. Low Priority Issues: 1-7 Business Days ○ The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period ○ The Service Provider Shall Provide Thorough Guidance And Comprehensive Documentation For All Changes, Enhancements, And Interventions Made During The Warranty Period ○ The Service Provider Shall Document All Interventions, Changes, Troubleshooting Activities, And Enhancements, Ensuring Approval From The Depaartment’s Designated It Team And Submission Within The Prescribed Period ○ The Service Provider Shall Strictly Adhere To The Existing Ict Policy And/or Guidelines Of The Department Department Of Social Welfare And Development (dswd) • Provide Overall Management Directions To The Project • Support The Offices, Bureaus, Services And Units (obsus) In Establishing Institutional Mechanisms For The Sustainability Of The Project • Enforce A Data Sharing Agreement / Non-disclosure Agreement Among The Project Stakeholders (if Needed) • Ensure That The Project Is Aligned With The Secretary’s Directive Regarding Digitalization, Specifically On The Transition To Online Systems, And Consistent With The Department’s Pgs And Strategy Map • Ensure The Project’s Inclusion In The Dswd Information Systems Strategic Plan • Provide Contextual Inputs To The Service Provider To Ensure Alignment Of The Design And Development Of The Application To The Business Requirements • Review The Quality Of Operations-related And Ict Related Outputs Submitted By The Service Provider Under The Terms Provided Herein • Provide Appropriate Documents Relevant To The Project Within The Duration Of The Engagement • Create A Policy And/or Document Supporting The Sustainability Of This Project • Lead The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets • Ensure Timely Monitoring Of This Project Including But Not Limited To: ○ Deliverables Of The Service Provider ○ Timely Monitoring, Tracking And Updates Of Procurement And Financial Related Activities • Assist In The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets H. Learning And Development Interventions The Following Learning And Development Interventions (ldis) For Dswd End-users And Technical Staff Shall Be Conducted By The Service Provider Who Shall Also Issue Certificates Of Completion To The Participants Duly Signed By A Certified Trainer, At No Extra Cost To The Dswd: • Onboarding Sessions And Other Learning And Development Interventions On The Proposed Platform For Administrators And End-users Within The Subscription Period • At Least Four (4) Training-of-trainers During The Development And/or Prior Development • At Least One (1) Capability-building Session Must Be Held Per Semester During The Warranty Period To Keep Participants Updated On The System Enhancements And Best Practices • At Least One (1) Capability-building Session Must Be Held Per Semester For The Administration Management Console Technical Training For It Administrators I. Confidentiality And Non-disclosure Agreement • All Data And Information Used In This Service Shall Be Governed By Republic Act 10173 – Data Privacy Act Of 2012 • Any Information, Including But Not Limited To The Information Related To Dswd Provided To The Service Provider For The Purpose Of Warehouse Inventory Management Solution Agreement, Are The Sole Property Of The Dswd. The Service Provider Shall Treat This Information As Confidential And Shall Not Disclose It To Any Company, Firm Or Person During The Duration Of The Agreement, Or At Any Time Thereafter. • All Business, Personnel And Technical Information And Any Related Documentation, In Whatever Form, Which The Dswd May Provide Shall Be Used By The Service Provider Solely For The Purpose For Which It Was Provided And Shall Be Treated In Strictest Confidence And Protected; If In Tangible Form, The Same Shall Be Returned To Dswd Upon The End Of The Service Agreement. • All Account Information And Data Are Sole Property Of The Dswd. The Service Provider Shall Not Retain Copies Of It In Any Form Upon The End Of The Service Agreement J. Minimum Qualifications • With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development • With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage • With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients • With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications K. Ownership And Publication Rights • All Documentation Produced Under The Terms Of This Engagement Shall Remain The Property Of Dswd. Dswd Retains The Exclusive Right To Publish Or Disseminate The Knowledge Products Arising From The Engagement Even After The Termination Of This Project • The Service Provider Must Submit A Written Letter When Requesting Raw Data, Versions, And/or Parts Of The Outputs That Will Be Used For Purposes Other Than What Was Originally Agreed Upon With The Terms Of This Engagement • The System Including Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity And In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd • Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, Licenses And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase L. Budgetary Requirements: The Total Budgetary Requirement Amounts To Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Chargeable Against Ictms 2024 Funds And Payment Will Be Staggered Per Milestone Achievement Following Dswd – Approved Policies And Guidelines. 5. Evaluation Criteria This Project Shall Be Procured Using Section 53.9 (negotiated Procurement-small Value Procurement) Of The Revised 2016 Implementing Rules And Regulations Of Republic Act No. 9184 Or The Government Procurement Reform Act And Pursuant To The Following Criteria: Qualification Rating With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 35% B. The Consulting Firm Has Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 25% With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 35% B. The Consulting Firm Has Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 25% With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% A. The Consulting Firm Has More Than Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% B. The Consulting Firm Has Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 5% With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications 20% A. The Consulting Firm Has 2 Or More Team Of Over Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications 20% B. The Consulting Firm Has Less Than 2 Team Of Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications Role Quantity Project Manager 1 Developers 2 Quality Assurance (qa) Specialist 1 Analyst 1 15% Total 100% Passing Rate 70% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. 2025 Mayor’s/business Permit Or 2024 Mayor’s/business Permit With Proof Of Application And/or Official Receipt Of Renewal For 2025 (2025 Mayor’s/business Permit Must Be Submitted As Condition For Payment); F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 5:00pm Of 21 February 2025. 11. The Project Duration For Cy 2025 Is Four (4) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee
Closing Date21 Feb 2025
Tender AmountPHP 992.7 K (USD 17.1 K)
DEPT OF THE NAVY USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
Details: Combined Synopsis/solicitation For Commercial Items
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The
format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For
evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information
included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being
requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated
provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (f Ac) 2025-03
effective: 17 Jan 2025
this Is A Full And Open Competitive Announcement In Accordance With 19.502-2 (a) On A
firm-firm Fixed-price (ffp) Basis.
the Associated North American Industrial Classification System Code For This Procurement Is
513210.
the Associated Federal Supply Code (fsc) I Product Service Code Procurement Is Dalo.
the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase:
,nemo Outdoor Qualcomm Technology Wireless Network Testbed.
supplies: Brand Name.
items Must Be Brand Name In Accordance With Far 52.211-6.
delivery Address:
x U.s. Naval Research Laboratory
4555 Overlook Avenue, S.w.
bldg. 49 - Shipping/receiving
code 3400
washington, Dc 20375
**fob Destination Is Required**
estimated Delivery Time: --------
the Following Far & Dfa Rs Provisions And Clauses As Identified Below Are Hereby
incorporated. Any Far & Dfars Provisions Or Clauses Not Applicable By Their Terms Shall Be
self-deleting. Any Far Or Dfa Rs Provisions Or Clause(s) Erroneously, Or Otherwise, Omitted,
that Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incor Orated
into This Solicitation And Any Resultant Contract.
the Following Solicitation Far Provisions Apply To This Acquisition, Unless Not Applicable
by Their Terms, In Which Case Shall Be Considered Self-deleting. Any Far Provisions
erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be
considered To Be Incorporated Into This Solicitation:
• 52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality
agreements Or Statements--representation
• 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
• 52.204-7, System For Award Management
• 52.204-16, Commercial And Government Entity Code Reporting
• 52.204-17, Ownership Or Control Of Offeror
• 52.204-20, Predecessor Of Offeror
• 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance
services Or Equipment - Attached Below To Be Comp.leted And Returned With Quote!prop.osal.
• 52.204-26, Covered Telecommunication Equipment Or Services - Representation
• 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony
conviction Under Any Federal Law
• 52.212-1, "instructions To Offerors-commercial Items"
a. Far 52.212-1 Has Been Tailored To Include The Following Additional Instructions:
• This Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated.
no Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be
covered By The Manufacturer's Warranty.
• Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized
dealer, An Authorized Distributor, Or An Authorized Reseller For The Proposed
equipment/system Such That Oem Warranty And Service Are Provided And Maintained
by The Oem. All Software Licensing, Warranty, And Service Associated With The
equipment/system Shall Be In Accordance With The Oem Terms And Conditions
• Offerors Are Required To Submit Documentation From The Manufacturer Stating That
they Are An Authorized Distributor For The Specific Items Being Procured.
• 52.212-3, "offerors Representations And Certifications-commercial Items And Commercial Services"
• 52.217-5, Evaluation Of Options
• 52.219-1, Small Business Program Representations
• 52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals Representation
• 52.225-18, Place Of Manufacture
• 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or
transactions Relating To Iran-representation And Certifications
• 52.237-1, Site Visit
• 52.252-1, Solicitation Provisions Incorporated By Reference
nrl Also Includes The Following Provisions That Must Be Completed By The Offeror:
1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations Representation.
2. Far 52.222-22, Previous Contracts And Compliance Reports
3. Far 52.222-25, Affirmative Action Compliance
offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.gov/ In
accordance With Far 52.212-3, "offerors Representations And Certifications-commercial Items." If
paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
ffhe Following Contract Far Clauses Apply To This Acquisition, Unless Not Applicable By Their
terms, In Which Case Shall Be Considered Self-deleting. Any Far Clause Erroneously, Or Otherwise,
omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Inco Orated
into This Solicitation And Any Resultant Contract:
• 52.212-4, Contract Terms And Conditions-commercial Items
• 52.203-3, Gratuities (apr 1984)
• 52.204-18, Commercial And Government Entity Code Maintenance
• 52.204-19, Incorporation By Reference Of Representations And Certifications
• 52.204-21, Basic Safeguarding Of Covered Contractor Information Systems
• 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
• 52.219-8, Option To Extend Services
• 52.217-9, Option To Extend The Term Of The Contract
• 52.219-28, Post-award Small Business Program Rerepresentation
• 52.232-1, Payments
• 52.232-8, Discounts For Prompt Payment
• 52.232-11, Extras
• 52.232-23, Assignment Of Claims
• 52.232-39, Unenforceability Of Unauthorized Obligations
• 52.232-40, Providing Accelerated Payments To Small Business Subcontractors
• 52.233-1, Disputes
• 52.233-3, Protest After Award
combined Synopsis/solicitation For Commercial Items
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The
format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation
and Solicitation For Commercial Items," As Supplemented With Additional Information Included In
this Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested,
and A Written Solicitation Document Will Not Be Issued.
this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated
provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03
effective: 17 Jan 2025
this Is A Full And Open Competitive Announcement In Accordance With 19.502-2 (a) On A Firm-firm
fixed-price (ffp) Basis.
the Associated North American Industrial Classification System Code For This Procurement Is 513210.
the Associated Federal Supply Code (fsc) I Product Service Code Procurement Is Dalo.
the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase:
,nemo Outdoor Qualcomm Technology Wireless Network Testbed.
supplies: Brand Name.
items Must Be Brand Name In Accordance With Far 52.211-6. Delivery Address:
x U.s. Naval Research Laboratory 4555 Overlook Avenue, S.w. Bldg. 49 - Shipping/receiving Code
3400
washington, Dc 20375
**fob Destination Is Required**
estimated Delivery Time: --------
thefollowing Far & Dfars Provisions And Clauses As Identified Below Are Hereby Incorporated. Any
far & Dfars Provisions Or Clauses Not Applicable By Their Terms Shall Be Self-deleting. Any Far Or
dfars Provisions Or Clause(s) Erroneously, Or Otherwise, Omitted, That Which Should Have Been
included By Their Terms, Shall Be Considered To Be Incor Orated Into This Solicitation And Any
resultant Contract
the Following Solicitation Far Provisions Apply To This Acquisition, Unless Not Applicable By Their
terms, In Which Case Shall Be Considered Self-deleting. Any Far Provisions Erroneously, Or
otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be
incorporated Into This Solicitation:
• 52.203-18, Prohibition On Contracting With Entities That Require Certain Internal
confidentiality Agreements Or Statements--representation
• 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
• 52.204-7, System For Award Management
• 52.204-16, Commercial And Government Entity Code Reporting
• 52.204-17, Ownership Or Control Of Offeror
• 52.204-20, Predecessor Of Offeror
• 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services
or Equipment - Attached Below To Be Comp.leted And Returned With Quote!prop.osal.
• 52.204-26, Covered Telecommunication Equipment Or Services - Representation
• 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony
conviction Under Any Federal Law
• 52.212-1, "instructions To Offerors-commercial Items"
a. Far 52.212-1 Has Been Tailored To Include The Following Additional Instructions:
• This Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No
remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The
manufacturer's Warranty.
• Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized Dealer, An Authorized
distributor, Or An Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And
service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service
associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions
• Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An
authorized Distributor For The Specific Items Being Procured.
• 52.212-3, "offerors Representations And Certifications-commercial Items And Commercial Services"
• 52.217-5, Evaluation Of Options
• 52.219-1, Small Business Program Representations
• 52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals Representation
• 52.225-18, Place Of Manufacture
• 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or
transactions Relating To Iran-representation And Certifications
• 52.237-1, Site Visit
• 52.252-1, Solicitation Provisions Incorporated By Reference
nrl Also Includes The Following Provisions That Must Be Completed By The Offeror:
1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations Representation.
2. Far 52.222-22, Previous Contracts And Compliance Reports
3. Far 52.222-25, Affirmative Action Compliance
offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.gov/ In
accordance With Far 52.212-3, "offerors Representations And Certifications-commercial Items." If
paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
ffhe Following Contract Far Clauses Apply To This Acquisition, Unless Not Applicable By Their
terms, In Which Case Shall Be Considered Self-deleting. Any Far Clause Erroneously, Or Otherwise,
omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Inco Orated
into This Solicitation And Any Resultant Contract:
• 52.212-4, Contract Terms And Conditions-commercial Items
• 52.203-3, Gratuities (apr 1984)
• 52.204-18, Commercial And Government Entity Code Maintenance
• 52.204-19, Incorporation By Reference Of Representations And Certifications
• 52.204-21, Basic Safeguarding Of Covered Contractor Information Systems
• 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
• 52.219-8, Option To Extend Services
• 52.217-9, Option To Extend The Term Of The Contract
• 52.219-28, Post-award Small Business Program Rerepresentation
• 52.232-1, Payments
• 52.232-8, Discounts For Prompt Payment
• 52.232-11, Extras
• 52.232-23, Assignment Of Claims
• 52.232-39, Unenforceability Of Unauthorized Obligations
• 52.232-40, Providing Accelerated Payments To Small Business Subcontractors
• 52.233-1, Disputes
• 52.233-3, Protest After Award
• 52.233-4, Applicable Law For Breach Of Contract Claim
• 52.243-1, Changes-fixed-price
• 52.247-34, F.o.b Destination
• 52.249-1, Termination For Convenience Of The Government (fixed Price)(short Form)
• 52.249-4, Termination For Convenience Of The Government (services)(short Form)
• 52.252-2, Clauses Incorporated By Reference
2. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -
the Following Subparagraphs Of Far 52.212-5 Are Applicable, Unless Otherwise Not Applicable By
their Terms, In Which Case Shall Be Considered Self-deleting:
• 52.204-10
• 52.209-6
• 52.219-6
• 52.222-3
• 52.222-19
• 52.222-21
• 52.222-26
• 52.222-36
• 52.222-50
• 52.223-18
• 52.225-13
• 52.232-33
3. Dfars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of Commercial
items Dod Class Deviation 2018-00021, Commercial Item Omnibus Clause For Acquisitions Using The
standard Procurement System, Issued October 1, 2018 (revised October 1, 2018): Dod Class Deviation
2018-00021
the Following Solicitation Dfars Provisions Apply To This Acquisition, Unless Not Applicable By
their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Provisions Erroneously, Or
otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be
incorporated Into This Solicitation:
• 252.203-7005, Representation Relating To Compensation Of Former Dod Officials
• 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
• 252.204-7016, Covered Defense Telecommunications Equipment Or Services - Representation
• 252.215-7007, Notice Oflntent To Resolicit
the Following Solicitation Dfars Clauses Apply To This Acquisition, Unless Not Applicable By Their
terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Clause Erroneously, Or Otherwise,
omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be
incorporated Into This Solicitation And Any Resultant Contract:
• 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials
• 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
• 252.204-7003, Control Of Government Personnel Work Product
• 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor
• 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting
• 252.204-7015, Notice Of Authorized Disclosure Oflnformation For Litigation Support
• 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or
services
• 252.211-7003, Item Unique Identification And Valuation
• 252.211-7008, Use Of Government-assigned Serial Numbers
• 252.223-7008, Prohibition Ofhexavalent Chromium
• 252.225-7013, Duty-free Entry
• 252.227-7015, Technical Data - Commercial Items
• 252.227-7037, Validation Of Restrictive Markings On Technical Data
• 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports
• 252.232-7006, Wide Area Workflow Payment Instructions
• 252.232-7010, Levies On Contract Payments
• 252.239-7010, Cloud Computing Services
• 252.239-7018, Supply Chain Risk
• 252.244-7000, Subcontracts For Commercial Items
• 252.246-7003, Notification Of Potential Safety Issues
• 252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations
submission Instructions:
all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote. Include Your Company Duns
number And Cage Code On Your Quote.
all Quotations Shall Be Sent Via E-mail.
buyer Name: Marche Hampton, Email: Marche.t.hampton.civ@us.navy.mil.
please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The
"subject" Line Of Your Email.
all Questions Regarding The Solicitation Shall Be Submitted Via Email.
the Governrnent Intends To Award A Purchase Order As A Result Of This Combined
synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be
made Without Discussions Or Negotiations, Therefore Prospective Contractors Should Have An Active
registration In The System For Award Management (sam) Database ( Www.sam.gov) In Accordance With
federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To
this Solicitation.
the Governrnent Will Award A Contract Resulting From This Solicitation To The Responsible Offeror
whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Governrnent, Price And
other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
lowest Price Technically Acceptable - Offers Will Be Ranked Lowest To Highest According To Price. A
price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single
award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers,
will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance
with The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable).
if The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair
and Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be
made Based On The Lowest Price Offer(s). If The Lowest Price Offer Is Determined Technically
unacceptable, Another Analysis Will Be Conducted Amongst The Remaining Offers To Determine If A
single Or Multiple Awards Will Provide The Lowest Price. The Lowest Price Offer(s) Will Be Sent For
technical Evaluation. This Process Is Repeated In Order Of Price Until An Offer Or Combination Of
offers Is Deemed Technically Acceptable And Price Is Determined Fair And Reasonable.
options. When Applicable, The Government Will Evaluate Offers For Award Purposes By Adding The
total Price For All Options To The Total Price For The Basic Requirement. The Government May
determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced.
evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
terms And Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement
regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document
without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document
with The Exception, Deletion, Or Addition Of The Following:"
exceptions. Quoter Shall List Exception(s) And Rationale For The Exception(s).
submission Shall Be Received Not Later Than The Response Date Listed Above. Late Submissions Shall
be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). E-mailed Submissions
are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time
stamp On Fax Or E-mail.
the Following Provisions And Contract Clauses Are Hereby Incorporated Into This Request For Quote
(rfq). Any Provisions And Contract Clauses Not Applicable By Their Terms Shall Be Self-deleting.
interim Far Rule 2019-009, Published On July 14, 2020, And Effective On August 13, 2020 Instruction
to Offeror: Complete The Attached 52.504-24 And Include It With Your Offer.
far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services
or Equipment
the Offeror Shall Not Complete The Representation At Paragraph (d)(l) Of This Provision If The
offeror Has Represented That It ''does Not Provide Covered Telecommunications Equipment Or Services
as A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract,
subcontract, Or Other Contractual Instrument'' In The Provision At 52.204-26,
covered Telecommunications Equipment Or Services-representation, Or In Paragraph (v) Of The
provision At 52.212-3, Offeror Representations And Certifications- Commercial Items.
(a) Definitions. As Used In This Provision-backhaul, Covered Telecommunications
equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry,
roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204-25,
prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or
equipment.
(b) Prohibition. (1) Section 889(a)(l)(a) Of The John S. Mccain National Defense Authorization Act
for Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August
13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain,
any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A
substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System.
nothing In The Prohibition Shall Be Construed To-
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service
that Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection
arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot
permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(2) Section 889(a)(l)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year
2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From
entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any
equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A
substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System.
this Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless
of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition
shall Be Construed To-
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service
that Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection
arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot
permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award
management (sam) (https:/lwww.sam.gov) For Entities Excluded From Receiving Federal Awards For
"covered Telecommunications Equipment Or Services."
(d) Representations. The Offeror Represents That-
(1) It □ Will, □ Will Not Provide Covered Telecommunications Equipment Or Services To The
government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument
resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information
required At Paragraph (e)(l) Of This Section If The Offeror Responds "will" In Paragraph (d)(l) Of
this Section; And
(2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror
represents That- It □ Does, □ Does Not Use Covered Telecommunications Equipment Or Services,
or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or
services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph
(e)(2) Of This Section If The Offeror Responds "does" In Paragraph (d)(2) Of This Section.
(e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(l) Of This Provision. If
the Offeror Has Responded ''will'' In The Representation In Paragraph (d)(1) Of This Provision, The
offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment-
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique
entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem)
or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number,
such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As
applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment
and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In
paragraph (b)(l) Of This Provision.
(ii) For Covered Services-
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications
services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number,
manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service
being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any
factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph
(b)(l) Of This Provision.
(2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has
responded "does" In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall
provide The Following Information As Part Of The Offer:
(i) For Covered Equipment-
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique
entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number,
such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As
applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors
relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2)
of This Provision.
(ii) For Covered Services-
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications
services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number,
manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And
explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To
determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This
prov1s1on.
(end Of Provision)
dfars 252.204-7017 -prohibition On The Acquisition Of Covered Defense Telecommunications Equipment
or Services-representation
the Offeror Is Not Required To Complete The Representation In This Provision If The Offeror Has
represented In The Provision At 252.204-7016 , Covered Defense Telecommunications Equipment Or
services-representation, That It "does Not Provide Covered Defense Telecommunications
equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The
performance Of Any Contract, Subcontract, Or Other Contractual Instrument."
(a) Definitions. "covered Defense Telecommunications Equipment Or Services," "covered Mission,"
"critical Technology," And "substantial Or Essential Component," As Used In This Provision, Have
the Meanings Given In The 252.204-7018 Clause, Prohibition On The Acquisition Of Covered Defense
telecommunications Equipment Or Services, Of This Solicitation.
(b) Prohibition. Section 1656 Of The National Defense Authorization Act For Fiscal Year 2018 (pub.
l. 115-91) Prohibits Agencies From Procuring Or Obtaining, Or Extending Or Renewing A Contract To
procure Or Obtain, Any Equipment, System, Or Service To Carry Out Covered Missions That Uses
covered Defense Telecommunications Equipment Or Services As A Substantial Or Essential Component Of
any System, Or As Critical Technology As Part Of Any System.
(c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award
management (sam) At Https://www.sam.gov For Entities That Are Excluded When Providing Any
equipment, System, Or Service To Carry Out Covered Missions That Uses Covered Defense
telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or
as Critical Technology As Part Of Any System, Unless A Waiver Is Granted.
representation. If In Its Annual Representations And Certifications In Sam The Offeror Has
represented In Paragraph (c) Of The Provision At 252.204-7016 , Covered Defense Telecommunications
equipment Or Services-representation, That It "does" Provide Covered Defense Telecommunications
equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The
performance Of Any Contract, Subcontract, Or Other Contractual Instrument, Then The Offeror Shall
complete The Following Additional Representation:
the Offeror Represents That It [ ] Will [ ] Will Not Provide Covered Defense Telecommunications
equipment Or Services As A Part Of Its Offered Products Or Services To Dod In The Performance Of
any Award Resulting From This Solicitation.
(e) Disclosures. If The Offeror Has Represented In Paragraph (d) Of This Provision That It "will
provide Covered Defense Telecommunications Equipment Or Services," The Offeror Shall Provide The
following Information As Part Of The Offer:
(1) A Description Of All Covered Defense Telecommunications Equipment And Services Offered (include
brand Or Manufacturer; Product, Such As Model Number, Original Equipment Manufacturer (oem) Number,
manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable).
(2) An Explanation Of The Proposed Use Of Covered Defense Telecommunications Equipment And Services
and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition
referenced In Paragraph (b) Of This Provision.
(3) For Services, The Entity Providing The Covered Defense Telecommunications Services (include
entity Name, Unique Entity Identifier, And Commercial And Government Entity (cage) Code, If Known).
(4) For Equipment, The Entity That Produced Or Provided The Covered Defense Telecommunications
equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The
oem Or A Distributor, If Known).
