Computer Tenders
Computer Tenders
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Update 18: 16 January 2025: Updated Question And Answer Document (16 January 2025 Questions And Answers) Has Been Posted In The Attachments Section update 17: 16 January 2025: Amendment 0005 Has Been Posted To The Attachments Section. Due To This Amendment, The Proposal Submission Date Is Extended To 4 Pm Eastern 21 January 2025 And The Delivery Address Has Been Updated. update 16: 8 January 2025: The Solicitation Closing Date Has Been Extended To 4 Pm Eastern 17 January 2025. Please Find Amendment 0004 Posted In The Attachments Section. update 15: 6 January 2025: (1) Solicitation Amendment 0003 Has Been Posted To Incorporate Updated Rfp Attachment 4 - Price Matrix Due To An Inadvertent Incorrect Formula On The Tep Calculation Tab. Updated Rfp Attachment 4 Has Been Posted To The Attachmentts Section And Previous Versions Have Been Deleted To Prevent Duplication; (2) Questions And Answers Have Been Posted To The Attachments Section; (3) A Parts Memo Has Been Uploaded To The Atttachments Section; And (4) Vendors Who Previously Requesteed Data Have Been Provided Additional Data update 14: 20 December 2024: Solicitation Amendment 0002 Has Been Posted To Incorporate Updated L-900 Attachment 2, Relevancy Table. Please Find Amendment 0002 In The Attachments Section. Previous Versions Of The L-900 Document Have Been Removed To Prevent Duplication. update 13:12 December 2024: Vendors Who Previously Requested A Copy Of The Tdp Were Provided Additional Drawings On 12/12/2024 update 12: 2 December 2024: A Question And Answer Document (2 Dec 2024 Question And Answers) Has Been Added To The Attachments Section. update 11:14 November 2024: The Solicitation Response Date Has Been Extended From 2 December 2024 To 15 January 2025. Please See Amendment 0001 Posted In The Attachments. update 10: 5 November 2024: Section L Has Been Reposted. Updated Section L Includes Instructions For Utilization Of The Ppi Tool. Information Has Been Added To Page 18-26 Of The Section L Document. Prior Version Of Section L Has Been Removed From The Attachments To Prevent Duplication. update 9: 1 November 2024: Tm-86-01n Has Been Included In Attachments update 8: 31 October 2024. The Final Solicitation And All Applicable Attachments Have Been Posted. Please Make Note Of The Rfp Return Date Of 2 December 2024 At 4:00 Pm Eastern. - Due To This Effort Crossing Fiscal Years, The Solicitatiton Number Has Been Updated To Reflect A Fiscal Year (fy) 2025 Solicitation Number. The Solicitation Number Is Hereby Updated To Fa8523-25-r-0002 - An Updated Technical Data Package Is Available For Request. When Requesting The Updated Technical Data Package, Please Utilize The Following Instructions: - To Request Access To The Updated Technical Data Package, Please Send An Email Request To The Points Of Contact Listed On This Posting. In The Request, Please Provide Your Commercial And Government Entity (cage) Code And A Copy Of Your Dd2345, Militarily Critical Technical Data Agreement. -to Prevent Duplication, Draft Rfp Attachments Have Been Removed And Final Solicitation Attachments Have Been Added To This Posting -additionally, To Address Synopsis Requirements Inadvertently Overlooked, Iaw Far 5.207(c)(1)(3)(6)(7) And (9) – The Following Is Applicable To This Effort: 1. 5930-01-333-2196 Ew / Cage: 19397/ Pn 179720-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 1,803 Ea / Production Delivery Schedule: 6 Months 2. 5865-01-334-8349 Ew / Cage: 19397/ Pn 179750-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 3,603 Ea / Production Delivery Schedule: 6 Months 3. 5865-01-380-8046 Ew / Cage: 22830/ Pn 179740-0002 / To Number 12p3-2ale47-4 / Estimated Total Quantity 263 Ea / Production Delivery Schedule: 10 Months 4. 5865-01-437-3371 Ew / Cage: 22830/ Pn 179730-0005 / To Number 12p3-2ale47-4 / Estimated Total Quantity 382 Ea / Production Delivery Schedule: 12 Months 5. 5865-01-437-3373 Ew / Cage: 19397/ Pn 179730-0006 / To Number 12p3-2ale47-4 / Estimated Total Quantity 774 Ea / Production Delivery Schedule: 12 Months 6. 5865-01-687-1948 Ew / Cage: 98752/ Pn 179730-0010 / To Number 12p3-2ale47-4 / Estimated Total Quantity 28 Ea / Production Delivery Schedule: 12 Months 7. 5865-01-451-2868 Ew / Cage: 22830/ Pn 179250-0003 / To Number 12p3-2ale47-4 / Estimated Total Quantity 3,302 / Production Delivery Schedule: 12 Months 8. 5865-01-527-2187 Ew / Cage: 22830/ Pn 179250-0012 / To Number 12p3-2ale47-4 / Estimated Total Quantity 101 Ea / Production Delivery Schedule: 12 Months 9. 5998-01-357-0599 Ew / Cage: 19397/ Pn 177444-0004 / To Number 12p3-2ale47-3&4 / Estimated Total Quantity 603 Ea / Production Delivery Schedule:12 Months 10. 5998-01-357-0600 Ew / Cage: 22830/ Pn 177425-0005 / To Number 12p3-2ale47-3&4 / Estimated Total Quantity 603 Ea / Production Delivery Schedule: 12 Months 11. 5998-01-357-0601 Ew / Cage: 22830/ Pn 177430-0003 / To Number 12p3-2ale47-3&4 / Estimated Total Quantity 503 Ea / Production Delivery Schedule: 12 Months 12. 5998-01-357-0602 Ew / Cage: 22830/ Pn 177434-0002 / To Number 12p3-2ale47-4 / Estimated Total Quantity 503 Ea / Production Delivery Schedule: 12 Months 13. 5998-01-357-0603 Ew / Cage: 22830/ Pn 177438-0002 / To Number 12p3-2ale47-4 Figure 34/index 8 / Estimated Total Quantity 383 Ea / Production Delivery Schedule: 12 Months 14. 5998-01-388-7062 Ew / Cage: 19397/ Pn 177276-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 123 Ea / Production Delivery Schedule: 12 Months 15. 5998-01-333-1980 Ew / Cage: 19397/ Pn 176073-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 103 Ea / Production Delivery Schedule: 12 Months 16. 5895-01-335-6069 Ew / Cage: 19397/ Pn 166179-0001 / To Number 12p3-2ale47-3&4 / Estimated Total Quantity 143 Ea / Production Delivery Schedule: 12 Months 17. 5998-01-414-1387 Ew / Cage: 19397/ Pn 175830-0003 / To Number 12p3-2ale47-4 / Estimated Total Quantity 123 Ea / Production Delivery Schedule: 12 Months 18. 5998-01-580-9469 Ew / Cage: 3dfh1 / Pn 176058-0005 / To Number 12p3-2ale47-4, Fig:7, Ind:4 / Estimated Total Quantity 143 Ea / Production Delivery Schedule: 12 Months 19. 5998-01-383-8263 Ew / Cage: 22830/ Pn 176069-0002 / To Number 12p3-2ale47-4 / Estimated Total Quantity 63 Ea / Production Delivery Schedule: 12 Months 20. 5998-01-580-7506 Ew / Cage: 3dfh1/ Pn 174265-0004 / To Number 12p3-2ale47-4, Fig:14, Ind:10 / Estimated Total Quantity 64 Ea / Production Delivery Schedule: 12 Months 21. 5998-01-439-9525 Ew / Cage: 22830/ Pn 174260-0009 / To Number 12p3-2ale47-4 / Estimated Total Quantity 117 Ea / Production Delivery Schedule: 12 Months 22. 5998-01-702-8446 Ew/ Cage: 98752/ Pn 174260-0020 / To Number 12p3-2ale47-4 / Estimated Total Quantity 12 Ea / Production Delivery Schedule: 12 Months 23. 5998-01-603-6648 Ew / Cage: 98752/ Pn 174255-0009 / To Number 12p3-2ale-47-4 / Estimated Total Quantity 24 Ea / Production Delivery Schedule: 12 Months 24. 5998-01-334-2219 Ew / Cage: 19397 / Pn 176150-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 23 Ea / Production Delivery Schedule: 12 Months 25. 5998-01-337-7526 Ew / Cage: 22830/ Pn 176130-0002 / To Number 12p3-2ale47-4 / Estimated Total Quantity 83 Ea / Production Delivery Schedule: 12 Months 26. 5998-01-335-3197 Ew / Cage: 19397/ Pn 176096-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 23 Ea / Production Delivery Schedule: 12 Months 27. 5998-01-335-3198 Ew / Cage: 19397/ Pn 176095-0001 / To Number 12p3-2ale47-4 / Estimated Total Quantity 23 Ea / Production Delivery Schedule: 12 Months 28. 5865-01-333-4735 Ew / Cage: 19397/ Pn 176079-0003 / To Number 12p3-2ale47-4 / Estimated Total Quantity 24 Ea / Production Delivery Schedule: 12 Months 29. 5998-01-336-3867 Ew / Cage: 22830/ Pn 174240-0004 / To Number 12p3-2ale47-4 / Estimated Total Quantity 54 Ea / Production Delivery Schedule: 12 Months 30. 5998-01-336-9190 Ew / Cage: 22830/ Pn 179735-0005 / To Number 12p3-2ale47-4 / Estimated Total Quantity 129 Ea / Production Delivery Schedule: 12 Months 31. 5935-01-334-3230 Ew / Cage: 19397/ Pn 176524-0001 / To Number 12p3-2ale47-4 Figure 23/index 10 / Estimated Total Quantity 23 Ea / Production Delivery Schedule: 12 Months 32. 5998-01-357-8993 Ew / Cage: 19397/ Pn 177466-0002 / To Number 12p3-2ale47-4 / Estimated Total Quantity 23 Ea / Production Delivery Schedule: 12 Months update 7: 30 August 2024. Date Referenced In Update 5 Has Been Delayed. Please Continue To Monitor This Posting For Updates. update 6: 19 August 2024 - Question And Answer (q&a) Document Dated 19 August 2024 Posted. update 5: 16 August 2024 - Anticipated Rfp Release Date Of 12-16 August As Referenced In Posted Questions And Answers 10 July 2024 Is Hereby Updated. Anticipated Rfp Release Date Is Estimated To Be Published At End Of Month (august). Continue To Monitor This Posting For Updates. update 4: 11 July 2024 – Technical Data Is Available For Request. To Request Access, Please Send An Email Request To The Points Of Contact Listed On This Posting. In The Request, Please Provide Your Commercial And Government Entity (cage) Code And A Copy Of Your Dd2345, Militarily Critical Technical Data Agreement. update 3: 10 July 2024 - The Draft Rfp Timeframe Has Been Extended To 24 July 2024.draft Rfp Question And Answer Document #2 "questions And Answers 10 July 2024" Has Been Uploaded. update 2: 17 June 2024 - Draft Rfpquestion And Answer Document Has Been Uploaded update 1: 20 May 2024 – Draft Rfp And Applicable Attachments Have Been Uploaded. The Draft Rfp Will Be Posted For 30 Days Ending 19 June 2024 At 4:00 Pm Eastern. Questions Regarding The Draft Rfp Shall Be Submitted To Mellissa Smith ( Mellissa.smith@us.af.mil ) And Daniel Daniels ( Daniel.daniels.2@us.af.mil ). Questions Will Be Compiled With Answers Posted Weekly. this Is A Notice Of Intent That Air Force Life Cycle Management Center (aflcmc)/wnkd Anticipates Issuing A Solicitation For The An/ale-47 Countermeasures Dispenser System (cmds). The An/ale-47 Cmds Is An Integrated, Threat-adaptive, Reprogrammable, Computer-controlled Airborne Defensive System. The An/ale-47 Dispenses Countermeasure Decoys (chaff, Flare, And Others) Against Radar And Infrared Homing Threats To Enhance Aircraft Survivability. the An/ale-47 Cmds Procurable Under This Effort Consists Of The Line Replaceable Units (lrus), Each Of Which Consist Of Lower Assemblies Called Shop Replaceable Units (srus). The Air Force And Army Support The An/ale-47 With Two-level Maintenance Concept. The Navy Supports The An/ale-47 With A Three-level Maintenance Concept. Warner Robins Air Logistics Complex Is The Organic Depot For Air Force, Army, And Navy An/ale-47 Hardware And Operational Flight Program (ofp) Software. contractors With One Or More Unqualified Lrus May Qualify The Lrus By Meeting Pre-production Requirements. Pre-production Encompasses All Efforts Required To Demonstrate That The Contractor Is Prepared For Production. Pre-production Includes Developing Government Approved Environmental Stress Screening (ess) Procedures, Developing Government Approved Atps For Lrus And Srus, Performing Ess Test On First Article Lrus, Performing Acceptance Test On Srus And First