Closing Date26 Mar 2025
Tender AmountRefer Documents
City Of Tayabas Tender
Electrical Cables And Wires...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project # 25-041 Supply And Delivery Of Other Supplies For 1st Quarter (non-dbm) - Gso 1.the City Government Of Tayabas, Through The General Fund 2025 Intends To Apply The Sum One Million Seventy-six Thousand Five Hundred Ten Pesos (php 1,076,510.00) Being The Abc To Payments Under The Contract For Project # 25-041 Supply And Delivery Of Other Supplies For 1st Quarter (non-dbm) - Gso. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the City Government Of Tayabas Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Ten (10) Calendar Days Upon The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year 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. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 04, 2025 (tuesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6.the City Government Of Tayabas Will Hold A Pre-bid Conference[] On March 11, 2025 (tuesday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before March 23, 2025 (monday), 10:00 A.m. 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 24, 2025 (monday), 10:01 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.the Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11.the City Government Of Tayabas 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 Sections35.6 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: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13.you May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Common: 1. Pack 100pcs Nylon Cable Ties Multi-purpose Plastic Zip Tie Cables Wires 2 2. Unit 3-in-1 Quick Charging Nylon Braided Cable 2.4a For Micro Iphone And Type-c (cb163 1 3. Bottle Air Purifier Aroma Essential Oil, 125ml 5 4. Unit Air Revitalizer/purifier With Led Light 1 5. Pc Bathroom Deodorizer W/ Holder, 100g 93 6. Set Blood Pressure Monitor - Set Of Aneroid Sphygmomanometer & Double-head Stethoscope 1 7. Pc Bulb, Led, 11watts, Hq 27 8. Can Butane Gas, 250ml 17 9. Pc Cable, Hdmi Male To Vga Hdmi Female Splitter 2m. 1 10. Pc Cable, Hdmi To Hdmi Cord 1.5m 1 11. Bottle Car Air Freshener, Hanging Car Diffuser 3 12. Can Car Air Freshener, Spillproof Organic, (cont. Net 42g) 96 13. Bottle Car Shampoo, 1liter 12 14. Unit Car Vacuum Cleaner, Cordless 1 15. Bundle Caution Tape (yellow And Black) 5 16. Pair Dex Shell Waterproof Socks 1 17. Unit Digital Weighing Scale (200g) 1 18. Unit Digital Weighing Scale (600g) 1 19. Can Disinfectant Spray, Hospital Grade, Surface Disinfectant Kills 99.9% Of Viruses & Bacterial Brand, 510g/can 123 20. Bottle Disinfectant, Liquid, 1 Liter 16 21. Pc Doormat Rug, Cotton 36x52cm 40 22. Pc Doormat, Anti-slip, 40x60 Cm 18 23. Unit Drill Machines & Set (color: Blue, Material: Metal, Set Content Detail: 1-piece Li Cordless Drill With One Battery 2 X 12v 1.5 Ah Li-ion Battery; Cv Charger, Carrying Cases) 1 24. Pc Dry Bag 20 Liters 1 25. Pc Dry Seal (office) 1 26. Unit Electric Kettle 2l (branded/high Quality) 1 27. Set Extension Cord Set With Individual Switch, 4 Gang Universal Outlet (branded High Quality) 16 28. Pc Extension Cord Set With Individual Switch, 6 Gang Universal Outlet, High Quality 1 29. Pc Extension Cord Wheel Power Strip 25m/ds 10amp/250v, Heavy Duty 1 30. Roll Fire Hose 1, 1/2" ɸ 15 Meters 1 31. Roll Fire Hose 2" ɸ 15 Meters 1 32. Kit First Aid Kit (pair Of Examination Gloves, Adhesive Bandage, Medical Tape, Cold Compress, Medical Scissors, Tweezers, Gauze Pads, Triangular Bandages, Gauze Rolls/kling Rolls, Alcohol Pads, Antiseptic Towelettes, Emergency Blanket) 2 33. Pc Flashlight Heavy-duty Original Rechargeable Light Led Tactical Flashlight, Aluminum Alloy Body, Complete Set With Rechargeable Battery And Case) 11 34. Roll Floor Mat, 91 Cm X 182 Cm, 0.35 Mm Thick, Rubberized 1 35. Pc Garden Bolo (dulos), Blade 18" 2 36. Pc Garden Bolo (itak), Blade 18" 3 37. Pc Garden Hedge Scissors Heavy Duty 3 38. Roll Garden Hose, 20m/roll High Quality 2 39. Set Gavel With Round Block 1 40. Bottle Glass Cleaner With Spray, 500ml 70 41. Box Gloves Latex, Powder Free, 100’s Medium) 1 42. Pair Gloves, Knitted W/rubber, Ordinary 41 43. Pair Gloves, Rubber, Heavy Duty 8 44. Gal Glyphosate, 48sl 20 45. Gal Grass/ Weed Killer 480sl 11 46. Set Gray Lead Seal W/ Engraved Copper Tags (customized) For Sealing Of Weights And Measure 125 47. Bottle Hand Sanitizer, Gel, 250ml 3 48. Gal Hand Soap, Liquid 21 49. Unit Hand Tools Set, 16pcs Industrial Insulated 1 50. Pack Hand Towel, 12's/pack, Hq 50 51. Unit Head Lamp, 80 Lumens, 25 M Range, Size: 60 X 40 X 31 Mm (excluding Headband); 3 Lighting Modes; Operates With 3 Lr03-aaa Batteries (supplied) 5 52. Pc Head Lamp (battery Operated), Heavy Duty, High Quality 2 53. Unit Headset, Usb, H390 With Noise Cancelling Microphone 2 54. Unit Helmet (ar-01, Full Face) Ar-01 Radiant - Size - Medium 1 55. Unit High Pressure Motorcycle Air Pump 1 56. Pc Jungle Bolo, Blade 12" With Leather Sheath 1 57. Pc Katsa Sack, Used But Washed 7 58. Pc Ladder Extension 24 Steps, Fiberglass 1 59. Pc Ladder, 4-step, Folding, Non-slip Steps With Wide Platform Steel Tube, 150 Kg Capacity, Branded 1 60. Pc Ladder, 5-step, Folding, Stainless Steel, Multifunctional Portable Ladder, Sturdy, Non-slip, 150 Kg Capacity 1 61. Pc Ladder, 7-step, Household Aluminum 1 62. Unit Laminator Machine A3/a4 Hot And Cold Heavy Duty 1 63. Pc Long Sleeve Camouflage, Dry Fit, Tactical 2 64. Unit Measurement Tool, 20cm Portable Magnetic Spirit Level High Precision Aluminum Construction Leveling Tool Measurement Bubble Level Gauge 1 65. Pc Measuring Tape, 10m, Retractable, Branded 2 66. Pc Measuring Tape, 50m 1 67. Pack Metal Steel Boltless Organizer Rack -3 Layer Length: 60 Cm; Width: 30 Cm Height: 100 Cm Materials: High Density Fiber Board And Full Metal Capacity: 200 L Capacity 1 68. Pc Microfiber Cleaning Cloth, Lint Free Polishing Cloth For Cell Phone, Tablets, Laptops, Ipad, Glasses, Camera Lens, Tv Screens And Other Delicate Surfaces 1 69. Pc Monoblock Chairs, With 5 Slots On Seat; No Arm Rest; With Engraved Lgu Label 34 70. Unit Monoblock Table, Size: 30" X 48", With Engraved Lgu Label (beige) 1 71. Pc Mountaineering Backpack Bag, 70l + 5l Hiking Storage Backpack Bag With Waterproof Rain Cover Water Bladder, Unisex 1 72. Bottle Multi-insect Killer, Water-based/odorless, 500ml (spray) 44 73. Bottle Muriatic Acid, Concentrated 250ml 29% Maximum Hci Content 34 74. Pack Naphthalene/ Moth Balls, 1kg/pack 2 75. Pair Nomad Batwing Tarp 10x10 1 76. Roll Nylon Rope, 4mm 1 77. Roll Nylon Rope, 20mm X 200m 1 78. Pc Padlock, 50mm (heavy Duty) 5 79. Set Padlock, 50mm, Long Shackle, Hardened Steel, Branded 1 80. Set Padlock, 60mm, Hardened Steel, Branded 1 81. Pc Pail, 12l Capacity, High Quality 1 82. Pc Pail, 24l Capacity, High Quality 6 83. Pc Pallet, Plastic, 110"x130"x5" High Quality 1 84. Pc Pallet, Stackable Blue, 48x40 5 85. Pc Pickup Tool Flexible Drain Clog Remover Retractable Claw Retriever For Kitchen Bathroom Toilet 1 86. Unit Plastic Bag 2 X 3, 100pcs/10pack 4 87. Pc Plastic Crate, Multi-purpose, Heavy Duty, L52cm X W36cm X H 28cm 11 88. Pack Plastic Ziplock, 100's/pack, #10 (9.5 X 13") 1 89. Pack Plastic Ziplock, 100's/pack, #11 (11 X 16") 1 90. Set Pliers, Combination, Dyna Grip, 7", Branded 1 91. Set Pliers, Long Nose, Dyna Grip, 8", Branded 1 92. Pc Portable Ultralight Camping Chair, Aluminum Alloy, 150kg Capacity, Double Extra Thick, Black Or Moss Green 1 93. Unit Power Sprayer Machine 1 94. Meter Power Spray Hose, Korean Tech 8.5mm, Heavy Duty 25 95. Roll Professional Digital Distance Laser Measure / Rangefinder W/ Battery Pack 1 96. Pc Pushcart - Hard Plastic Platform, Heavy Duty Durable Plastic Platform; 300kg. Capacity, 5-inch Wheels 1 97. Pc Rain Coat Pants, Hq 3 98. Pc Rain Coat W/ Sleeves, Heavy Duty 2 99. Pc Rostrum 120m Height X50m Width, Stem 96m Height X30mx34m Width – For Footing Stand 48.5m X 48.5m Width X 10m Height 1 100. Pair Rubber Rain Boots, All Size, Lightweight, Non-slip, Heavy Duty 13 101. Pc Sack, 50kls Capacity 2 102. Pc Safety Goggles Anti Fog, Impact Resistant 2 103. Unit Shredder Machine Paper 15l Can Shred Staples A4 High Quality 1 104. Pc Snake Hook 1 105. Unit Solar Light Small With Charger And Free 3 Bulbs 2 106. Unit Speaker With Microphone, 12" 400w Powered Portable Trolley Speaker 1 107. Kilo Taysi (for Grasscutter), 3.0mm 14 108. Bottle Toilet Bowl Cleaner, Multi-purpose, 1 Liter/ Bottle 59 109. Pc Toilet Plunger Powerful Suction, Heavy Duty 12 110. Pack Toilet Tissue Paper, 2-ply, 12rolls/pack 8 111. Roll Trapal Ordinary (sako), Blue/ornage, 8ft Width X 100 Meters 1 112. Pack Trash Bag, 15+15x37 (xl), Black, 100s/pack 54 113. Pack Trash Bag 11+11x24 (medium), Green, 100/pack 12 114. Pack Trash Bag 11+11x24 (medium), Yellow, 100/pack 29 115. Roll Trash Bag Large, 20x30, Rolled, White, 20s/roll 48 116. Pack Trash Bag Medium, Cross Tie, Black, 10/pack 7 117. Pack Trash Bag Medium, Cross Tie, Green, 10/pack 4 118. Pack Trash Bag Medium, Cross Tie, Yellow, 10/pack 4 119. Pc Trash Bin With Cover, Pedal/step, 20l 2 120. Unit Two-way Radio, Heavy Duty, High Quality 1 121. Pc Umbrella W/ Lgu Tayabas Logo, Black Big, Heavy Duty 4 122. Pc Umbrella, Head Wear, Heavy Duty 1 123. Pc Wall Clock, High Quality 2 124. Bottle Wd-40® Specialist Fast Drying Contact Cleaner 360ml 1 125. Unit Webcam, Pk-940ha Fhd 1080p Af 1 126. Pc Whistle, High Quality 1 127. Pack Ziplock Seal-it Bag, 120mm X 170mm X 0.04mm, 100pcs/pack 1 128. Pack Ziplock Seal-it Bag, 240mm X 340mm X 0.04mm 100pcs/pack 1 Cleaning Materials: 129. Pc Air Filled Rubber Cot Mat, Medium, 45 X 30 1 130. Pc Air Filled Rubber Cot Mat, Medium, 55 X 40 1 131. Can Air Freshener, 320ml 1 132. Pc Bottle Spray Gun, 500ml (high Quality) 7 133. Pc