Article Lrus, Submitting Successful Ess Reports And Acceptance Test Reports For Government Approval, Conducting Interchangeability Test, Submitting First Article Lrus For Government Inspection And Test, And Obtaining Government Approval Of First Article Lrus. Government Inspection And Test Will Include Dimensional Verification, Interchangeability Test, Lru Testing, And Some Software Testing For Lrus Containing Software. The Government Reserves The Right Not To Award Production Orders Until All Lrus Are Qualified. the Contractor Must Obtain A Delivery Order From The Government Procuring Contracting Officer (pco) Before Commencement Of Production. The Contractor Shall Fabricate, Integrate, Test, And Deliver Lrus And Srus In Accordance With The Quantities On Each Delivery Order. The Contractor Shall Maintain Current Test Equipment Calibration In Accordance With The Requirements Of Ansi/ncsl-z540.3. The Contractor Shall Maintain A Minimum Capability Requirement Which Will Include Maintained Equipment And Qualified Personnel. this Effort Is Anticipated To Be Issued For A 12-month Basic, And Four (4) 12-month Ordering Periods. A Firm-fixed Price Pricing Arrangement Is Anticipated. Should An Unqualified Contractor Be Awarded The Contract, A 36-month Qualification Period Will Occur In Place Of The 12-month Basic. this Acquisition Will Utilize The Tradeoff Source Selection Procedures In Accordance With Far 15.101-1 And 15.3 As Supplemented By The Dod Source Selection Procedures Referenced In Dfars 215.300 And The Daffars Mandatory Procedures 5315.3 To Make An Integrated Assessment For A Best Value Award Decision. Offerors Shall Prepare Their Proposals In Accordance With Mandatory, Explicit, And Detailed Instructions Contained In The Rfp. The Government Will Evaluate Proposals And Make Award In Accordance With The Evaluation Basis For Award Provision In The Rfp. it Is Anticipated That The Rfp Will Be Released On Or Around 9 April 2024 And Anticipated Award On Or Around June 2025. The Rfp Will Be Posted To Sam.gov. All Responsible Sources May Submit A Proposal. Foreign Companies Are Not Permitted To Participate In The Competition. interested Vendors May Notify The Pocs Listed At The End Of This Synopsis With Any Questions. Please Note, All Questions Are Requested To Be Submitted In Writing Via Email For Documentation Purposes—no Telephonic Questions. Interested Vendors Are Encouraged To Register To Receive Notification For Solicitation And All Amendments/revisions, And To Check Sam.gov Prior To Submission Of Their Proposal.
Department Of Social Welfare And Development Main Tender
Software and IT Solutions
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 995 K (USD 17.1 K)
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consulting Services For The Development And Enhancement Of The Integrated Accounting, Budget, And Cash Information System (iabcis) Dswd Rfp No. 24-gop-svp-cf-012 (pr No. 2024121883) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2024 Funds Intends To Apply The Sum Of Nine Hundred Ninety-five Thousand Pesos (php995,000.00) Being The Approved Budget For The Contract (abc) For The Hiring Of Consulting Services For The Development And Enhancement Of The Integrated Accounting, Budget, And Cash Information System (iabcis) Under (dswd Rfp No. 24-gop-svp-cf-012). 2. Objectives The Consulting Firm Shall Be Engaged To Develop And Enhance Iabcis For The Aics System, Including The Creation Of The Software Requirements Specifications (srs) And The Detailed Development Process For The Module. The Scope Of Work Includes: A. Analyzing And Documenting The Business Requirements For The Fms Module, Ensuring Alignment With The Aics Program’s Objectives; B. Designing And Developing The Fms Module Based On The Defined Srs, Ensuring Seamless Integration With The Aics System; C. Conducting Comprehensive Quality Assurance Tests To Validate The Functionality, Security, And Performance Of The Fms Module; D. Assisting In The Deployment Of The Iabcis Within The Aics System, Including The Delivery Of Training To End-users And Technical Staff; And E. Providing Post-deployment Support And Warranty Services To Ensure The Module Operates Effectively Within The Dswd Domain, Addressing Any Issues Or Updates As Needed. 3. Scope Of Work The Consulting Firm Will Be Tasked With The Development And Enhancement Of Iabcis For The Aics System, Focusing On Delivering Key Outputs That Meet The Following Milestones: 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 Design, 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. Development And Enhancement Of Iabcis For The Aics System 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 Dswd’s Environments, Including Support During The User Acceptance Testing (uat) Phase And Final Deployment In The Production Environment. F. Training Of Trainers. Design And Implement A Training Of Trainers For Managing And Using The Iabcis For The Aics System. G. Maintenance. Offer Maintenance Services Post-deployment For A Specified Support Period To Address Any System Issues, Updates, Or Enhancements. The Scope Of The Fms Module Development Includes The Following Essential Features And Functionalities: A. Data Capture, Recording, And Processing Of Financial Transactions • Allotments: Capture And Record The Approved Allotments For The Aics Program Within A Specified Year • Monthly Disbursement Plan (mdp): Enable The Creation And Export Of The Mdp For The Aics Program • Obligation Of Financial Claims: Facilitate The Preparation, Processing, And Approval Of Financial Claims • Notice Of Obligation Request And Status Adjustment (norsa): Manage Changes And Updates To Approved Obligation Request Status • Disbursement Voucher (dv): Streamline The Preparation, Processing, And Approval Of Payment Requests For Service Providers • Lddap:ada/check: Automate The Creation And Approval Of Advice To Debit Account (ada) For Payments From Available Notice Of Cash Allocation (nca) Balances • Issuance Of Bir 2307: Automate The Preparation And Issuance Of Withholding Tax Certificates For Financial Transactions B. Nca And Appropriation Management • Notice Of Cash Allocation: Generate And Export Notices Reflecting Available Cash, Which Are Linked To The Mdp And Appropriations Module C. Report Generation • Statement Of Allotment, Obligation, And Balances (saob): Provide Summaries Of Allotment Statuses, Obligations, And Balances In Exportable Excel/pdf Formats • Registry Of Allotment, Obligation, And Disbursement (raod): Produce A Detailed Log Of Financial Activities, Also Available For Export In Excel/pdf Formats D. Audit And Administrative Features • Activity Logs And Audit Trails: Track And Monitor User Activities And System Administration Processes For Accountability And Security E. Module Integration The Fms Module Will Interact With Key External Entities, Including: • Aics Personnel: For Inputting Program-related Financial Data • Aics Data: For Synchronizing Existing Program Data With The Fms System • Finance Personnel: For Processing And Monitoring Financial Transactions And Generating Reports • Btms And Iabcis Systems: To Ensure Interoperability For Streamlined Data Exchange And Financial Operations 4. Technical Specification A. General Requirements • Web-based Compatibility: The Financial Management Service (fms) Module Within The Aics System, 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. • Cloud Deployment: The System Will Be Hosted On Dswd’s Cloud Infrastructure, Aligning With Modern Cloud-based Application Deployment Practices For Scalability And Reliability. • Compatibility With Dswd Infrastructure: The Fms Module Within The Aics System Must Be Compatible With Existing Dswd Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards. • User Load Capacity: The System Should Be Capable Of Handling User Traffic As Projected By Dswd, Ensuring Consistent Performance Even During Peak Usage Periods. • Licensing And Server Provision: Dswd Will Provide Licenses For Servers And Other Services That The Fms Module Within The Aics System Will Utilize In The Production Environment, Ensuring Compliance With Software Licensing Requirements. • Service Provider Access Limitations: The Consulting Firm Will Not Have Access To Dswd’s Production System. They Must Provide Comprehensive Instructions And Support For Dswd System Administrators For System Deployment And Setup. • Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Sole Property Of Dswd. B. Functional Requirements • Provision Of Process Flows, Use-cases, And Wireframes: Dswd Will Provide The Service Provider With Approved Process Flows, Use-cases, And Wireframe Diagrams. This Information Is Crucial For Guiding The Development Process And Ensuring Alignment With Dswd’s Operational Requirements. • Regular Cadence Meetings: The Service Provider Is Required To Conduct Regular Meetings With Dswd. These Meetings Are Intended To Address And Resolve Any Issues Or Questions Arising During The Software Development Process, Ensuring Smooth Progression And Alignment With Project Goals. C. Non-functional Requirement • Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity And Data Privacy Policies. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. • Real-time Audit Log Transmission: The Fms Module Within The Aics System Must Be Capable Of Sending Real-time Audit Logs To A Designated Syslog Server, Conforming To The Format Prescribed By Dswd. This Feature Is Crucial For Monitoring System Activities And Maintaining Security And Compliance. • 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. D. Software Quality Assurance (testing) • Comprehensive System Testing: The Service Provider Is Required To Conduct Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. • Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure And Safeguarded Against Potential Cyber Threats. • Load 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. • User Acceptance Testing (uat): Dswd Will Conduct User Acceptance Testing To Ensure The System Meets Their Operational Needs And User Expectations Before Final Deployment. E. Deployment Environment • Provider’s Development And Testing Environments: The Service Provider Is Responsible For Developing And Testing The System Within Their Own Development And Testing Environments. This Ensures That Initial Development And Primary Testing Phases Are Handled Independently Before Uat. • Dswd’s User Acceptance Testing (uat) Environment: Dswd Will Provide A Separate Uat Environment. This Is Where Dswd Will Conduct User Acceptance Testing To Assess The System’s Functionality And Compliance With Specified Requirements Before Final Acceptance. • Dswd’s Production Environment: The Finalized System Will Be Deployed In Dswd’s Production Environment. This Is Where End-users Will Operationalize And Access The System, Ensuring A Real-world, Operational Setting For The Aics-gl System. 5. Work Deliverables And Payment Schedule Payment Tranches Deliverables Timeline % Of The Contract Price 1st Inception Report And Project Plan, Including Framework, Methodologies, And Timeline Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% 2nd Business Process And Requirements Analysis (bpra) Report Within 10 Calendar Days After Acceptance And Approval Of Inception Report 15% 3rd System Requirements Specification (srs) Document Within 5 Calendar Days After Acceptance And Approval Of Bpra 15% 4th Approved System Design (wireframes, Use Cases) Within 10 Calendar Days After Acceptance And Approval Of The Srs Document 10% 5th Functional Iabcis With Complete Features, Api Integrations, And Accompanying Documentation Within 50 Calendar Days After Approval Of The System Design 30% 6th Test Reports For Performance, Vulnerability, Assessment, And User Acceptance Test Within 10 Calendar Days After The Completion Of The Development Phase 10% 7th User, Developer, And System Administrator Manuals Within 10 Calendar Days After Acceptance Of The Uat Reports 10% 8th Documentation Of Training Of Trainers, Training Manuals For Users Within 10 Calendar Days After Completion Of Training Sessions 5% 9th Final Project Completion Report, Including Sign-off Document And Packaged System Documentation (hard And Soft Copies, Including Source Codes) Within 10 Calendar Days After Acceptance Of System Documentation 5% The Consulting Firm Shall Develop The Fms Module Enhancement For The Aics System, In Accordance With The Scope And Deliverables Specified Above. The Solutions, Including The Information Systems And Applications, Are Expected To Be Delivered Within Four (4) Month Period For The Complete Project Implementation. 6. Institutional Arrangements The Consulting Firm Shall Report Directly To Ictms And Will Work Closely With The Pmb-cid And Fms As Business Owners. A Dswd Project Management Team For The Development And Enhancement Of Iabcis Will Also Be Created To Support The Consulting Firm. While The Location Of The Consultant Team May Be Flexible At Different Times Of The Project, It Is Expected That The Majority Of Consultancy Work And Activities Will Be Conducted In Quezon City And With The Dswd Project Personnel, Given That The Engagement With Business Owners And Stakeholders Is Critical To The Successful Delivery Of Outputs And The Project’s Scope Of Work And Requirements. 7. Ownership And Use The Dswd Financial Management Service (fms) Module For The Aics System, And 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, 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. 8. Minimum Qualifications And Experience Of The Consulting Firm • With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors. • With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, And Data Interoperability. • With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable. 9. Budgetary Requirements: The Project Will Be Funded Under Ictms 2024 Current Funds For Nine Hundred Ninety-five Thousand Pesos (php995,000.00) For The Payment Of The Consultancy Services For The Development Of Integrated Accounting, Budget, And Cash Information System (iabcis). 10. Evaluation Criteria Qualification Rating With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors 35% A. More Than Three (3) Successfully Completed Design, Development, And Operational Handover Of The Detailed Information System 35% B. At Least Two (2) Successfully Completed Design, Development, And Operational Handover Of The Detailed Information System 30% With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 45% A. More Than Six (6) Years Of Experience As An Institution Working With The Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, And Data Interoperability 45% B. At Least Five (5) Years Of Experience As An Institution Working With The Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, And Data Interoperability 40% With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable 20% A. More Than One (1) Project Team Member Has Technical Certification Relevant To Web-based Application Development 20% B. At Least One (1) Project Team Member Should Have A Technical Certification Relevant To Web-based Application Development. Below Is The Preferred Project Team Composition: Role Quantity Project Manager 1 Developers 2-3 Ui/ux Designer 1 Quality Assurance (qa) Specialist 1 Business Analyst 1 Systems Administrator 1 15% Total 100% Passing Rate 85% 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. Mayor’s/business Permit; 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 3 January 2025 At 5:00pm. 11. The Project Duration For Cy 2024 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
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Description: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 16 Of 16
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice page 1 Of 16 subject*
96-well Qpcr | Research general Information
contracting Office S Zip Code*
80111
solicitation Number*
36c25924q0796
response Date/time/zone
12-26-2024 15:00 Mountain Time, Denver, Usa
archive
30 Days After The Response Date
recovery Act Funds
n
set-aside
sdvosbc
product Service Code*
6630
naics Code*
334516
contracting Office Address
department Of Veterans Affairs network Contracting Office nco 19 6162 South Willow Drive, Suite 300
greenwood Village Co 80111 point Of Contact* contracting Specialist eric Ayers
eric.ayers@va.gov
801-582-1565 X1808 place Of Performance
address
george E. Wahlen Va Medical Center bldg 7, Warehouse attn: Liz Weld 500 Foothill Drive salt Lake City Utah
postal Code
84148
country
usa additional Information
agency S Url url Description agency Contact S Email Address email Description description request For Quote (rfq) #: 96-well Qpcr System
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, 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. The Government Reserves The Right To Make No Award From This Solicitation. ** The Deadline For All Questions Is 3:00pm Mst, 01/16/2024.
all Questions Must Be Submitted In Writing No Later Than The Question Cut-off Date Marked Above. All Questions Will Be Answered Officially Through An Amendment To The Solicitation.
*** Quotes Are To Be Provided To Eric.ayers@va.gov No Later Than 3:00pm Mst, 01/20/2024.
quotes Shall Not Be Hand Carried. Faxed Quotes Shall Not Be Accepted. Emailed Quotes Are The Only Method Of Submitted Quotes (4mb Email Limit). The Government Reserves The Right To Make Award Solely On Initial Quotes Received. Offerors Bear The Burden Of Ensuring That All Portions Of The Offer (and Any Authorized Amendments) Reach The Designated Office Before The Deadline Specified In The Solicitation. This Rfq Shall Be Completed In Its Entirety, And Signed And Dated, Failure Shall Not Be Considered For Award.
this Is A Request For Quote (rfq) And The Solicitation Number Is 36c25924q0796. The Government Anticipates Awarding A Firm-fixed Price Contract Resulting From This Solicitation. this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05 Effective April 22, 2024.
the North American Industrial Classification System (naics) Code For This Procurement Is 334516 With A Small Business Size Standard Of 1,000 Employees. This Solicitation Is A 100% Set-aside For Sdvosb Concerns.
list Of Line Items;
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
cfx Opus 96 Real-time Pcr System 96-well, 5-color Fret, Network-connection Real-time Pcr Detection System, Includes Cfx Opus 96 Base Unit, Cables.
1
ea
$
$
0002
cfx Opus Wi-fi Adapter, North America & Others
wi-fi Antenna Enables Wi-fi Connection For Cfs Opus In North America 1
ea 0003
cfx Maestro Software 2.3 For
windows Pc 1 License, Cfx Maestro 2.3, Software For Real-time Pcr Plate Setup, Data Collection, Statistics, And Graphing Of
results; For Windows Pcs
1
ea 0004
cfx Maestro Software, Mac Edition
mac Edition Of Cfx Maestro Software For Real-time Pcr Plate Setup, Data Analysis, Statistics And Graphing Of Results
1
ea 0005
this Service
belongs To
instrument: 12011319
enp Cfx Opus Pcr Mi
cfx Opus, Cfx Opus Dw Or Cfx
opus Dx, 1 Yr Full Mail In
extended Cover Service Plan.
unlimited Repair Inclusive Of Shipping,
parts And Labor. Computer Not Covered. Includes Thermal Cycler And Optical Reaction Module. Pm Not Included.
1
jb grand Total
$ statement Of Work Contracting Officer S Representative (cor)
cor Name: liz Weld
va Name:
660- George E. Wahlen Vamc
va Address:
500 S Foothill Dr., Slc, Ut 84148
e-mail Address:
elizabeth.weld@va.gov
solicitation Class open Market- Sdvosb contract Title: Qpcr System background: The Drakos Lab Requires The 96 Well Real Time Pcr System To Quantitatively Measure The Transcripts Of Multiple Genes At Various Steps Of The Experiments. This Will Aid To Understand The Mechanism And Gene Regulation Mediated By Fibroblast At Different Signaling Processes Of Fibrosis And Cardiac Remodeling Initiated Through Aebp1 Mechanism. The Va Funded Project Number Is I01bx006306-01: Understanding Myocardial Recovery In Diabetes And Heart Failure (cara-003-20s). the Cfx Opus 96 Dx Real-time Pcr System Provides A Robust And Reliable Open Platform For Development And Performance Of In Vitro Diagnostic Assays. The Enhanced Thermal Performance Ensures Consistent Data From Well To Well. When Used With The Cfx Maestro Dx Se Software For Security And Traceability, The Integrity Of Patient Results Is Ensured. scope: 96-well Real-time Pcr System With Repair And Maintenance Plan For One Year. cfx Opus 96 Real-time Pcr System: 96-well, 5-color Plus Fret, Network-connected Real-time Pcr Detection System, Includes Cfx Opus 96 Base Unit And Cables.
cfx Maestro Software 2.3 For Windows Pc: 1 License Of Software For Pcr Plate Setup, Data Collection, Statistics, And Graphing Of Results; For Windows Pcs
cfx Opus Wi-fi Adapter, North America: Wi-fi Antenna Enables Wi-fi Connection For Cfx Opus In North American And Other Specific Countries
cfx Maestro Software, Mac Edition: Mac Edition Of Cfx Maestro Software For Real-time Pcr Plate Setup, Data Analysis, Statistics, And Graphing Of Results. enp Cfx Opus Pcr Mi Cfx Opus< Cfx Opus Dq Or Cfx Opus Dx, 1 Yr Full Mail In: Extended Service Plan For Unlimited Repair Inclusive Of Shipping, Parts And Labor. Includes Thermal Cycler And Optical Reaction Modules. view, Sign, Save, And Print An Audit Report With Cfx Maestro Dx Se Software
control Access To Protocols And Run Files On The Instrument With User Management Through Use Of Username And Password.
email Your Completed Run. save Protocols And Completed Runs In A Network Folder. create New Real-time Pcr Protocols Or Easily Modify Existing Protocols. set Up Unique Usernames, With Optional Passwords, To Easily Organize And Find Your Protocols And Experiments. assists With U.s. Fda 21 Cfr Part 11 Regulations Using Cfx Maestro Dx Se Software Security, Audit, And Electronic Signature Capabilities. technical Specifications: contract Type: This Is One-time Buy, Fixed Cost Contract Request For Equipment, Software, And A One-year Service Plan. period Of Performance: Base Year, Effective The Date Of Award. place Of Performance: 500 S Foothill Dr.
building 2- Drakos Lab
salt Lake City, Ut 84148
government And Contractor Responsibilities 7.1. Contractor Responsibility
7.1.1. Contractor Shall Furnish Personnel, Supervision, Industry Documentation, Professional Expertise, Tools, Materials, Equipment, And Quality Control To Complete The Mandatory Tasks And Deliverables Of This Sow.