Brush, Floor Brush With Long Handle (heavy Duty) Durable Floor Brush Scrub With Scapper & Long Handle I Adjustable 120 Degree Rotating Cleaning Brush With Hard V Shaped Bristle I 12 134. Pc Brush, Toilet Brush With Holder (heavy Duty) (home Gallery Toilet Brush With Stand | Heavy-duty Bristles | Comfortable Grip Handle | Yb5862a) 18 135. Pc Brush, Washing Rag 7 136. Drum Chlorine 1 137. Can Cleaner, Scouring Powder 3 138. Can Dashboard Polisher, " Vs1 Protector", Original, 250ml 1 139. Pack Detergent Powder, 1.7kg 19 140. Pack Detergent Powder, Anti-bac, 1.7kg 78 141. Pc Dipper, 1l Capacity High Quality 2 142. Pack Dishwashing Liquid, 600ml, Refill Pack 98 143. Set Dustpan With Broom, Plastic, Durable 1 144. Pc Dustpan With Handle, Stainless, Heavy Duty 27cm X 27cm X 68cm 5 145. Pc Dustpan, Plastic, Made From Durable Materials With Easy Grip Handle And Rubber Edge 44 146. Pc Feather Duster (not Plastic) 1 147. Pc Garden Rake 16 Tines All Metal Heavy Duty 1 148. Pc Glass Wiper - Squeegee With Long Retractable Handle 95cm X 8cm 3 149. Pc Halabas, Wood Handle 1 150. Gal Liquid Bleach, 1 Gallon 59 151. Pack Liquid Bleach, Color Safe, 3.6 Liter/pack 1 152. Pc Liquid Soap Dispenser, Special Manual Pressing Type (wall Mount 500ml) 26 153. Pc Microfiber Flexible Duster (300cm Microfiber Duster, Electrostatic Adsorption) 1 154. Pc Mop Head, Refill, Microfiber Cloth, Round Shape, Good For Zt1-10, Zt-11 & Others 30 155. Set Mop Stick/handle And Microfiber Mophead, 6-1/2” Diameter, For Tornado Mop 17 156. Set Mop, 360 Rotating Spin, High Quality Floor Mop L45.5xw26xh21cm (zt11m/3) 19 157. Bottle Multi-purpose Cleaner Classic 1l Bottle, Antibacterial Multi-purpose Cleaner With Anti-microbial System That Kills 99.9% Of Viruses And Bacteria, Including Coronavirus Based On Technical Test 23 158. Bottle Muriatic Acid, 500ml 1 159. Bottle Rust Remover, For Stainless Steel, 450ml 1 160. Pc Scrub Sponge, 150mm X 95mm X 30mm, Heavy Duty 23 161. Pc Soap, Bath/hand, Germ Protection, White, 85g 58 162. Pc Steel Brush, Stainless, Rust Remover 1 163. Pc Toilet Brush With Handle 9 164. Pack Trash Bag, 15+15x37 (xl), Black, 100s/pack 1 165. Pack Trash Bag, Large, 26 X 32, Black 4 166. Pc Trash Can With Flat Cover, Plastic, 45l, High Quality 1 167. Dozen Wire-brush, Steel Wire Ball 1 Sound System Supplies & Materials: 168. Pc Audio Connector Jack 3.5mm (baby) Plug Heavy Duty 5 169. Pc Audio Jack To Male Aux Splitter Cable 3.5mm To 2 X 6.5mm Male (1.5 Meters) 2 170. Pc Audio Mixer 4 Channel With Equalizer Pg4s Professional Mixer 4/6 Reverberation Effect 16dsp Support Playback Audio Mixer With Bluetooth Pc/usb/mp3 1 171. Pc Cat-6 Cable Reel 50mts 1 172. Set Dmx512 Dfi Dj Wireless Receiver And Transmitter 2.4ghz For Led Stage Light Led Light 400m Control (1t And 4r) 1 173. Pc Dvi-d Cable Pin 18+1 (1.5m) Pure Copper Material 100% Tested Ul Type/ Rohs Compliant Molded By Machine Heavy Duty Gold Plated 18+1 Pin - Dvi18 1 Dvi-d Male To Male Monitor 1 174. Pc Hdmi 1x4 Splitter 1 In 4 Out Hdmi Splitter 4k Hd 3d Vision Audiovisual Sync Hdmi Port Hub With Power Supply For Computer Tv Box Ps3 4 Laptop Projector Monitor Hdmi Switch Adapter Hdmi Switcher 1 175. Pc Hdmi 2.1 Cable (1.5 Meters Alloy) 8k 60hz Hdmi To Hdmi Cable 4k 120hz 3d Ultra Hd High Speed 48gbps For Laptop Monitor Pc Ps4 Project Switch Audio Video Sync Hdmi 2.1 Cord 1 176. Pc Hdmi 2.1 Cable (5 Meters Alloy) 8k 60hz Hdmi To Hdmi Cable 4k 120hz 3d Ultra Hd High Speed 48gbps For Laptop Monitor Pc Ps4 Project Switch Audio Video Sync Hdmi 2.1 Cord 1 177. Pc Hdmi To Dvi 24+1 Adapter Converter Cable Connector Converts An Hdmi Male Connector Into A Dvi-d Single-link Male Connector (1.5m) 1 178. Roll Mic Wire 1 179. Pc Usb External Sound Card Usb To Aux Jack 3.5mm Earphone Adapter Audio Mic Sound Card For Pc Laptop 2 180. Roll Cat 6 Pure Copper Cable Indoor 305 Meters 1 181. Roll Cat 6 Pure Copper Cable Outdoor 305 Meters 1 182. Pc Dahua Cctv Camera Bullet Type Full Color 5mp 1080p Outdoor 15 183. Pc Dahua Cctv Camera Dome Type Full Color 5mp 1080p 7 184. Pc Dahua Dh-pfs3006-4et 4 Port Poe Switch 3 185. Pc Dahua Dh-pfs3110-8et-96 8 Port Poe Switch 3 186. Pc Heavy Duty Flash Light Outdoor 5000m Black Search Light 1 187. Pc Motorola X8 10km Walkie Talkie Long Range 10 Watts Outdoor 1 188. Pc Outdoor Electrical Box 12x10x6 " W/door Lock 3 189. Box Rj45 Pass Through 1 190. Pc Ubiquiti Lbe-5ac-16-120 Airmax Liteap Ac 5ghz 2 191. Pc Ubiquiti Pbe-5ac-gen2 Airmax 1 Food & Welfare Relief 192. Pack Assorted Candies, 50pcs/pack 2 193. Pack Biscuits 24-33g Grams, Assorted 10pcs/pack 2 194. Pc Brief Underwear Size: Medium And Large 3 195. Pack Coffee Creamer 5grams, 48packs 1 196. Pack Coffee, 3-in-1 Twin Pack 52g - Pack Of 20 1 197. Pack Cupcakes Assorted, 10pcs 2 198. Doz Deodorant Sachet For Men 3ml. 12 Sachet Per Dozen 5 199. Doz Deodorant Sachet For Women 3ml. 12 Sachet Per Dozen 5 200. Pack Disposable Cup, 12 Oz, 50pcs/pack 10 201. Case Green Tea Apple Solo 230ml X 24s (bottled Juice) 1 202. Unit Lpg Refill 11kg (load Only) 1 203. Pc Panty Underwear Size: Medium And Large 3 204. Pack Plastic Coffee Stirrer 100pcs 1 205. Pack Sanitary Napkin With Wings - Day Use 8pcs. Per Pack 10 206. Pack Sanitary Napkin With Wings - Night Use 8pcs. Per Pack 7 207. Doz Shampoo 15ml. Per Sachet 12 Sachet Per Dozen 10 208. Unit Single Coil Electric Stove 1200 Watts 1 209. Pair Slippers For Girl And Boy 2 210. Pc Toothbrush 7 211. Doz Toothpaste Twin Sachet 20g 12 Sachet Per Dozen 5 212. Pack White Sugar, Condiments Sachet 100pcs 1 Note: All Items To Be Delivered Must Be Genuine, Authentic & Original. Fake And Counterfeit Products Shall Not Be Accepted. March 04, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date24 Mar 2025
Tender AmountPHP 1 Million (USD 18.8 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Details: Combined Refrigerator / Freezers
this Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. This Commercial Item Is Being Conducted Under Far Part 13 Simplified Acquisition Procedures. Va Will Conduct The Procurement According Of Far Part 12 Acquisition Of Commercial Items And Far Part 13 Simplified Acquisition Procedures.
solicitation Number 36c24w25q0029. This Solicitation Is Issued As A Request For Quotation (rfq). The Government Requires That All Contractors Doing Business With This Office Be Registered With The System For Award Management (sam). No Award Can Be Made To A Company That Is Not Registered In Sam. For Additional Information And To Register In Sam, Access The Website At Https://ww.sam.gov/. Please Ensure Representations And Certifications Are Complete To Allow Contracting Officers To Determine Your Business Size And Any Additional Socio-economic Categories, If Applicable.
the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular: 2025-03, 01/17/2025.
this Is A Service-disabled Veteran-owned Small Business (sdvosb) Set-aside. Naics Code 335220 Business Size: 1500 Employees
item
no.
description
quantity
unit
estimated Unit
cost
1
Lab Refrigerator / Freezer Combination Unit
combination Lab Refrigerator/freezer
18 Cubic Ft Capacity
temperature Range: Approximately 2â°c To 8â°c For Refrigerator And 0â°c To -23â°c; Adjustable Temperature Control
refrigerant: R290
2 Doors
2 Adjustable Shelves Each In Refrigerator And Freezer
stainless Steel
automatic Defrost
locking Casters
exterior Dimensions: Approximately 27.5 X 34 X 84
electrical Requirements: 115v/60 Hz
must Be Medical Grade, Capable Of Storing Pharmaceuticals Or Lab Samples
1
ea
2
Lab Refrigerator / Freezer Combination Unit
combination Lab Refrigerator/freezer
18 Cubic Ft Capacity
temperature Range: Approximately 2â°c To 8â°c For Refrigerator And 0â°c To -23â°c; Adjustable Temperature Control
refrigerant: R290
2 Doors
2 Adjustable Shelves Each In Refrigerator And Freezer
stainless Steel
automatic Defrost
locking Casters
exterior Dimensions: Approximately 27.5 X 34 X 84
electrical Requirements: 115v/60 Hz
must Be Medical Grade, Capable Of Storing Pharmaceuticals Or Lab Samples
2
ea
description Of Item: Brand Name Or Equal: Combination Refrigerator / Freezers For Castle Rock Outpatient Clinic
date And Place Of Delivery: Items Needs To Be Delivered And Or Installed After Receipt Of Purchase Order No Later Than February 28, 2025 To:
department Of Veterans Affairs
lt. Col. John W. Mosley Va Clinic
castle Rock Outpatient Clinic
1700 N. Wheeling Street
aurora, Co 80045
delivery Shall Be Freight On Board (fob)- Destination. The Vendor Is Required To Define The Need For A Staging Area To Accommodate Item Delivery, If Needed. Post-award, This Information Will Be Confirmed With The Vendor. The Delivery Of Items Identified In This Document Shall Take Place During Normal Business Hours Which Are Defined As: 0800 To 1500 (i.e.: 8:00am To 3:00pm Pacific Standard Time), Monday Through Friday, And Excluding Federal Holidays. Labeling Of Delivered Items Shall Include The Va Facilities Contract Number And Va Purchase Order Number For Identification And Reference Upon Receipt Of Product.
if The Vendor Requires The Use Of The Government S Activation Contractor S Warehouse To Meet The Requirements Of This Contract The Vendor Must Provide A Certificate Of Insurance Prior To The Delivery And Offloading Of The Item(s). This Insurance Certificate Must Be Completed And Presented To The Activation Contractor Prior To Delivery. The Vendor Shall Communicate Through The Va Poc Any Required Coordination Requirements. The Vendor Shall Provide A Completed Va Form 6550 With Submittal Documents For Any And All Item(s) That May Connect To The Va Network And Medical Devices That Store Sensitive Patient Information.
far 52.212-1, Instructions To Offerors Commercial Items (sep 2023), Applies To This Acquisition. Addendum To Far 52.212-1 Instructions To Offerors Commercial.