7.1.2. The Items Necessary To Perform Work As Required Under This Contract Shall Be Furnished, Maintained, And Operated By The Contractor And Shall Be Consistent And Fully Compliant With All Applicable Vha, Osha, Asme, Nfpa, Federal, State, County, City Laws, Ordinances, And Regulations. 7.1.3. All Equipment, Tools, And Devices Used As Measuring And Test Equipment Shall Have Traceability For Valid Calibration To An Accredited Standard. Calibration Traceability Documentation Shall Be Provided To The Cor Upon Request. 7.1.4. The Contractor And Contractor Personnel Shall Be Responsible For The Cost Repair Or Replacement Of Any Damage To The Va Medical Center Structure Or Equipment Caused By The Contractor Or Key Personnel.
7.2. Government Responsibility
the Cor Shall Provide Any Relevant Documentation Regarding The Work As Required Under This Sow. Additional Documentation May Be Available At The Request Of The Contractor.
formal Acceptance Or Rejection Of Deliverables 8.1 Contractor Shall Provide Detailed Service Report To Within 10 Business Days
after Performance Of Service. The Va Shall Have 3 Business Days To Review The Report And Provide Comments. The Contractor Shall Have 5 Business Days To Incorporate Comments. 8.2 If Deficiencies Were Discovered Not Covered By This Service Contract, Contractor
shall Provide A Written (email) Detailed Description Of Deficiencies Discovered And A Proposal To Correct The Deficiency, Including A Description Of The Work And Cost. The Va Shall Have 10 Business Days To Review The Proposal Before Accepting Or Declining The Offered Correction. Acceptance Of The Correction Will Be In The Form Of A Modification To This Contract. Quality Standards For Deliverables - Performance Measures All Components Shall Be Delivered Free From Defect And Damage. all Components Delivered Shall Meet The Manufacturer S Requirement As Approved Replacements. all Parts And Labor Shall Carry A Minimum Of One (1) Year Replacement Warranty. all Service Trips Are Schedule And Completed Per Requirements Of This Sow. delivery And Acceptance Shall Be F.o.b Destination (far 52.247-34) At The Veterans Affairs Medical Center, Located:
george E. Wahlen Va Medical Center
building 7 - Warehouse
500 Foothill Blvd salt Lake City, Ut 84148
52.212-1, Instructions To Offerors--commercial Items Applies To This Acquisition
addendum To Far 52.212-1 Instructions To Offerors Commercial
gray Market Items Are Original Equipment Manufacturer S (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts) For Va Medical Centers.â No Remanufactures Or Gray Market Items Will Be Acceptable. offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem.â All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. the Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract.â Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. state If Quoted Items Are Available And Priced Through Offerors Existing Government-wide Acquisition Contract (gwac), Gsa Multiple Award Schedule (mas) Contract, Or Va-wide Acquisition Contract. if The Acquisition Is Set-aside For Sdvosbs/vosbs, Their Socioeconomic Status Must Be Vip Verified And Visible In The Va Vendor Information Pages (vip): Https://www.vip.vetbiz.gov/ At The Time Of Quote Submission And Award, Or Will Be Considered Non-responsive, And Will Not Be Considered For Award. offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contactors, The Offeror Making Such Contact May Be Excluded From Award Considerations. all Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. all Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. submission Of Quote Shall Include The Following Volumes: (i) Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement; (ii) - Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) ; And (iii) Price volume I - Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement
the Offeror Shall Submit Specifications, Cut Sheets, Or Brochures Confirming The Equal Products, Including Equal Products Of The Brand Name Manufacturer Submitted, Meets Or Exceeds The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation. The Product(s) Quoted Must Be Identified By Brand Name, If Any, And Make Or Model Number. volume Ii - Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) the Offeror Shall Complete The Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) And Submit As Part Of The Quote. volume Iii Price
price - The Offeror Shall Complete The Pricing Schedule Provided In Section (v) Above: Price/cost Schedule. (end Of Addendum To 52.212-1) 52.212-2, Evaluation--commercial Items Applies To This Acquisition addendum To Far 52.212-2 Evaluation Commercial Items: the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government Considering Price And Other Factors. the Following Factors Shall Be Used To Evaluate Quotations: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement
factor 2. Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) factor 3. Price
evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2(b)(3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. factor 2. Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) : The Government Will Evaluate The Responses An Offeror Makes To Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) For Completeness. If An Offeror Fails To Complete Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) Their Quote Will Be Determined Ineligible For Award. factor 3. Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices. The Government May Use Various Price Analysis Techniques And Procedures To Make A Price Reasonableness Determination. Offers That Do Not Meet Or Exceed The Technical Capability Or Quality Of The Item Offered To The Government Requirement Shall Not Be Selected Regardless Of Price. (end Of Addendum To 52.212-2)
52.212-3, Offeror Representations And Certifications Commercial Items, Applies To This Acquisition. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission.
52.212-4, Contract Terms And Conditions--commercial Items Applies To This Acquisition
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (jul 2020) Applies To This Acquisition
far 52.212-5 Applies To This Acquisition With The Following Far Clauses Incorporated By Reference; far 52.204-10
reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) far 52.204-16
commercial And Government Entity Code Reporting (aug 2020)
far 52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020)
far 52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jun 2020) far 52.219-28
post Award Small Business Program Representation (nov 2020) far 52.219-33
nonmanufacturer Rule (mar 2020) far 52.222-3
convict Labor (jun 2003)
far 52.222-19
child Labor Cooperation With Authorities And Remedies (jul 2020) far 52.222-21
prohibition Of Segregated Facilities (apr 2015)
far 52.222-26
equal Opportunity (sep 2016) far 52.222-35
equal Opportunity For Veterans (jun 2020) far 52.222-36
equal Opportunity For Workers With Disabilities (jun 2020) far 52.222-37
employment Reports On Veterans (jun 2020) far 52.222-40
notification Of Employee Rights Under The National Labor Relations Act (dec 2010)
far 52.222-50
combating Trafficking In Persons (oct 2020) far 52.223-18
encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020)
far 52.225-1
buy American Supplies (jan 2021) far 52.225-13
restrictions On Certain Foreign Purchases (jun 2008) far 52.229-12
tax On Certain Foreign Procurements (jun 2020) far 52.232-33
payment By Electronic Funds Transfer System For Award Management (oct 2018) additional Contract Requirements Or Terms And Conditions: 52.217-6 Option For Increased Quantity (mar 1989)
the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Office May Exercise The Option By Written Notice To The Contractor Prior To Receipt Of All Items. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract Unless The Parties Otherwise Agree.
52.219-14 Limitations On Subcontracting
(a)â this Clause Does Not Apply To The Unrestricted Portion Of A Partial Set-aside.
(b)â definition.â similarly Situated Entity, As Used In This Clause, Means A First-tier Subcontractor, Including An Independent Contractor, That (1)â has The Same Small Business Program Status As That Which Qualified The Prime Contractor For The Award (e.g., For A Small Business Set-aside Contract, Any Small Business Concern, Without Regard To Its Socioeconomic Status); And
(2)â is Considered Small For The Size Standard Under The North American Industry Classification System (naics) Code The Prime Contractor Assigned To The Subcontract.
(c)â applicability.â this Clause Applies Only To (1)â contracts That Have Been Set Aside For Any Of The Small Business Concerns Identified Inâ 19.000(a)(3);
(2)â part Or Parts Of Aâ multiple-award Contractâ that Have Been Set Aside For Any Of The Small Business Concerns Identified Inâ 19.000(a)(3);
(3)â contracts That Have Been Awarded On A Sole-source Basis In Accordance With Subpartsâ 19.8,â 19.13,â 19.14, Andâ 19.15;
(4)â orders Expected To Exceed Theâ simplified Acquisition Thresholdâ and That Are (i)â set Aside For Small Business Concerns Underâ multiple-award Contracts, As Described Inâ 8.405-5â andâ 16.505(b)(2)(i)(f); Or
(ii)â issued Directly To Small Business Concerns Underâ multiple-award Contractsâ as Described Inâ 19.504(c)(1)(ii);
(5)â orders, Regardless Of Dollar Value, That Are (i)â set Aside In Accordance With Subpartsâ 19.8,â 19.13,â 19.14, Orâ 19.15â underâ multiple-award Contracts, As Described Inâ 8.405-5â andâ 16.505(b)(2)(i)(f); Or
(ii)â issued Directly To Concerns That Qualify For The Programs Described In Subpartsâ 19.8,â 19.13,â 19.14, Orâ 19.15â underâ multiple-award Contracts, As Described Inâ 19.504(c)(1)(ii); And
(6)â contracts Using Theâ hubzoneâ price Evaluation Preference To Award To Aâ hubzoneâ small Business Concern Unless The Concern Waived The Evaluation Preference.
(d)â independent Contractors.â an Independent Contractorâ shallâ be Considered A Subcontractor.
(e)â limitations On Subcontracting.â by Submission Of Anâ offerâ and Execution Of A Contract, The Contractor Agrees That In Performance Of A Contract Assigned A North American Industry Classification System (naics) Code For (1)â services (exceptâ construction), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50 Percent Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services Andâ supplies, The 50 Percent Limitationâ shallâ apply Only To The Service Portion Of The Contract;
(2)â suppliesâ (other Thanâ procurementâ from A Nonmanufacturer Of Suchâ supplies), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50 Percent Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Bothâ suppliesâ and Services, The 50 Percent Limitationâ shallâ apply Only To The Supply Portion Of The Contract;
(3)â generalâ construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 85 Percent Subcontract Amount That Cannot Be Exceeded; Or
(4)â constructionâ by Special Trade Contractors, It Will Not Pay More Than 75 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 75 Percent Subcontract Amount That Cannot Be Exceeded.
(f)â the Contractorâ shallâ comply With The Limitations On Subcontracting As Follows:
(1)â for Contracts, In Accordance With Paragraphs (c)(1), (2), (3) And (6) Of This Clause _â by The End Of The Base Term Of The Contract And Then By The End Of Each Subsequentâ optionâ period; Or Xâ by The End Of The Performance Period For Each Order Issued Under The Contract.
(2)â for Orders, In Accordance With Paragraphs (c)(4) And (5) Of This Clause, By The End Of The Performance Period For The Order.
(g)â a Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (e) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(1)â in A Joint Venture Comprised Of A Small Business Protã©gã© And Its Mentor Approved By The Small Business Administration, The Small Business Protã©gã©â shallâ perform At Least 40 Percent Of The Work Performed By The Joint Venture. Work Performed By The Small Business Protã©gã© In The Joint Ventureâ mustâ be More Than Administrative Functions.
(2)â in An 8(a) Joint Venture, The 8(a) Participant(s)â shallâ perform At Least 40 Percent Of The Work Performed By The Joint Venture. Work Performed By The 8(a) Participants In The Joint Ventureâ mustâ be More Than Administrative Functions.
(end Of Clause)
52.225-2 Buy American Certificate (oct 2022)
(1) The Offeror Certifies That Each End Product, Except Those Listed In Paragraph (b) Of This Provision, Is A Domestic End Product And That Each Domestic End Product Listed In Paragraph (c) Of This Provision Contains A Critical Component. (2) The Offeror Shall List As Foreign End Products Those End Products Manufactured In The United States That Do Not Qualify As Domestic End Products. For Those Foreign End Products That Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Offeror Shall Also Indicate Whether These Foreign End Products Exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No .
(3) The Offeror Shall Separately List The Line Item Numbers Of Domestic End Products That Contain A Critical Component (see Far 25.105).
(4) The Terms Commercially Available Off-the-shelf (cots) Item, Critical Component, Domestic End Product, End Product, And Foreign End Product Are Defined In The Clause Of This Solicitation Entitled Buy American Supplies. Foreign End Products:
line Item No.
country Of Origin
exceeds 55% Domestic Content (yes/no) [list As Necessary]
(b) Domestic End Products Containing A Critical Component:
line Item No. [list As Necessary] (c) The Government Will Evaluate Offers In Accordance With The Policies And Procedures Of Part 25 Of The Federal Acquisition Regulation.
(end Of Provision) 852.212-70, Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020) vaar 852.203-70
commercial Advertising (may 2018)
vaar 852.219-10
va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (dec 2009) vaar 852.232-72
electronic Submission Of Payment Requests (nov 2018)
vaar 852.233-70
protest Content/alternative Dispute Resolution (sep 2018)
vaar 852.233-71
alternate Protest Procedure (sep 2018)
vaar 852.246-71
rejected Goods (oct 2018) 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
the Following Provisions Or Clauses Incorporated By Reference In This Solicitation Must Be Completed By The Offeror Or Prospective Contractor And Submitted With The Quotation Or Offer. Copies Of These Provisions Or Clauses Are Available On The Internet At The Web Sites Provided In The Provision At Far 52.252-1, Solicitation Provisions Incorporated By Reference, Or The Clause At Far 52.252-2, Clauses Incorporated By Reference. Copies May Also Be Obtained From The Contracting Officer.
http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar
the Following Far Provisions Are To Be Incorporated By Reference: far 52.204-7
system For Award Management (oct 2018)
far 52.204-16
commercial And Government Entity Code Reporting (aug 2020)
far 52.211-6
brand Name Or Equal (aug 1999) far 52.229-11
tax On Certain Foreign Procurements Notice And Representation (jun 2020) the Following Far Clauses Are Incorporated By Reference: far 52.203-17
contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020)
far 52.204-13
system For Award Management Maintenance (oct 2018)
far 52.204-18
commercial And Government Entity Code Maintenance (aug 2020)
far 52.232-40
providing Accelerated Payments To Small Business Subcontractors (nov 2021) the Following Vaar Clauses Are To Be Incorporated By Reference: vaar 852.212-71
gray Market Items (apr 2020) the Defense Priorities And Allocations System (dpas) Does Not Apply. date And Time Offers Are Due To Eric.ayers@va.gov By 3:00pm Mst, 01/20/2024, 3:00 Pm Mdt. name And Email Of The Individual To Contact For Information Regarding The Solicitation:
eric Ayers
eric.ayers@va.gov
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: Air Force Life Cycle Management Center/enterprise It And Cyber Infrastructure Division (aflcmc/hni) user Experience Monitoring (uxm) Program Management Office (pmo) request For Information (rfi), Revision 1 To (notice Id: Uxm_rfi), System Integration For Network, Systems, And Application Performance Visibility 1. Background: the Department Of The Air Force (daf), Air Force Life Cycle Management Center (aflcmc), Cyber And Networks Directorate (hn), Enterprise Information Technology And Cyber Infrastructure Division (hni), Program Management Office (pmo) Is Seeking A Vendor To Act As A System Integrator For Current Systems Of Record. The Goal Is To Combine Data Sources Into A Unified View, Incorporating Infrastructure, Network Capability, And Endpoint Performance Data Into A Single View. the Primary Change Between The Initial Rfi (sam.gov Notice Id: Uxm_rfi) And This Revised Rfi Is The Shift In Focus From Seeking A Comprehensive Monitoring Solution To Emphasizing System Integration Using Existing Pilot Tools Already Deployed Across The Department Of The Air Force (daf). The Initial Rfi Aimed To Gather Information On Solutions That Provide Real-time Visibility Into It Network, Systems, And Application Performance, With Capabilities Such As Service Dependency Mapping, Network Modeling, And Application Performance Monitoring. In Contrast, The Revised Rfi Seeks A Vendor To Act As A System Integrator To Combine Data Sources Into A Unified View, Incorporating Infrastructure, Network Capability, And Endpoint Performance Data. The Goal Is To Enable Real-time Visibility And Proactive Issue Resolution By Integrating Existing Monitoring Tools And Systems To Achieve A Comprehensive Understanding Of The Traffic And Infrastructure Within Daf Networks. the Uxm Pmo Is Responsible For Monitoring A Complex Network, Systems, And Application Infrastructure That Supports Critical Operations Within The Department Of The Air Force (daf). This Infrastructure Includes Base Networking Equipment, Multiple Data Centers, Cloud Environments, Vpns, And A Wide Range Of Applications Serving Internal Daf Users. The Pmo Is Seeking A Vendor To Provide System Integration Services That Can Enable Real-time Visibility Into The Performance Of The It Network, Systems, And Applications. The Goal Is To Proactively Identify And Resolve Issues By Integrating Existing Monitoring Tools And Systems To Achieve A Comprehensive, Holistic, And Integrated Understanding Of The Traffic And Infrastructure Within Daf Networks. The System Integrator Deliverable Should Facilitate Root-cause Analysis, Automated Predictive Problem Detection, Suggest Solutions And Fixes, And Support Planning And Modeling For Network Improvements. currently, Network Operators Are Using Fragmented, Piece-wise Approaches To Problem Discovery And Root Cause Analysis. We Are Looking For A System Integrator Who Can Improve Problem-solving Throughput And Issue Discovery By Tracing Problems From Endpoints Through The Network To The Underlying Services, Utilizing New And Existing Telemetry Sources. the Monitoring Solution Should Include The Ability To Perform The Following Requirements: service Dependency Mapping:integrate Tools To Automatically Map Interdependencies Between Applications And Alert On Unexpected Communication And Bottlenecks. network Modeling Capabilities:integrate Solutions To Provide A Dynamic Network Map, Simulate Network Changes, Compare Configurations, Support Distributed Tracing, And Correlate With Network Events And Metrics From Logging. application Performance Monitoring:integrate Tools For Agent-based And Synthetic Testing For Application Performance Monitoring, Real-time Transaction Visibility, And User Performance Tracking. customizable & Extensible:support Integration Of Tools For Creating Custom Tests By Non-expert Programmers, Ingesting And Correlating Data From Other Vendors, And Integrating With Existing Daf And Disa Networking Modeling Investments. standards:ensure Integration With Industry Standards Supported, Such As Export And Ingest Of Open Telemetry Data And Compliance With Semantic Conventions For Attributes. accreditation And Approval:all Integrated Items Must Be Trade Agreements Act (taa) Compliant And Approved For Use Within The Department Of Defense (dod). 2. Response Format: administrative Information: company Name, Address, And Point Of Contact cage Code naics Code, Size Of Pursuant Business large Business Or Small Business Designation company Ownership: Domestic Or Foreign (indicate Country Of Ownership) gsa Schedule(s)/gwac(s)/other Ordering Vehicles Held That Could Be Applicable To This Requirement solution Overview: key Features And Capabilities Of Your System Integration Services how Your Services Address The Specified Requirements For Service Dependency Mapping, Network Modeling, Application Performance Monitoring, Customization, And Standards Compliance technical Specifications: hardware And Software Requirements For Integration approach To Integrating With Existing Daf And Disa Networking Modeling Investments hosting: Is This A Commercial Saas Approach, Or Can It Be Hosted On Afnet Cloud Assets With Il5 Level Security (highly Preferred)? does All/part Of The Software Already Have Ato Certification On The Afnet? how Do You Decompose Rum (application Telemetry) Into Underlying Network Traces (tcp, Ssl, Dns, Etc.)? how Do You Correlate Synthetic Network Traces (tcp, Ssl, Dns) With Application Performance? how Are Metrics And Log Data From Network Gear (routers, Firewalls) Correlated With Network Traces? can Detailed Application Network Traces Be Captured Without Modification Of The Applications? How Does Your Approach Do This? does Your Solution Support Integration With Itsm Systems Such As Servicenow? If So, What Integration Features Are Supported Out Of The Box? how Will You Automate Data Cataloging So That Our Air Force Data Analysis Can Have A Clear Understanding Of The Data On Their Own Without Your Support? does The System Support Automated Aging Of Data Into Hot, Warm, Cold, And Frozen Tiers? what Tuning And Customization Is Possible For Doing Ai/ml Assisted Anomaly Detection And Forecasting? how Will You Automate Schema Drift And Automated Schema Evolution As Incoming Telemetry Changes Based On Decisions Beyond The Control Of This Program Office? what Technical Mechanism Do You Have For Data Synchronization With Powerbi To Allow Our Air Force Powerbi Users To Analyze And Create Workflows For Team Collaboration And Problem Analyses? what Application Rum Stats Do You Collect? And At What Cadence? How Do You Handle Computers That Go Offline, Or Move Between Bases Or Are Occasionally On Vpn Networks? data Resilience: What Rollback, Snap Shotting, Geo-replication, Etc. Is Supported? health Monitoring: What Tool-ware Is Provided For Monitoring The Health Of The Application Rum Clients And Synthetic Monitors? solarwinds: We Have Npm, Ntm And Ncm Data From Solarwinds Orion Servers, How Would You Incorporate That Into Our Performance Solution And What Benefits Would Accrue? please Describe Any Native Tool-ware For Visualization And Eda (exploratory Data Analysis), Charting, Cross-filtering, Matrix Scatterplots, Correlation Matrices, Etc. we Currently Have 24tb Of Telemetry Data Covering 2 Years, Describe Tools For Live Interactive Aggregation And Plotting For Interactive Exploration. implementation Approach: deployment And Configuration Steps For System Integration estimated Timeline For Integration how Would You Manage Collaboration With Our Afnet Operators Who Are Currently