instructions To Offerors
evaluation Factors For Award
quotations Due 01/28/2025 At 10:00 A.m. Est (09:00 A.m. Cst).
email Quotes To Ullainee.fowler@va.gov
point Of Contact:
ullainee Fowler
contract Administrator
regional Procurement Office West (rpo West)
3237 Peacekeeper Way
building 200 Suite 204
mcclellan Park, Ca 95652
phone: 210-694-6330
ullainee.fowler@va.gov
i. Offer Submittal Instructions:
contractor S Administration Data
company Name
contact Person
title
address
city/state/zip
phone
fax
e-mail
tax Id No
unique Entity Identifier (eui)
provide A Complete Quote Per Line Items (v) And (vi) Listed Above.
acknowledge Any And All Amendments To Solicitations.
complete And Return Provision 52.212-3 With Quote. Offerors May Either (1) Complete All Relevant Portions Of The Provision Or (2) Complete Paragraph (b) Of The Provision And Indicate That It Has Completed Official Representations And Certifications Online Through Www.sam.gov
contract Pricing And Delivery Period: All Pricing Shall Be Invoiced Based On Price Schedule And The Salient Characteristics.
offeror Shall Submit Information Supporting Past Performance In Providing Combination Refrigerator/ Freezers, Accessories As Listed In The Statement Of Work.
subject Line Of E-mail Shall Be Quote 36c24w25q0029 Combination Refrigerator / Freezers
period For Acceptance Of Offers: The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers.
failure To Submit A Complete Offer May Result In An Unacceptable Determination. Late Submissions Will Be Set-aside As Unacceptable And Will Be Evaluated Only If It Benefits The Government.
far 52.212-2, Evaluation Simplified Acquisition Procedures (nov 2021), Applies To This Acquisition.
the Government Will Select The Quote That Represents The Best Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance.
basis For Award: The Government Will Select The Offeror That Represents The Best Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. Following Receipt Of Offers, The Government Will Perform A Comparative Evaluation, In Accordance With Far 13.106-2(4)(ii) Of The Proposed Services. The Government Will Compare Offers To One Another To Select The Service That Best Benefits The Government By Fulfilling The Requirement. The Evaluation Of Government Requirements Outlined In This Request For Quote Will Determine Suitability.
the Government Intends To Award A Purchase Order Resulting From This Solicitation To The Vendor, Who Can Provide The Supplies To Meet This Requirement. This Is A Competitive Comparative Analysis Selection In Which Competing Offeror S Past Performance, Technical And Price Will Be Evaluated To Determine Who Represents The Greatest Benefit To The Government At A Price That Can Be Determined Fair And Reasonable. By Submission Of Its Offer, The Offeror Accedes To All Solicitation Requirements, Including Terms And Conditions, Representations And Certifications, And Technical Requirements. Failure To Meet A Requirement Or Inability To Perform Or Provide All Goods And Services Requested Shall Result In An Offer Being Determined Technically Incapable. Offerors Must Clearly Identify Any Exception To The Solicitation Terms And Conditions And Provide Complete Accompanying Rationale. The Evaluation Process Shall Proceed As Follows:
following Receipt Of Quotes, The Government Will Perform A Comparative Analysis Of The Goods And Services Quoted. The Government Will Compare Quotes To One Another To Select The Vendor That Best Benefits The Government In Fulfilling The Requirement. The Evaluation Of Government Requirements Outlined In The Request For Quote Will Determine Suitability.
the Government Will Evaluate Quotes For Award Purposes Using The Following Factors:
1) Past Performance
2) Technical Capability
3) Price
factor 1: Past Performance The Contractor Shall Provide The Following Documentation With Their Offer:
two (2) References From Comparable Government Contracts Or Successful Commercial Contracts For Refrigeration Equipment.
factor 2: Technical Capability The Contractor Shall Provide The Following Documentation With Their Offer:
capability Statement, Maximum 2 Pages Which Can Validate Technical Capability: Capability Statement Should Include A Description Of Technical Approach, Dimensions To Ensure The Proper Fit, And Techniques To Provide The Salient Characteristics Promptly And Expertly.
factor 3: Price The Contractor Shall Provide The Following Documentation With Their Offer:
pricing: Contractor Shall Submit Unit Prices Rounded To The Nearest Hundredth. Prices Should Be Documented On The Price/cost Schedule. Please Ensure Unit Price And Total Amounts Are Correct.
period For Acceptance Of Offers: The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers.
prices Will Be Evaluated For Completeness And Reasonableness. Unrealistically High Or Low Proposed Costs Or Prices, Initially Or Subsequently, May Be Grounds For Eliminating An Offeror From Competition Either On The Basis That The Offeror Does Not Understand The Requirement Or Has Submitted An Unrealistic Offer. Additionally, Unbalanced Pricing Poses An Unacceptable Risk To The Government And May Be Reason To Reject An Offer. The Burden Of Proof For Credibility Of Proposed Costs/prices Rests With The Offeror. The Government Reserves The Right To Amend The Solicitation And Remove Any Set-aside Should Pricing Of All Quotes Be Found Unreasonable.
52.212-3, Offerors Are To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, With Its Offer.
far 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition, As Well As The Following Addenda:
52.252-2 Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Clause)
52.204-13 System For Award Management Maintenance
52.204-18 Commercial And Government Entity Code Maintenance
(end Of Addendum To 52.212-4)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Order-commercial Items, Applies To This Acquisition.
52.203-17, Contractor Employee Whistleblower Rights (nov 2023)
52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020)
52.204 27, Prohibition On A Bytedance Covered Application (jun 2023)
52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023)
52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021)
52.219 28, Post-award Small Business Program Representation (sep 2023)
52.222 19, Child Labor Cooperation With Authorities And Remedies (nov 2023)
52.222-21, Prohibition Of Segregated Facilities (apr 2015).
52.222 26, Equal Opportunity (sep 2016)
52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020)
52.222-50, Combating Trafficking In Persons (nov 2021)
52.225-3, Buy American--free Trade Agreements--israeli Trade Act (nov 2023)
52.225-13, Restrictions On Certain Foreign Purchases (feb 2021)
52.226 8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024)
52.229 12, Tax On Certain Foreign Procurements (feb 2021)
52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018)
vaar Clauses
852.203-70 Commercial Advertising (may 2018)
the Contractor Shall Not Make Reference In Its Commercial Advertising To Department Of Veterans Affairs Contracts In A Manner That States Or Implies The Department Of Veterans Affairs Approves Or Endorses The Contractor S Products Or Services Or Considers The Contractor S Products Or Services Superior To Other Products Or Services.
(end Of Clause)
b) 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation)
(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 Vaar 802.201, 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 Certified For Ownership And Control Pursuant To 38 U.s.c. 8127, 13 Cfr 128, And Is Listed As Certified In The Sba Certification Database At Https://veterans.certify.sba.gov/; And
(v) The Business Agrees To Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size, Government Contracting, And The Veteran Small Business Certification Program At 13 Cfr Parts 121, 125, And 128.
(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)).
(5) The Term Sdvosb Participant Or Certified Sdvosb Means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102).
(b) General. In Order For A Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128.
(1) Offers Received From Entities That Are Not Certified Sdvosbs And Listed In The Sba Certification Database At The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To A Certified Sdvosb Listed In The Sba Certification Database 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 Certified Sdvosbs Listed In The Sba Certification Database Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible And Certified Sdvosb As Defined In This Clause, 13 Cfr 121, 125, And 128, And Vaar Subpart 819.70.
(d) Agreement/los Certification. When Awarded A Contract Action, Including Orders Under Multiple Award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size, And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting (los) Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. For The Purpose Of Limitations On Subcontracting, Only Certified Sdvosbs Listed In The Sba Certification Database (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 Los 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 Certified Sdvosbs Listed In The Sba Certification Database (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/ Vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract.
(2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Cfr 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database.
(4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database.
(5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database To Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
[] By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
[] By The End Of The Performance Period For Each Order Issued Under The Contract.
(f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfr 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Veteran Small Business Certification Program 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).
(end Of Clause)
c) Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation)
(a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That
(1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows:
(i) [ ] In The Case Of A Contract For Supplies Or Products (other Than From A Nonmanufacturer Of Such Supplies), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(ii) [ ] In The Case Of A Contract For Supplies From A Nonmanufacturer, It Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted. The Offeror Understands That, As Provided In 13 Cfr 121.406(b)(7), Such A Waiver Has No Effect On Requirements External To The Small Business Act, Such As The Buy American Act Or The Trade Agreements Act.
(2) Manufacturer Or Nonmanufacturer Representation And Certification. [offeror Fillin Check Each Applicable Box Below. The Offeror Must Select The Applicable Provision Below, Identifying Itself As Either A Manufacturer Or Nonmanufacturer]:
(i) [] Manufacturer Or Producer. The Offeror Certifies That It Is The Manufacturer Or Producer Of The End Item Being Procured, And The End Item Is Manufactured Or Produced In The United States, In Accordance With Paragraph (a)(1)(i).
(ii) [ ] Nonmanufacturer. The Offeror Certifies That It Qualifies As A Nonmanufacturer In Accordance With The Requirements Of 13 Cfr 121.406(b) And Paragraph (a)(1)(ii). The Offeror Further Certifies It Meets Each Element Below As Required In Order To Qualify As A Nonmanufacturer.
[ ] The Offeror Certifies That It Does Not Exceed 500 Employees (or 150 Employees For The Information Technology Value Added Reseller Exception To Naics Code 541519, Which Is Found At 13 Cfr 121.201, Footnote 18).
[ ] The Offeror Certifies That It Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied.
[ ] The Offeror Certifies That It Will Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice.
(iii) [ ] The Offeror Certifies That It Will Supply The End Item Of A Small Business Manufacturer, Processor, Or Producer Made In The United States, Unless A Waiver As Provided In 13 Cfr 121.406(b)(5) Has Been Issued By Sba. [contracting Officer Fill-in Or Removal (see 13 Cfr 121.1205). This Requirement Must Be Included For A Single End Item. However, If Sba Has Issued An Applicable Waiver Of The Nonmanufacturer Rule For The End Item, This Requirement Must Be Removed In The Final Solicitation Or Contract.] Or [contracting Officer Tailor Clause To Remove One Or Other Block Under Subparagraph (iii).]
[ ] If This Is A Multiple Item Acquisition, The Offeror Certifies That At Least 50% Of The Estimated Contract Value Is Composed Of Items That Are Manufactured By Small Business Concerns. [contracting Officer Fill-in Or Removal. See 13 Cfr 121.406(d) For Multiple End Items. If Sba Has Issued An Applicable Nonmanufacturer Rule Waiver, This Requirement Must Be Removed In The Final Solicitation Or Contract.]
(3) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution.
(4) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following:
(i) Referral To The Va Suspension And Debarment Committee;
(ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And
(iii) Prosecution For Violating 18 U.s.c. 1001.
(b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract Or To Determine Whether The Offeror Qualifies As A Manufacturer Or Nonmanufacturer In Compliance With The Limitations On Subcontracting Requirement. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed.
(c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate.
(d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award.
certification
i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror].
printed Name Of Signee: ___________
printed Title Of Signee: _____________
signature: ____________
date: ______________
company Name And Address: _______________
(end Of Clause)
d) 852.232-72 Electronic Submission Of Payment Requests (nov 2018)
(a) Definitions. As Used In This Clause
(1) Contract Financing Payment Has The Meaning Given In Far 32.001;
(2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment;
(3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests;
(4) Invoice Payment Has The Meaning Given In Far 32.001; And
(5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract.
(b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required.
(c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following:
(1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract.
(2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi).
(d) Invoice Requirements. Invoices Shall Comply With Far 32.905.
(e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For
(1) Awards Made To Foreign Vendors For Work Performed Outside The United States;
(2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information;
(3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies;
(4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or
(5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above.
(end Of Clause)
e) Vaar 852.242-71 Administrative Contracting Officer (oct 2020)
The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor.
(end Of Clause)
f) 852.246-71 Rejected Goods (oct 2018)
(a) Supplies And Equipment. Rejected Goods Will Be Held Subject To Contractor S Order For Not More Than 15 Days, After Which The Rejected Merchandise Will Be Returned To The Contractor S Address At The Contractor S Risk And Expense. Expenses Incident To The Examination And Testing Of Materials Or Supplies That Have Been Rejected Will Be Charged To The Contractor.