Collecting Application, Network, Synthetic Test, And Infrastructure Logs That Need To Be Integrated Into Your Solution? vulnerability Handling To Include Notifications, Patches, And Test Plan Prior To Implementation would The Implementation Include Import Of Historical Data (training Data)? If Yes, Can You Explain The Migration Mechanism? is There Any 3rd Party Software Being Used? If Yes, How Are Vulnerabilities Being Handled For 3rd Party Software (i.e., Notifications, Patches Tested Before Implementation)? is It Possible To Have A Model/reference Architecture For A Similar System That Has Been Put In Place? pricing Model: licensing Type Or Subscription Fees any Additional Costs For Implementation, Training, Or Support training & Support: type Of Training Provided For System Integration estimated Timelines And Manpower Resources Needed For Integration types Of Technical Support And Response Times Available During And Post-integration after Deployment, How Many Fte Are Required To Manage The Operation And Health Of The System On A Continuing Basis? references: provide 2-3 Examples Of Successful System Integration Projects In Similar Environments (government Or Non-government), Including The Following Information For Each Example: organization Name contract Number, If A Government Customer point Of Contact (poc) And Contact Information 3. Questions And Submission Information: any Questions Regarding This Rfi Must Be Submitted Via Email On The Q&a Template Within 10 Days Of This Posting To The Contracting Officer Atdiana.tien@us.af.mil And The Contracts Specialist Atveronica.schoultz@us.af.mil. All Questions And Their Answers Will Be Posted With This Rfi For All Interested Parties To Access. if You Provided A Prior Submittal, You Can Reply “no Change” If The Revisions To The Rfi Do Not Necessitate A Change To Your Original Submittal, Or You Can Submit A Red-lined Version With Changes. the Government Requests Submission Of Rfi Responses No Later Than 15:00 Eastern Time On 30 January 2025. 4. Disclaimer: this Is An Rfi, As Defined In Federal Acquisition Regulation (far) 15.201(e). Any Information Submitted By Respondents To This Request Is Strictly Voluntary. This Is Not A Request For Proposal (rfp), Request For Quotation (rfq), Or Invitation For Bid (ifb); Nor Does Its Issuance Obligate Or Restrict The U.s. Government To Issue An Rfp, Rfq, Or Ifb In The Future. The U.s. Government Does Not Intend To Award A Contract Or Order Based On Responses From This Rfi. not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, Rfq, Or Ifb, If Any Are Issued. respondents Are Advised The U.s. Government Shall Not Pay For Any Information Provided, The Use Of Such Information, The Preparation Of Such Information, Travel Expenses, Nor Any Administrative Costs Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. information Received From This Rfi Will Be Used For Acquisition Planning And Market Research Purposes; An Acquisition Strategy Has Not Yet Been Approved For This Requirement. As Such, Any Response Submitted To This Rfi Constitutes Consent For That Submission To Be Reviewed By Military Personnel, Government Civilians, And Government Support Contractors. any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. All Dod Contractor Personnel Reviewing Rfi Responses Will Have Signed Non-disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information. The U.s. Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable U.s. Government Regulations. respondents Are Advised That The Government Is Under No Obligation To Provide Feedback With Respect To Any Information Submitted. issuance Of This Rfi Does Not Obligate Or Restrict The U.s. Government To An Eventual Acquisition Approach.
U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender
Aerospace and Defence
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: 12/20/2024 Update: Added Aoi 5: Technical Experimentation, Updated Closing Date, And Added Technical Poc For Aoi 5. Entire Update Is Captured In Text Below The Two Bolded Update Banners. 12/16/2024 Update: Removed Reference To Attachment. All Available Information In Reference To This Posting Is Included In The Text Below. ussocom Sofat&l Science And Technology Commercial Solutions Opening (cso) – Amendment 01 solution Briefs For Aois 1-4 Accepted Through 20 December 2024. solution Briefs For Aoi 5 Accepted Through 10 January 2025 a Future Opportunity there Are Currently Five (5) Areas Of Interest (aois): 1. Market Research And Creative Development 2. Design Development And Systems Engineering 3. Multi-domain Test And Evaluation, Including Rapid Remodel, Refit And Upgrade Of Wargaming And Experimentation Facilities 4. Rapid Prototyping/low Rate Production 5. Technical Experimentation note: As New Aois Are Identified By Government Stakeholders, Additional Aois May Be Added To This Announcement. The Government May Call For Subsequent Proposals Under This Notification For A Period Of Six (6) Months Or Longer If Extended Via Amendment To This Posting. ussocom Sof At&l Futures Cso Guidance 06 Dec 2024 1. Introduction: 1.1 The United States Special Operations Command (ussocom) Has Established A Novel Business Process Under The Science And Technology (s&t) Directorate Within The Special Operations Forces Acquisition, Technology, And Logistics (sof At&l) Center To Accelerate The Development, Procurement, And Integration Of Commercial And Dual-use‐derived Concepts, Capabilities And Research To Address Gaps In Future Domestic And International Sof Missions And Operating Environments. 1.2 The Ussocom Sof At&l Science And Technology Directorate Seeks To Award Primarily Non‐far Contracts And Agreements To Nontraditional And Traditional Defense Contractors To Carry Out Prototype Projects That Are Directly Relevant To Enhancing The Mission Effectiveness Of The Sof Operator And The Supporting Platforms, Systems, Components, Or Material To Be Acquired Or Developed By The Ussocom, Or The Improvement Of Platforms, Systems, Components, Or Materials In Use By Ussocom. 1.3 This Commercial Solutions Opening (cso) May Make Awards To Proposals For Innovative, commercial And Dual‐use Capabilities Through A Multi‐phased, Competitive Process. 1.3.1 Phase I: Initially, Solutions Will Be Sought Under Certain Technology Areas, Or Industry Sectors, characterized By Areas Of Interest (aoi) In Accordance With 803 Of The National Defense authorization Act (ndaa) For Fiscal Year (fy) 2022 (pub. L. 117-81). Initial Submissions Against These Aois Will Be Requested As Solution Briefs (sb) Mainly In The Form Of A White Paper (wp). A Team Of Government Personnel Who Are Subject Matter Experts For The Given Aoi Will Evaluate Each Submission Independently For Potential To Address Capability Gaps Within The Aois For Advancement To Phase Ii. These Standard Evaluation Criteria Will Be Presented With Each Individual Aoi. The Government May Elect To Proceed Directly To Phase Iii After A Successful Phase I Evaluation. 1.3.2 Phase Ii: If A Phase Ii Evaluation Is Necessary, The Government Will Host Phase Ii Invitees At one Of Its Facilities Wherein Each Offeror Will Have A Standard Amount Of Time To Pitch/demonstrate Its proposed Solution To The Government Evaluation Panel And Hold Any Discussions Necessary For Evaluation. discussions May Continue Outside Of The Pitch/demonstration Session. Participation In Phase Ii Will Be entirely At The Offeror’s Expense. Favorably Evaluated Pitches Will Receive A Request For Prototype Proposal (rpp) That Marks The Beginning Of Phase Iii. Note, Phase Ii Is Optional For This Cso Process, And May Not Always Be Conducted, Or May Not Be Required For Every Successful Phase I Submission. 1.3.3 Phase Iii: The Government Will Only Advance Companies To Phase Iii If It Intends To Award A contract Or Agreement For Its Proposed Solution. Companies Will Collaboratively Build Statements Of Objectives With The Government Team And Negotiate Contract/agreement Terms And Conditions For Award. 1.4 There Are Five (5) Aois: 1.4.1: Aoi I: Market Research/creative Development: As Ussocom S&t Addresses The Ussocom Future operating Environments, Missions Sets And Capabilities And Planning Guidance, In Addition To Other Strategic Documents And Partner Collaboration Products, Obtaining Innovative Methods And New Capabilities For Market Research Is Critical To Understand The State Foreign And Domestic commercial, Academic And Government Ability To Meet Sof Concept, Capability, And Technology Gaps. additionally, Creative Products Are Required For More Quickly Facilitating Newcomer Onboarding, storytelling, Leadership Engagement, And Better‐informed Decision‐making In The Dynamic Sof Environment. It Is Anticipated That These Will Come In The Form Of Videos, Computer Graphics, Storyboards, Visual Art And Other Media, Or Other New Innovative Commercial Methods, Technologies, Or Services. 1.4.2: Aoi Ii: Design Development/systems Engineering – As Ussocom S&t Agilely And Rapidly Investigates Capabilities To Address Sof‐peculiar Concepts And Missions, Disciplined And Rigorous Engineering And Design Must Be Utilized To Reduce Technical And Programmatic Risk, As Well As Improve Capacity For Eventual Transition To Programs Of Record. Submissions Should Address Either Innovative Commercial Items, Technologies, Or Services That Aid In Design Development Capabilities (including, But Not Limited To Software Development Best Practices, Experimentation, And User Experience Trials), Or Systems Engineering Rigor (interface Definition, Requirement Derivation, System Architecture), Or Both. 1.4.3: Aoi Iii: Multi‐domain Test And Evaluation, Including Rapid Remodel, Refit And Upgrade Of Wargaming And Experimentation Facilities ‐ As Ussocom S&t Investigates Capabilities And Technologies To Address Sof‐peculiar Concepts And Missions, Novel And Agile Methods Of Multi‐domain Test And Evaluation Will Be Required. Submissions Should Address Innovative Commercial Items, Technologies, Or Services That Aid In One Or Multiple Domains, Including Aviation Experimentation, Cyber/internet Of Things Evaluation (to Include Vulnerability Assessments And Penetration Testing), Maritime/undersea Evaluation, Communications Testing And Electromagnetic Warfare Analyses. Additionally, Real-world Events Have Shown A Need For The Ability To Rapidly Innovate And Incorporate Required Changes To Collaboration And Decision Support Spaces, Experimentation Ranges And Wargaming Cells Based On A Much More Compressed Feedback Cycle, Novel And Agile Method Incorporation And A Reduced Scope Than Normal Military Construction Processes. Submissions Are Requested For This Supporting Effort. 1.4.4: Aoi Iv: Rapid Prototyping/low Rate Production – Offerors Should Demonstrate Innovative Commercial Items, Technologies, Or Services That Aid In Rapidly Prototyping Or Manufacturing Small Lots (<100) Of Experimental Electronics, Chipsets, Batteries And Other Multi‐material Experimental Prototypes Based On Task Orders From S&t Futures And The Experimentation Force. 1.4.5: Aoi V: Technical Experimentation – Offerors Should Demonstrate Innovative Commercial Capabilities To Develop A Prototype Business Process To Enhance The Technology Experimentation Process, Expand Experimentation Opportunities For Sof At&l Stakeholders Across The Command, And Enhance International Collaboration, Experimentation Event After-actions, And Synchronization With Command And Component Operational Exercises. 2. Guidelines For Solution Briefs, Pitches, And Proposals: 2.1 The Purpose Of The Solution Brief Is To Identify Innovative Solutions And Narrow Focus Areas To Exclude Potential Lines Of Effort On The Part Of Offerors Whose Proposed Work May Not Be Of Interest To The Government. Offerors Are Encouraged To Follow The Instructions Detailed Below. Solution Briefs Should Specifically Identify The Aoi To Which It Is Responding. The Government Aims To Provide An Evaluation Response No Later Than 10 Days After Receipt Of A Solution Brief. 2.2 Submissions Will Not Be Returned. The Original Of Each Submission Received Will Be Retained By The Ussocom Sofat&l S&t Team And All Other Non‐required Copies Destroyed. 2.3 Guidelines For Solution Brief Submissions: 2.3.1 Costs Of Preparing And Submitting Solution Briefs Are At The Offerors’ Expense.
2.3.2 Unnecessarily Elaborate Brochures Or Proposals Are Not Desired.
2.3.3 Use Of A Diagram(s) Or Figure(s) To Depict The Proposed Solution Is Strongly Encouraged.
2.3.4 Multiple Solution Briefs Addressing Different Aois May Be Submitted By The Same
organization; However, Each Solution Brief May Only Address One Concept Based On The Stated Aois.
2.3.5 The Period Of Performance For Any Solution Brief Or Proposal Submitted Under This Cso
should Generally Be No Greater Than 60 Months.
2.3.6 Technical Data With Military Application May Require Appropriate Approval, Authorization, Or License For Lawful Exportation.
2.3.7 All Solution Briefs Shall Be Unclassified. Solution Briefs Containing Data That Is Not To Be Disclosed To The Public For Any Purpose Or Used By The Government Except For Evaluation Purposes Shall Include The Following Notice On The Cover Page:
“this Solution Brief Includes Data That Shall Not Be Disclosed Outside The Government, Except To Contractor Support Services Personnel For Evaluation Purposes, And Shall Not Be Duplicated, Used, Or Disclosed ‐‐ In Whole Or In Part ‐‐ For Any Purpose Other Than To Evaluate This Submission. If, However, An Agreement Is Awarded To This Offeror As A Result Of ‐‐ Or In Connection With ‐‐ The Submission Of This Data, The Government Shall Have The Right To Duplicate, Use, Or Disclose The Data To The Extent Agreed Upon By Both Parties In The Resulting Agreement. This Restriction Does Not Limit The Government's Right To Use Information Contained In This Data If It Is Obtained From Another Source Without Restriction. The Data Subject To This Restriction Are Contained In Sheets [insert Numbers Or Other Identification Of Sheets]” and Each Restricted Data Sheet Should Be Marked As Follows: “use Or Disclosure Of Data Contained On This Sheet Is Subject To The Restriction On The Title Page Of This proposal.” 2.3.8 Foreign‐owned Businesses May Submit A Proposal Alone Or Through Some Form Of Teaming arrangement With One Or More United States‐owned Businesses. However, The Ability To Obtain An agreement Based Upon A Submission May Depend Upon The Ability Of The Foreign Owned Business To obtain Necessary Export Clearances And Approvals To Obtain Aoi Or Soi Information. 2.3.9 Questions Regarding The Objectives Or Preparation Of The Solution Brief For Aois 1-4 Should Be Addressed To: Brian.sisco@socom.mil. Questions Regarding Objectives Or Preparation Of The Solution Brief For Aoi 5 Should Be Addressed To: David.j.saren.civ@socom.mil 2.3.10 Submissions Must Be Submitted Electronically To The Individuals Listed Below: mr. Ron Reed – Ronald.e.reed.civ@socom.mil mr. Brian Sisco (aois 1-4) – Brian.sisco@socom.mil mr. Dave Saren (aoi 5 Only) David.j.saren.civ@socom.mil mrs. Terry Ann Lewis – Terryann.j.lewis.ctr@socom.mil 2.4 Solution Brief Preparation And Evaluation: Submitter’s Solution Brief Should Not Exceed Five (5) pages Using Twelve (12)‐point Font. Alternatively, Solution Briefs May Take The Form Of Slides, Which Should Not Exceed Ten (10) Slides. These Limits Are Not Requirements, But Strong Recommendations. 2.4.1 Solution Brief Content: • Title Page (does Not Count Against Page Limit) – Offeror Name, Title, Date, Point Of Contact Name, Email Address, Phone, And Address • Executive Summary (one Page) ‐ Provide An Executive Summary Of The Capability. capability Concept: Describe The Unique Aspects Of Your Capability And The Proposed Work As It Relates to The Aoi. Identify Whether The Effort Includes The Pilot Or Demonstration Of Existing Commercial technology (identified As Commercially Ready And Viable Technology) Or The Development Of technology For Potential Commercial Or Defense Application. If Development Or Adaptation Is proposed, Identify A Suggested Path To Mature The Technology. Explain How The Technology, Process, or Method, Including Research And Development, Or Application Is Innovative (i.e., New As Of The Date of Proposal Submission.) • Previous Work With Ussocom S&t, Specifically As Part Of Futures Or The S&t Innovation Cycle • Offeror Viability: Provide A Brief Overview Of The Offeror. Provide A Summary Of Current Fundraising To date Or A Summary Of The Top Line (gross Sales/revenues). Provide A Summary Of Product commercialization And Go‐to‐market Strategy. 2.4.2 Solution Brief Basis Of Evaluation: Individual Solution Briefs Will Be Evaluated Through Peer review Without Regard To Other Submissions Received Under This Announcement, With The Primary evaluation Factors For Selecting Proposals For Award As Technical, Importance To Agency Programs, And funding Availability. Subfactors For Relevant Factors Are Further Explained Below In The Following Criteria: • Technical o Merit – The Feasibility Of The Proposed Solution To Address The Aoi o Agility And Rapidity– Documented Desire And Procedures In Place To Respond To Government Task Order Requests (rfps, Rfis, Etc) Within Five (5) Business Days Of Receipt, Or Demonstrated Ability To Rapidly Prototype, Experiment Or Successfully Complete Technical Design Sprints. o Innovation – Degree To Which The Proposed Solution Provides An Innovative, Unique And/or Previously Under‐utilized Approach • Importance To Agency Programs o Relevance ‐ How The Proposed Solution Relates To The Aoi o Past Performance o Business Viability – Strength Of The Offeror And Commercial Viability Of The Proposed Solution. (the Government May Elect To Use External Market Research In The Evaluation Of An Offeror’s Viability.) • Affordability o Cost, Price, And Budgetary Considerations 2.4.3 After Evaluation Of A Solution Brief, The Government May Elect To Invite An Offeror To Pitch and/or Demonstrate Their Technology In Person Or Request Additional Information From The Offerors . The Government Reserves The Right To Move To Award Without Prior Pitch And/or Demonstration. 2.5 Pitch And/or Demonstration Content: The Pitch And/or Demonstration Should Provide More details On The Technical Merit And Business Viability Of The Proposed Solution Submitted In The Solution brief. Regardless Of Format, The Pitch And/or Demonstration Must Also Address: rough Order Of Magnitude Price And Notional Schedule. ussocom Utility And How This Concept Could Be Tested Within A Sof Military Environment. operational Impact. Detail Who The Operational Users Of The Technology Are Expected To Be. prototype: State How This Effort Constitutes A Prototype data Rights And Intellectual Property Assertions. the Government May Request Additional Information Outside Of The Pitch/demonstration. 2.6 Pitch And/or Demonstration Basis Of Evaluation: Individual Pitch And/or Demonstration Will Be evaluated Without Regard To Other Presentations Under This Announcement With The Primary Evaluation factors For Selecting Proposals For Award As Technical, Importance To Agency Programs, And Funds availability. On The Following Factors: • Technical o Technical Merit o Innovation o Data Rights/intellectual Property o Schedule • Importance To Agency Programs o Past Performance o Business Viability o Relevancy To Aoi • Funds Availability o Cost And Price Drivers 2.7 The Government Will Aim To Complete Phase Ii Evaluations And Offeror Notification Within 10 calendar Days Of The Pitch/demonstration And/or Receipt Of Additional Requested Information. All companies Will Receive Phase Ii Notification, However, Only Favorably Evaluated Solution Briefs Or pitches/demonstrations Will Enter Phase Iii Of The Cso Process And Receive A Request For Prototype proposal (rpp). 2.8 Proposal Preparation: Rpps Will Include Preparation Instructions For Prototype Proposals. During this Phase, Companies Will Collaboratively Develop Statements Of Work (sow) With The Government Teams For Their Specific Projects And Negotiate Terms And Conditions Into Their Contracts Or Agreements. 3. Contract Award: 3.1 Only Warranted Contracting Officers And Agreements Officers May Obligate The Government And issues Awards For Procurement Contracts Or Other Transaction Agreements (ota). 3.2 Awards Made Under This Cso Will Be Primarily Firm Fixed‐price Contracts Or Other Transaction agreements (ota) Under 10 U.s.c 4022 For Prototypes Projects With Potential Follow‐on Noncompetitive Production Agreements Iaw 10 U.s.c 4022(f), 10 U.s.c. 4023 Ota For Experimental Purposes, 15 U.s.c. 3715 Partnership Intermediary Agreements, Or Traditional Far Contracts. Contract Type Will Be Determined During Phase Iii. 3.3 In The Event An Ota Is Awarded Under 10 U.s.c 4022 For A Prototype Project, A Follow‐on production Agreement May Be Awarded To The Prototype Project Recipient In A Non‐competitive Manner Based On Completion Of Success Criteria Developed In The Prototype Project. The Resulting Ota May Include More Than One Prototype Project. Non‐completion Of One Or More Prototype Project(s) Does Not Limit The Possibility Of The Non‐competitive Follow‐on Production Ota For Successfully Completed Projects, And The Noncompetitive Production Ota May Also Be Awarded At The Completion Of An Individual Prototype Project, Before The Overall Completion Of All Prototype Projects Contemplated Under The Ota. 3.4 To Receive An Award, Companies Must Be A Registered Entity In The System For Award management (sam). This System Verifies Identity And Ensures That Payment Is Sent To The Right Party. The Link Can Be Found Here: Https://sam.gov/sam/ 3.5 In General, To Invoice And Receive Payment, Companies Must Register In Wide Area Work Flow (wawf). The Contracting Officer/agreements Officer Will Provide Wawf Assistance During Phase Iii. 3.6 Proposals Will Be Accepted Through The Date Of 10 January, 2025. 