(b) Perishable Supplies. The Contractor Shall Remove Rejected Perishable Supplies Within 48 Hours After Notice Of Rejection. Supplies Determined To Be Unfit For Human Consumption Will Not Be Removed Without Permission Of The Local Health Authorities. Supplies Not Removed Within The Allowed Time May Be Destroyed. The Department Of Veterans Affairs Will Not Be Responsible For, Nor Pay For, Products Rejected. The Contractor Will Be Liable For Costs Incident To Examination Of Rejected Products.
(end Of Clause)
the Submission Date And Time Of Proposals Are As Follows:
quotations Due 01/28/2025 At 10:00 A.m. Est (09:00 A.m. Cst).
email Only: Ullainee.fowler@va.gov
see Attached Sow-salient Characteristics
Closing Date28 Jan 2025
Tender AmountUSD 39.6 K
This is an estimated amount, exact amount may vary.
PHILIPPINE SPORTS COMMISSION Tender
Software and IT Solutions
Philippines
Details: Description Supply And Delivery Of Various It Equipment For Philippine Sports Commission Background The Philippine Sports Commission (psc) Provides Leadership, Formulates Policies, And Sets Priorities And Direction For All Amateur Sports Promotion And Development, Particularly Emphasizing Grassroots Participation. To Effectively Carry Out Its Responsibilities And Current Workload, The Psc Recognizes The Importance Of Equipping Its Workforce With Essential Tools To Ensure Efficient And Accurate Service Delivery. As Such, The Information Systems Unit (isu) Performed A Thorough Evaluation Of The Current State Of The It Equipment Of The Agency And Consolidated The Requirements Of Various Offices Of The Commission, Particularly In Its Main Office In Manila And Satellite Office In Pasig, Baguio, Cebu, And Davao. Objectives • To Replace The Defective, Unserviceable, And Obsolete It Equipment Of The Agency. • To Acquire Up-to-date, Reliable, Dependable, And Efficient Devices; And • To Improve Office Productivity Through Appropriate It Tools Scope Of The Services The Winning Bidder Shall Provide The Following: 1. Shall Deliver, Install, And Configure The Following It Equipment And Its Corresponding Software At Philippine Sports Commission, Rizal Memorial Sports Complex, Pablo Ocampo Sr. St., Malate, Manila. 2. Supply The Appropriate Cables, Wirings, And Others That Are Necessary For The Operation Of The Following Equipment And Should Not Be Generic In Brand. 3. All Software Installed In The Units Must Have A Box, A Copy Of The License Agreement, And A Serial Number. These Items Must Be Turned Over To Psc For Reference And To Keep The Software Registered And Updated. 4. Provide A Full Stress Test To All Units From Start To End For 3 Consecutive Days In Full Actual Operations Of Psc And Shall Provide Test Result Reports. All Bugs, Errors, Misconfigurations, Software Problems, Incompatibility, And Downtime Connections Found In Each Unit Must Be Fixed, Replaced, Or Pulled Out. The Stress Test Must Be Repeated After Resolving The Problems Until No Problems Are Found, Then That Is The Time The Units Will Be Deployed To The End Users. 5. Shall Provide Onsite Service/remote Assistance For 12 Months With Four (4)-hour Response Time Upon Receipt Of The Service Ticket, Free Of Charge. 6. Shall Provide Appropriate Administrator Training To The Information Systems Unit And End-user Training. 7. Shall Submit A Certificate Of Authorized Reseller/distributor From The Brand For Items 1,2,3,4,6,7. 1. Mid-range Desktop Computers • Intel Core I7-14th Gen 14700(33 Mb Cache,20 Cores,28 Threads,2.1 Ghz To 5.4 Ghz,65w) Or Equivalent • Thermal Cooling Standard Cpu Air Cooler • Intel Rapid Storage Technology Driver Or Equivalent • Memory 16gb:1x16 Gb, Ddr5,4400mt/s, Non-ecc • Intel Integrated Graphics Or Equivalent • Storage C2:m.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds • 1st Storage 2 Tb, 7200 Rpm,3.5-inch, Sata, Hdd • 1 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • Raid Connectivity • Power 300w Platinum Internal Power Supply (80 Plus Platinum Certified) • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e(6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • Wireless External Antenna For Ax211 • With Wired Keyboard • With Wired Mouse • Energy Star Qualified • Epeat 2018 Registered (gold) • Tpm Security • Wlan Intel Ax211 Wireless Card Driver Or Equivalent • Internal Speakers • Chassis: Performance Tower • With Additional Software • Windows 11 Pro Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of Mid-range Desktop Computers / Item No.1 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Built-in Devices: Usb 3.2 Gen 1 Hub • Native Resolution: Full Hd (1080p) 1920 X 1080 At 60 Hz • Brightness: 250 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Horizontal Viewing Angle: 178° • Features: Led Edge Light System, Flicker Free Technology, Mercury Free, Arsenic-free Glass, Dell Comfort View Plus • Weight: 10.65lbs • Dimensions (wxdxh): 19.2 In X 7.1 In X 19 In - With Stand • Color Support: 16.7 Million Colors • Response Time: 5 Ms (gray-to-gray Fast), 8 Ms (gray-to- Gray Normal) • Viewable Size: 21.5" • Connectivity (interfaces) Displayport, Vga, Hdmi, Usb 3.2 Gen 1 Upstream And 4 X Usb 3.2 Gen 1 Downstream • Display Position Adjustments: Height, Pivot (rotation), Swivel, Tilt • Rotation Angle: -90°/+90° • Tco Certified Displays 8, Tco Certified Edge Displays • Epeat Gold • Energy Star Certified • Cables Included: 1 X Displayport Cable - Displayport To Displayport - 6 Ft And 1 X Usb 3.2 Gen 1 Upstream Cable • Compliant Standards: Rohs, Nfpa 99, Displayport 1.2, Bfr-free, Hdcp 1.4, Pvc-free Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Desktop Computers • Intel I9 14900k (36 Mb Cache, 24 Cores, 32 Threads, 3.2 Ghz To 6.0 Ghz 125 W) Or Equivalent • Premium Cpu Air Cooler With Vr Heatsink • 64gb: 2 X 32 Gb, Ddr5, 4400 Mt/s, Non-ecc • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • C2: M.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds 2 Tb, 7200 Rpm, 3.5-inch, Sata, Hdd • 2 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • With 1000w (80 Plus Platinum) Psu • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e (6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • External Antenna For Ax211 • Wired Keyboard • Wired Mouse Black • Premier Color 6.2 • Energy Star Qualified • Epeat 2018 Registered (gold) • Precision Tpm • Wlan Ax211 Wireless Card Driver • Document For Mui (english, Khemer, Bahasa Indonesia, Arabic, Spanish) • Quick Setup Guide • Precision Configuration • Shipping Material (apcc) • Mod, Shp Mtl, Pws, Rota, Bb, Apcc • Regulatory Label, 1000w Apcc • Intel I9 Processor Label Or Equivalent • Internal Speaker • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • Operating System: Windows 11 Pro, English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of High-end Desktop Computers / Item No.3 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Usb Power Delivery: 90 Watts • Native Resolution: 4k 3840x 2160 At 60hz • Brightness: 350 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Features: Mercury Free, Arsenic-free Glass, Comfort View Plus • Weight: 15.9lbs • Diagonal Size: 26.96” • Contrast Ratio: 1000:1 / 1000:1 (dynamic) • Backlit Technology: Wled Edge Light Backlight • Dimensions (wxdxh): 24.1 In X 7.3 In X 21.1 In - With Stand • Interfaces: Hdmi (hdcp 2.3), Displayport 1.4 (hdcp 2.3), Usb-c 3.2 Gen 1 Upstream (power Up To 90w), 4x Usb 3.2 Gen 1 Downstream, Lan (rj-45) • Input Voltage Ac100-240 V (50/60hz) • Power Consumption (on Mode) 26 W • Power Consumption (typical) 169 Watt • Power Consumption Stand By 0.2 Watt • Power Consumption Sleep 0.3 Watt • Power Consumption (off Mode) 0.2 Watt • On/off Switch Yes Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. 24-inch All-in-one Desktop Computer • M3 Chip With 8-core Cpu With 4 Performance Cores And 4 Efficiency Cores, 10-core Gpu, And16-core Neural Engine • 512gb Ssd Storage • 8gb Unified Memory • Two Thunderbolt / Usb 4 Ports • Two Usb 3 Ports • Gigabit Ethernet • Magic Mouse • Magic Keyboard With Touch Id - Us English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. All-in-one Desktop Touch • Processor: 13th Gen Intel Core I5- 1335u (12 Mb Cache, 10 Cores, 12 Threads, Up To 4.60 Ghz Turbo) Or Equivalent • Operating System: Windows 11 Pro, English, French, Spanish • Graphics Card: Intel Iris Xe Graphics Or Equivalent. • Monitor: 23.8-inch Fhd (1920 X 1080) Anti-glare Narrow Border Ait Infinity Touch Display • Camera: Retractable Camera With Fhd Rgb + Ir, Non- Tilt • Memory: 16gb Ddr4, 3200 Mt/s • Storage: 512gb, M.2, Pcie Nvme, Ssd • Stand: Triangle Stand • Wireless Keyboard And Mouse - Km5221w English – Black • Color: Dark Shadow Gray With Molded Cover Ports • 1 Usb 3.2 Type-c Gen 2 Port • 3 Usb 3.2 Gen 1 Ports With Power On/wake-up Support • 1 Hdmi-out 1.4b / Hdcp 2.3 Port • 1 Hdmi-in 1.4b / Hdcp 1.4 Port • 1 Power-adapter Port 1 Rj45 Ethernet Port • 1 Usb 3.2 Gen 2 Port With Powershare • 1 Universal Headset Jack Slots • 1 M.22230 / 2280 Slot For Pcie Solid State Drive 1 M.2 2230 Slot For Wi-fi And Bluetooth Combo Card • 1 Sata 3.0 Slot • 1 Sd-card Slot Dimensions & Weight Without Stand: • Height: 14.11 In. (358.50 Mm) • Width: 21.36 In. (542.7 Mm) • Depth: 1.58 In. (40.20 Mm) • Starting Weight: 11.55 • Lbs. (5.24 Kg) With Isosceles Stand: • Height: 16.21 In. (411.91 Mm) • Width: 21.36 In. (542.72 Mm) • Depth: 7.90 In. (200.70 Mm) • Starting Weight: 11.55 Lbs. (5.24 Kg) • Camera: 1080p At 30 Fps, Fhd Rgb+ir Camera • Audio And Speakers Stereo Speakers With Waves Maxxaudio Pro 12, 5 W X 2 = 10 W Total • Wireless: Wi-fi 6e Ax211, 2x2, 802.11ax, Bluetooth Wireless Card Power: 90 W Ac Adapter, 4.5mm Barrel Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. 14-inch Laptop • Chip: 8core Cpu With 4 Performance Cores And 4 Efficiency Cores 10core Gpu Hardware-accelerated Ray Tracing • 16-core Neural Engine 100gb/s Memory Bandwidth • Media Engine: Hardware-accelerated H.264, Hevc, Pro Res Raw, Video Decode Engine, Video Encode Engine, Pro Res Encode And Decode Engine, Av1 Decode • Display: Liquid Retina Xdr Display;14-inch(diagonal); 1 3024-by-1964 Native Resolution At 254 Pixels Per Inch • Xdr (extreme Dynamic Range): 1,000,000:1 Contrast Ratio Xdr Brightness: 1,000 Nits Sustained Full-screen, 1,600 Nits Peak2 (hdr Content Only) Sdr Brightness: 600 Nits. • Storage: 1tb Ssd5 • Color: 1 Billion Colors Wide Color (p3) True Tone Technology • Memory: 8gb Unified Memory Configurable To 16gb Or 24gb • Battery And Power: Up To 15 Hours Wireless Web 70- Watthour Lithium Polymer Battery 70w Usbc Power Adapter • Wireless Wi-fi Wifi 6e (802.11ax)6 Bluetooth Bluetooth 5.3 • Camera 1080p Facetime Hd Camera Advanced Image Signal Processor With Computational Video • Audio High-fidelity Six-speaker Sound System With Force Cancelling Woofers Wide Stereo Sound Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 1. Mid-range Laptop • 13th Gen Intel Core I7-1355u (12 Mb Cache, 10 Cores, Up To 5.00 Ghz Turbo) Or Equivalent • Windows 11 Pro, English • Nvdia Mx570 Discrete Graphics Or Equivalent • 14.0” Fhd (1920x 1080) Non-touch, Ag, Ips, 250 Nits, Fhd, Cam Wlan • Single Pointing Keyboard, No Fingerprint Reader, No Sim • 16gb: 2x8 Gb, Ddr5, 5600 Mt/s (5200mt/s With 13th Gen Intel Core Processors) Or Equivalent • 512gb, M.2 2230, Qlc Pice Gen 4 Nvme • 3-cell, 54wh Battery, Express Charge, Express Charge Boost Capable • English Us Non-backlit Ai Hotkey Keyboard, 79-key • Realtek Rtl 8852be 2x2 Wi-fi 6, Bluetooth Wireless Card • Wireless Realtek 8852be Wlan Driver Mod-srv + Bluetooth Wireless Card • Energy Star Qualified • Document For Mui (english, Khemer, Bahasa, Indonesia, Arabic, Spanish) • Quick Start Guide • Additional Software (same Brand) • Laptop Bottom Door, Discrete Graphics • 65w Ac Rugged Adapter, 4.5mm Barrel, E4 • E4 Power Cord 1m For Us • Fhd Hdr Rgb Camera, Tnr, Camera Shutter, Microphone • Epeat 2018 Registered (silver) • Intel Rapid Storage Technology Driver Or Equivalent Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Laptop • Operating System: 11 Pro 64-bit • Display: 16inch Qhd +(2560 X 1600), 240hz, Ips-level • Processor: I9 14900hx 14th Gen • Graphics: Rtx4070 Gpu 8gb Gddr6 Or Equivalent • Memory: 32gb Ram Max 96gb Ddr5- 5600 2 Slots • Storage: 2tb M.2 Ssd Slot • Webcam: Hd Type • (30fps@720p) 3d Noise Reduction (3dnr) • Communications: Gb Lan (up To 2.5g) 802.11 Be Wi-fi 7+ Bluetooth V5.4 • Ac Adapter: 280w Adapter • Color: Cosmos Gray Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. Document Scanner • Type: Desktop Sheet-fed Scanner • Scanning Speed: 45 Ppm (simplex) / 90 Ipm (duplex) Greyscale, 30 Ppm (simplex) / 60 Ipm (duplex) Colour • Scanning Element: Contact Image Sensor (cis) • Light Source: Led • Scanning Side: Simplex / Duplex • Scanning Modes: Black And White, Error Diffusion, 256- Level Greyscale, Advanced Text Enhancement, Advanced Text Enhancement Ii, 24-bit Colour • Scanner Features: Folio Scanning, Double Feed Detection Ignore, 2d / Barcode • Output Resolution*2 100, 150, 200, 240, 300, 400, 600 Dpi • Suggested Daily Volume: 4,000 Scans A Day Document Size • Plain Paper: Width: 50.8 To 216 Mm Length: 54 To 356 Mm (up To 3,000 Mm Long With Long Document Mode) • Business Card: 50.8 X 85 Mm Or Larger • Card (iso Standard) 54 X 86 Mm • Document Thickness And Weight • Plain Paper: Page Separation: 27 To 209 G/m2 (0.04 To 0.25 Mm) Non-separation: 27 To 255 G/m2 (0.04 To 0.3 Mm) • Business Card: 380 G/m2 (0.45 Mm) Or Smaller • Card: 1.4mm Or Smaller Connectivity And Software • Interface: Usb2.0 • With Bundled Software Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 2. Shredder • Cross-cut Paper Shredder • 12(a4), 8(a3) Sheets Capacity • Shred Speed: 3mpm • Cut Size: 3x28mm; Throat Width: 310mm • Bin Capacity: 30 Liters; Auto Feed/stop/reverse • With Thermal Overload Protection • Power Supply: 220v, 60hz • Power Consumption: 500 Watts • Dimensions: W450 X 325d X H675mm • Net Weight: 24kg • Can Shred Paper Clips/staples/ Cards/cd`s • Safety Cut-out Others: • Auto Start And Stop • Auto Reverse To Prevent Paper Jam • Thermal Overload Protection • Safety Cut-out When Doors Open • Accepts Clips, Staples, Credit Cards And Cds • With Casters Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. A4 Wifi All-in-one Eco Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Print Method: On-demand Inkjet (piezoelectric) • Compact Integrated Tank Design • High Yield Ink Bottles • Spill-free, Error-free Refilling • Wi-fi, Wi-fi Direct Connectivity • Seamless Setup Via Smart Panel • With 1.44” Colour Lcd Panel • Borderless Printing Up To 4r • Powered By Heat-free Technology • Nozzle Configuration: 180x1 Nozzles Black, 59x1 Nozzles Per Colour) • Maximum Resolution: 5760 X 1440 Dpi • Automatic 2-sided Printing: No • Photo Default – 10x15cm / 4x5”: Approx 69 Sec Per Photo (border)/ 90 Sec Per Photo (borderless) Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. A3 Eco Tank Printer • Printer Type: Printer • Compact And Durable Ecological Design • Easy Operation With Smart Panel With Print Head Cleaning Notification • Replaceable Maintenance Box And Pick Up Roller • Ultra-high Page Yield Of 7,000 Pages (colour) • Powered By A Heat-free Technology Or Equivalent • Paper Feed Method: Rear Feed • Number Of Paper Trays: 1 • Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper • Output Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 30 Sheets Of Premium Glossy Photo Paper • Support Paper Size: A3+, A3, A4, A5, A6, B4, B5, B6, Letter, Legal, Indian-legal, 100 X 148 Mm, 3.5 X 5", 4 X 6", 5 X 7", 5 X 8", 8 X 10", 8.5 X 13", 16:9 Wide, 8k, 16k, Envelopes: #10, Dl, C4, C6 • Maximum Paper Size: 329 X 1200 Mm • Support Paper Weight: Plain Paper : 64-90 G/m2, Photo Paper • : 102 - 300 G/m2 • Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Dimensions (w X D X H):498mm X 358mm X 165mm • Weight:6.4kg • Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) • Print Direction: Bi-directional Printing • Maximum Resolution: 4800 X 1200 Dpi • Minimum Ink Droplet Volume:3.3 Pl Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. Laser Printer • Device Memory: 1 Gb • Lcd Display: 5-line Lcd • Dimensions (w X D X H): 430 X 418 X 287mm • Weight 12.8 Kg • Print Speed (a4) : Up To 18ppm (mono/colour) • First Print Out Time (a4): 10.4/ 10.5 Sec (mono/colour) • Print Resolution: Up To 1,200 X 1,200 Dpi (equivalent) • Gigabit Ethernet, Wireless Direct Connection • Recommended Monthly Print Volume: 250-2,500pages • Printing Method: Colour Laser Beam Printing • Print Speed: A4 18 / 18 Ppm (mono / Colour), Letter 18 / 18 Ppm (mono / Colour) • Print Resolution: 600 X 600 Dpi • Print Quality With Brand Technology: 1,200 (eq.) X 1,200dpi (eq.) • Warm Up Time (from Power On): 13 Sec Or Less Available Paper Size For Auto Duplex Print - • Print Margins 5mm - Top, Bottom, Left And Right (envelope: 10mm) • Print Features Poster, Booklet, Watermark, Page Composer, Toner Saver • Supported File Format For Usb Direct Print Jpeg, Tiff, Pdf Paper Handling - Paper Input (based On 80g/m²) • Standard Cassette 250 Sheets • Multi-purpose Tray 1 Sheet • Maximum Paper Input Capacity 251 Sheets • Paper Output 100 Sheets Paper Sizes • Standard Cassette A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Multi-purpose Tray A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal, Index Card. Envelope: Com10, Monarch, C5, Dl • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Paper Types Plain, Thick, Coated, Recycled, Colour, Label, Postcard, Envelope • Paper Weight • Standard Cassette 60 To 200g/m² • Multi-purpose Tray 60 To 200g/m² Connectivity & Software - Standard Interfaces • Wired Usb 2.0 High Speed, 10base-t/100base- Tx/1000base-t • Wireless Wi-fi 802.11b/g/n (infrastructure Mode, Wps Easy Setup, Direct Connection) Other Features: Department Id, Secure Print, With Mobile Solution • Software Included: Printer Driver, Toner Status Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 4. A3 Wifi All-in-one Ink Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Minimum Ink Droplet Volume: 3.8 Pl • Print Direction: Bi-directional Printing • Nozzle Configuration: 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 4800 X 2400 Dpi • Automatic 2-sided Printing: Yes (up To A3) • Dimensions (w X D X H):515 X 500 X 350mm • Weight:20.7kg • Usb:usb 2.0 • Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Paper Handling • Paper Feed Method: Friction Feed • Number Of Paper Trays: 3 (front 2, Rear 1) • Standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2), 50 Sheets For Premium Glossy Photo Paper • Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) • Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper • Output Capacity: 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper: Maximum Paper Size: 329 X 6000 Mm • Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", • 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 • Print Margin: 3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Print Speed • Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 • Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 • Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / • 12.0 Ipm *2 • Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / • 9.0 Ipm *2 • Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / • 6.0 Ipm *2 • Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / • 5.0 Ipm *2 • Copy Function • Reduction / Enlargement: 25 - 400% • Maximum Copy Size: A3 • Copy Resolution: 600 X 600 Dpi • Max Copies: 999 Copies Copying • Iso 29183, A4 Simplex Flatbed (black / Colour): Up To • 23.0 Ipm / 10.0 Ipm • Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 10.0 Ipm • Iso 24735, A4 Duplex Adf (black / Colour): Up To 15.5 Ipm / 7.5 Ipm Scanning • Scanner Type: Flatbed Colour Image Scanner • Sensor Type: Cis • Optical Resolution: 1200 X 2400 Dpi • Maximum Scan Area: 297 X 431.8 (mm) Adf Specification • Support Paper Thickness: 64-95 G/m2 • Paper Capacity: 50 Sheets Lcd Control Panel • Lcd Screen:4.3” Colour Lcd Touch Screen With Software Support, Mobile And Cloud Solutions Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days
Closing Date15 Jan 2025
Tender AmountPHP 32.6 Million (USD 559.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
Corrigendum : Closing Date Modified
United States
Details: Page 1 Of 11 Page 1 Of 14 Page 15 Of 16 Page 1 Of Page 1 Of Description This Is A Combined Synopsis Solicitation (css) For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services., Using Simplified Acquisition Procedures Found At Far Part 13 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation Number 36c24425q0254 Is Being Issued As A Request For Quote (rfq). The Government Anticipates Awarding One, Five-year, Firm-fixed-price Indefinite Delivery - Indefinite Quantity (idiq) Contract Resulting From This Solicitation. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 (effective Date 08/29/2024) And Can Be Found At: Far | Acquisition.gov . The Associated North American Industrial Classification System (naics) Code For This Procurement Is 541350 With A Small Business Size Standard Of $12.0 Million And The Product/service Code Is: J012 This Solicitation Is A Service-disabled Veteran Owned Small Business (sdvosb) Set-aside. â This Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Is At: Http://www.sam.gov . Confirmation Of Sam Registration Will Be Validated Prior To Awarding A Contract.â â The Veterans Integrated Service Network 04 (visn4), Has A New Requirement For Fire Door Inspection And Maintenance Services At The Pittsburgh Va Medical Center (both The Heinz And University Drive Campus Locations) As Listed In The Statement Of Work (sow), Attachment A.ââ â The Contractor Shall Provide All Necessary Requirements Cited In The Sow. All Work Is To Be Performed In Accordance With Applicable Federal, State, And Local Regulations Or Ordinances. All Interested Offerors Shall Provide A Quotation For The Following: Pricing Schedule, Attachment C. Place Of Performance: Pittsburgh Vamc. Visn-04 Intends To Award One Five-year Idiq Contract With Orders Anticipated To Begin Approximately: 2/10/2025-2/9/2030. A Complete Description Of The Services To Be Acquired, And/or Applicable Government Need(s) Are As Follows: See Attachment A: Performance Work Statement. Contracting Office Address: Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) Va Pittsburgh Medical Center 1010 Delafield Rd., Pittsburgh, Pa 15215 Contract Specialist: Andrew Chmielewski 52.212-4, Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023) 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Clause) Far Number Title Date 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights Nov 2023 52.204-9 52.204-13 Personal Identity Verification Of Contractor Personnel System For Award Management Maintenance Jan 2011 Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 2/10/2025 Through 2/9/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract. (end Of Clause) 52.216-19 Order Limitations (oct 1995) (a) Minimum Order. When The Government Requires Supplies Or Services Covered By This Contract In An Amount Of Less Than $200.00, The Government Is Not Obligated To Purchase, Nor Is The Contractor Obligated To Furnish, Those Supplies Or Services Under The Contract. (b) Maximum Order. The Contractor Is Not Obligated To Honor (1) Any Order For A Single Item In Excess Of $2,000.00; (2) Any Order For A Combination Of Items In Excess Of $5,000,000.00; Or (3) A Series Of Orders From The Same Ordering Office Within 30 Days That Together Call For Quantities Exceeding The Limitation In Paragraph (b)(1) Or (2) Of This Section. (c) If This Is A Requirements Contract (i.e., Includes The Requirements Clause At Subsection 52.216-21 Of The Federal Acquisition Regulation (far)), The Government Is Not Required To Order A Part Of Any One Requirement From The Contractor If That Requirement Exceeds The Maximum-order Limitations In Paragraph (b) Of This Section. (d) Notwithstanding Paragraphs (b) And (c) Of This Section, The Contractor Shall Honor Any Order Exceeding The Maximum Order Limitations In Paragraph (b), Unless That Order (or Orders) Is Returned To The Ordering Office Within 1 Days After Issuance, With Written Notice Stating The Contractor's Intent Not To Ship The Item (or Items) Called For And The Reasons. Upon Receiving This Notice, The Government May Acquire The Supplies Or Services From Another Source. (end Of Clause) 52.216-22 Indefinite Quantity (oct 1995) This Is An Indefinite-quantity Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies And Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. The Contractor Shall Furnish To The Government, When And If Ordered, The Supplies Or Services Specified In The Schedule Up To And Including The Quantity Designated In The Schedule As The "maximum." The Government Shall Order At Least The Quantity Of Supplies Or Services Designated In The Schedule As The "minimum." (c) Except For Any Limitations On Quantities In The Order Limitations Clause Or In The Schedule, There Is No Limit On The Number Of Orders That May Be Issued. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (d) Any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor's And Government's Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract's Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After 2/9/2031. (end Of Clause) Far 52.237-2 Protection Of Government Buildings, Equipment, And Vegetationâ(apr 1984) The Contractorâshallâuse Reasonable Care To Avoid Damaging Existing Buildings, Equipment, And Vegetation On The Government Installation. If The Contractor S Failure To Use Reasonable Care Causes Damage To Any Of This Property, The Contractorâshallâreplace Or Repair The Damage At No Expense To The Government As Theâcontracting Officerâdirects. If The Contractor Fails Or Refuses To Make Such Repair Or Replacement, The Contractorâshallâbe Liable For The Cost, Whichâmayâbe Deducted From The Contract Price. (end Of Clause) Vaar 852.203-70 Commercial Advertising (may 2018) Vaarâ852.219-73ââva Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businessesâ(jan 2023)â(deviation) â (a)âdefinition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : âââ (1) Means A Small Business Concern âââââ (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 Vaar 802.201, Surviving Spouse Definition); âââââ (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 Suchâveteran; âââââ (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitationâdocument; âââââ (iv) The Business Has Beenâcertifiedâfor Ownership And Control Pursuant To 38âu.s.c. 8127, 13 Cfr 128, Andâis Listedâas Certifiedâinâthe Sba Certification Database Atâhttps://veterans.certify.sba.gov/; And âââââ (v) The Businessâagrees Toâcomply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size,âgovernmentâcontracting,âand The Veteran Small Business Certification Programâat 13 Cfr Parts 121,â125,âand 128. âââ (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). âââ (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). âââ (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)). âââ (5) The Termâ Sdvosb Participant âorâcertified Sdvosbâmeans A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102). â (b)âgeneral.âin Order Forâa Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128. âââ (1) Offers Received From Entities That Are Notâcertifiedâsdvosbsâand Listed In The Sba Certification Databaseâat The Time Of Offer Shall Not Be Considered. âââ (2) Any Award Resulting From This Solicitation Shall Be Made To Aâcertifiedâsdvosbâlisted In The Sba Certification Databaseâwho Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. âââ (3) The Requirements In This Clause Apply To Any Contract,âorderâor Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. â (c)ârepresentation. Pursuant To 38 U.s.c. 8127(e), Onlyâcertifiedâsdvosbsâlisted In The Sba Certification Databaseâare Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligibleâand Certifiedâsdvosb As Defined In This Clause,â13 Cfr 121, 125, And 128, And Vaar Subpart 819.70. â (d)âagreement/los Certification.âwhen Awarded A Contract Action, Including Orders Under Multipleaward Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size,âand Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontractingâ(los)ârequirements In 13 Cfr 121.406(b) And 13 Cfr 125.6.âfor The Purpose Ofâlimitations On Subcontracting, Onlyâcertifiedâsdvosbsâlisted In The Sba Certification Databaseâ(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 Requiredâlosâcertification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows: âââ (1)âservices. 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 Notâcertifiedâsdvosbsâlisted In The Sba Certification Databaseâ(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. âââ (2)âsupplies/products. âââââ (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâcertifiedâsdvosbsâlisted In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. âââââ (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13âcfrâ125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. âââ (3)âgeneral Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâcertifiedâsdvosbsâlisted In The Sba Certification Database. âââ (4)âspecial Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Notâcertifiedâsdvosbsâlisted In The Sba Certification Database. âââ (5)âsubcontracting. An Sdvosbâsubcontractorâmust Meet The Naics Size Standard Assigned By The Prime Contractor And Beâcertified Andâlisted Inâthe Sba Certification Databaseâto Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. ââ(e)ârequired Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: [â]âby The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or [âx]âby The End Of The Performance Period For Each Order Issued Under The Contract. â (f)âjoint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfrâ128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause.âa 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. â (g)âprecedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sbaâveteran Small Business Certificationâprogram And The Va Veterans First Contracting Program. â (h)âmisrepresentation. 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). Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. Certification I Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. Printed Name Of Signee: ___________ Printed Title Of Signee: _____________ Signature: ____________ Date: ______________ Company Name And Address: _______________ (end Clause) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2024). The Following Subparagraphs Are Applicable: Subparagraph (b)(5), (b)(9), (b)(11), (b)(12), (b)(23), (b)(25), (b)(26), (b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(36), (b)(37), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59). Subparagraph (c)(1), (c)(2) Class 25190/ Monetary Wage-fringe Benefits $34.69, (c)(7), (c)(8). The Following Solicitation Provisions Apply To This Acquisition And May Be Incorporated By Reference: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Provision) Far Number Title Date 52.204-7 System For Award Management Oct 2018 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 852.233-70 852.239-75 Protest Content/alternative Dispute Resolution Information And Communication Technology Accessibility Notice Oct 2018 Feb 2023 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance (nov 2021) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Idiq Contract Resulting From This Solicitation. 52.233-2 Service Of Protest (sep 2006) Notify The Following: Nicholas Guzenski Through Va Email: Nicholas.guzenski@va.gov 852.233 70, Protest Content/alternative Dispute Resolution (oct 2018) (end Of Clause) Addendum To Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services: Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Quotes In Response To This Rfq Are Due On 2:00 Pm (est), Friday, January 24, 2025. Quotes Shall Be Submitted In Writing And Sent Via Email To Contracting Specialist: Andrew Chmielewski; Andrew.chmielewski@va.gov. Please Insert Solicitation Number 36c24425q0254 Pittsburgh Fire Door And Maintenance Services In The Subject Line Of Your Email. All Submissions Shall Be 5mb Or Less. If The Email Is More Than 5mb, Submit Multiple Emails Labeling Them 1 Of Xx, 2 Of Xx, Etc. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via Email To The Contracting Specialist By 2:00 Pm Est, Tuesday January 21, 2025. Questions Will Not Be Accepted After This Date. Responses To The Offeror S Question(s) Will Be Posted Via An Amendment On Sam.gov / Contract Opportunities Via: Http://www.sam.gov Failure To Follow All Instructions May Result In Offeror(s)s Being Determined As Non-responsive And Be Removed From This Competition. All Proposals Shall Be Valid 60 Days From The Quote Response Date. Offeror(s)s Are Cautioned To Be Responsive To All Requirements In The Sow And To Provide Sufficient Information To Allow For Evaluation Of The Quotes. Offeror S Are Required To Submit The Following: Attachment C: Price Schedule: Please Complete Price Information In The Last Two Columns Of Attachment C And Return With Your Quote. To Facilitate The Award Process, All Quotes Shall Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" And A Statement To Acknowledge Amendments, If Applicable. Cover Letter. Offeror(s)s Shall Submit A Cover Letter Identifying Their Company Name, Contact Information, Cage Code, Sam Unique Entity Id (uei) Number Of The Prime And Any Teaming Partner/subcontractor. Offeror(s)s Shall Include A Completed Copy Of The Provision 52.212-3 With Their Quote If The Offeror(s) Has Not Completed It Electronically In The System For Award Management (sam), Accessed Via: Http://www.sam.gov Offeror(s)s Shall Submit A Technical Capability Which Shall Address The Following At A Minimum: Staffing/contractor Personnel: Explain Ability To Supply Adequate Staff To Perform Fire Door Inspections And Maintenance In Accordance With The Sow. Qualifications: Explain Contractor S Ability To Meet Industry Standards In Accordance With The Sow With Regards To Fire Door Inspections And Maintenance. The Evaluator Shall Submit Past Performance Questionnaire (attachment B) With Their Quote. Offeror(s)s Shall Provide Up To Three (3) References, Preferably Of Government Work, Performed In The Last Three (3) Years. Past Performance Information Shall Be Recent (performance Within The Last Three Years) And Relevant To This Scope Of Work. All Past Performance References Shall Be Completed By The Evaluator And Include Name Of Client, Customer Point Of Contact, Customer Telephone Number, Contract Number, Award Amount, Project/service Location, And Other Information Relevant To This Quote. The Apparent Awardees Past Performance Will Be Evaluated As Part Of The Contractor Responsibility Determination To Ensure The Presence Of An Acceptable Performance Record In Accordance With Far 9.104-1. The Government Reserves The Right To Seek Past Performance Information From Any Sources Not Included In Your Past Performance And Available To The Government To Include, But Not Limited To, Cpars Or Other Databases; Interviews With Program Managers, Customers, And Contracting Officers; And References Provided By The Contractor. The Contractor Must Include A Signed Copy Of Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Shall Be Submitted With The Solicitation Attachments. Addendum To 52.212-2 Evaluation Commercial Products And Commercial Services The Government Will Perform An Evaluation Using A Comparative Evaluation Of Each Quote. The Government Will Compare Quotes To One Another In Order To Select The Quote That Best Benefits The Government. Comparative Evaluation Will Be Conducted In Accordance With Far 13.106-2(b)(3). The Following Factors Shall Be Used To Evaluate Offeror(s)s: 1. Price 2. Technical Capability (b) A Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Offeror(s) Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept A Quote, Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. The Contracting Officer Will Award One, Firm Fixed Price Contract Resulting From This Rfq To The Responsible Offeror(s) Whose Quote Conforming To The Rfq Is Most Advantageous To The Government. Price The Government Reserves The Right To Award To An Offeror With Other Than The Lowest Price. The Award Will Be Made To The Offeror Whose Quote Represents The Best Overall Value To The Government. Technical The Offeror Clearly Demonstrates In Its Response A Clear Understanding Of All The Government S Requirements And Effective Approach For The Completion Of Service In Accordance With The Sow. Past Performance Offerors Must Have A Record Of Satisfactory Or Neutral Past Performance. If No Record Of Past Performance Is Found, The Offeror Will Receive A Rating Of Neutral. The Government Will Utilize But Is Not Limited To Internal Documentation Including Federal Awardee Performance And Information System (fapiis) For Determining The Past Performance Of Offerors. â Section D - Contract Documents, Exhibits, Or Attachmentsâ â See Attached Document: Attachment A Statement Of Work See Attached Document: Attachment B Past Performance Questionnaire See Attached Document: Attachment C Price Scheduleââ See Attached Document: Attachment D Wage Determination Point Of Contact Combined Synopsis/solicitation Notice Combined Synopsis/solicitation Notice Page 3 Of 3 Combined Synopsis/solicitation Notice *= Required Field Combined Synopsis/solicitation Notice Page 1 Of 3 Andrew Chmielewski Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) 1010 Delafield Rd., Pittsburgh, Pa 15215 Andrew.chmielewski@va.gov End Of Document
Closing Date29 Jan 2025
Tender AmountRefer Documents
5131-5140 of 5203 archived Tenders