4. Non‐government Advisors: Non‐government Advisors May Be Used In The Evaluation Of Solution briefs And Proposals And Will Have Signed Non‐disclosure Agreements (ndas) With The Government. The government Understands That Information Provided In Response To This Cso Is Presented In Confidence and May Contain Trade Secret Or Commercial Or Financial Information, And It Agrees To Protect Such information From Unauthorized Disclosure To The Maximum Extent Permitted And As Required By Law. 5. Contact Information: Be Advised, Only A Contracting Officer/agreements Officer Has The Authority To Enter Into A Binding Agreement On Behalf Of The Government And Has Exclusive Authority To Change The Terms Of A Contract Or Agreement. All Inquiries Need To Be Sent To Ronald.e.reed.civ@socom.mil. 6. Definitions: innovative: “innovative” Is Defined As (1) Any Technology, Process, Or Method, Including Research And development, That Is New As Of The Date Of Submission Of A Proposal; Or (2) Any Application That Is New As Of The Date Of Submission Of A Proposal Of A Technology, Process, Or Method Existing As Of Such Date. non‐traditional Defense Contractor (ndc): An Entity That Is Not Currently Performing And Has Not performed, For At Least The One‐year Period Preceding The Solicitation Of Sources By Dod For The procurement Or Transaction, Any Contract Or Subcontract For The Dod That Is Subject To Full Coverage Under The Cost Accounting Standards Prescribed Pursuant To Section 1502 Of Title 41 And The Regulations implementing Such Section (see 10 U.s.c. 2302(9)). other Transaction Agreement (ota): Legally Binding Instruments Not Subject To The Requirements Of The federal Acquisition Regulation (far) Obligating The Government For A Purpose Iaw 10 Usc 4021 And 4022. procurement Contract. A Contract Awarded Pursuant To The Federal Acquisition Regulation. prototype Project: Prototype Project Addresses A Proof Of Concept, Model, Reverse Engineering To Address Obsolescence, Pilot, Novel Application Of Commercial Technologies For Defense Purposes, Agile development Activity, Creation, Design, Development, Demonstration Of Technical Or Operational Utility, Or Combinations Of The Foregoing. A Process, Including A Business Process, May Be The Subject Of A Prototype Project. although Assistance Terms Are Generally Not Appropriate In Ot Agreements, Ancillary Work Efforts That Are Necessary For Completion Of The Prototype Project, Such As Test Site Training Or Limited Logistics Support, May Be Included In Prototype Projects. A Prototype May Be Physical, Virtual, Or Conceptual In Nature. A Prototype Project May Be Fully Funded By Dod, Jointly Funded By Multiple Federal Agencies, Cost‐shared, Funded In Whole Or Part By Third Parties, Or Involve A Mutual Commitment Of Resources Other Than An Exchange Of Funds.
Department Of Social Welfare And Development Main Tender
Software and IT Solutions
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 940 K (USD 16 K)
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consulting Services For The Development Of The Kaagapay Website Dswd Rfp No. 25-gop-svp-cf-001 (pr No. 2024101480) 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 Forty Thousand Pesos (php940,000.00) Being The Approved Budget For The Contract (abc) For The Hiring Of Consulting Services For The Development Of The Kaagapay Website Under (dswd Rfp No. 25-gop-svp-cf-001). 2. Objectives The Consulting Firm Will Be Engaged To Execute The Software Development Cycle For Establishing The Kaagapay Website. The Project Will Encompass The Following Objectives: A. Business Requirements Analysis: Thoroughly Analyze The Business Requirements To Understand The Needs And Specifications For The Kaagapay Website. B. Design And Development: Design And Develop The Kaagapay Website In Alignment With The Identified Business Requirements. C. Quality Assurance And Privacy Impact Assessment: Conduct Necessary Quality Assurance Tests And Complete A Privacy Impact Assessment To Ensure The Website Meets All Required Standards And Regulations. D. Vulnerability Assessment: Address Weaknesses And Flaws Of The Web Application And Ensure Data Security In Accordance With The Memorandum Circular No. 03 Series Of 2024. E. Deployment And Training: Assist With The Deployment Of The Kaagapay Website And Provide Training For Trainers To Facilitate Smooth Adoption And Use. F. Post-deployment Warranty: Offer Warranty Service Post-deployment To Address Any Issues And Ensure Ongoing Support Within The Dswd Domain. 3. Scope Of Work The Consulting Firm Is Responsible For Designing, Developing, Testing, Deploying, And Supporting The Maintenance Of The Kaagapay Website Development Project. The Project’s Primary Goal Is To Create An Interactive Portal To Support The Department, Dswd Partners And Donors In Contributing Directly To Disaster Relief, Calamity Response, Dswd Care Facilities, Beneficiaries, And Clients. This Does Not Include Walk-in Donations Made To The Dswd Without Having To Access The Portal. Moreover, This Portal Will Streamline Communication And Donations, Incorporating An E-wallet System Linked With Land Bank Of The Philippines (lbp), Maya And Gcash Payment Portals. The Consulting Firm Will Begin With Project Planning, Developing An Inception Report Or Project Plan That Outlines The Framework, Approaches, Methodologies, And Specific Timelines For Tasks And Deliverables, Including A Privacy Impact Assessment. Following This, A Comprehensive Requirements Analysis And System Design Will Be Conducted To Understand Dswd’s Needs And Define System Specifications. Project Management Will Ensure That The Project Progresses As Planned And Meets Its Objectives. The Software Development Phase Will Involve Coding, Configuring, And Creating All Necessary System Components To Ensure Functionality And User-friendliness Of The Website. The Kaagapay Portal Will Offer Three (3) Distinct Areas For Donors To Facilitate Donations: A. Dswd Official Partners And Centers • Disaster Donations For Cash Donations, Bank Details Of The Dswd Where Donors Can Send Are Available For Their Reference Such As The Account Name And Account Number. For In-kind Donations, Donors Can Facilitate It By Filling In Donor Details (name, Contact Information, Address Of The Identified Dswd Office) And Selecting A Logistics Partner (e.g. Air21, Lbc, Transportify, J&t, Or Grab). For International Donors, They Can Only Donate In Cash. • Centers And Residential Care Facilities Donors Can Choose Specific Categories, Such As Children And Youth, Women, Family Or Community, Persons With Disabilities, Or Senior Citizens. Donors Will Then Select A Specific Center Or Residential Care Facility Which They Wish To Donate To. This Portion Includes The Contact Details Of The Center Focal Person Or Representative. International Donors Can Only Provide Cash Donations, Entering Necessary Details To Complete The Process. B. Private Social Welfare And Development Agencies (swdas) And Non-government Agencies • Donors Can Select Centers And Residential Care Facilities Or Public Solicitation From Foundations Or Organizations They Want To Send Their Donations To. • The Procedure For Centers And Residential Care Facilities Mirrors Non-disaster Donations Under Dswd Official Partners, Including Selecting Specific Categories And Centers, Providing Donation Details, And Completing The Process. • For The Public Solicitation, The Donors May Choose From The List Of Current Public Solicitation Activities. Details Of The Activity Are Also Available For Reference. Public Solicitation Activities Only Accept Cash Donations. C. Local Government Units (lgus) • Donors Can Select From The List Of Current Disasters They Wish To Send Their Donations. Once The Donors Identify Which Disaster And Local Government To Donate To, Details Are Available For Their Reference Including The Affected Areas, Contact Details And Email Addresses Of The Municipalities/cities/provinces. • The Donation Process Follows The Same Procedure As The Disaster Donations. International Donors May Only Donate Cash. Donors Are Required To Provide Necessary Details To Complete Their Donations. Actors Involved: The Actors Involved In This Project Include Donors (individuals, Private Companies, Groups) Who Wish To Provide Donations To: • Dswd Offices And Centers • Private Swdas And Ngos • Lgus Affected By Disasters Backend Team: The Backend Team Responsible For Maintaining And Updating The Website Will Include: • Administrator From The Office Of Assistant Secretary For Partnerships Building And Resource Mobilization Under The Office Of The Secretary. • Financial Management Service For Monitoring Fund Allocation And Receiving Donations In Kind. • Technical Staff, Including It Admins And System Administrators, For Website Maintenance And Updates. 4. Technical Requirements And Deliverables A. Design Documents: Design Documents Will Encompass Detailed Plans And Blueprints For The Kaagapay Website. This Includes User Interface Designs, System Architecture, Workflow Diagrams, And Other Visual Or Textual Representations That Illustrate How The Kaagapay Web Platform Will Be Structured And Function. The Design Documents Will Serve As A Guide For Developers And Stakeholders Throughout The Development Process. B. Source Code: The Source Code For The Kaagapay Website Represents The Core Programming Instructions Written In A Programming Language To Build The System. It Should Be Well-documented, Structured, And Maintainable, Ensuring That Future Updates And Modifications Can Be Made Efficiently. The Source Code Will Be The Proprietary Asset Of Dswd And Should Adhere To Industry-standard Coding Practices. C. Documentation: This Includes Comprehensive Documentation Covering All Aspects Of The Kaagapay Website. It Should Detail The System’s Functionality, Installation, Configuration, And Troubleshooting Guidelines. User Manuals For Different Stakeholders (administrative Staff, Service Providers, Beneficiaries) Should Also Be Provided, Explaining How To Use The Platform Effectively. D. Training: Training Modules Or Sessions Should Be Provided To Dswd Staff And Other Relevant Stakeholders. The Training Should Cover System Operation, Basic Troubleshooting, And Administrative Tasks To Ensure The Dswd Team Can Effectively Manage And Operate The Kaagapay Website Post-deployment. E. Support: Post-deployment Support Services Are Crucial For The Operational Stability Of The Kaagapay Website. This Includes Technical Support For Troubleshooting And Resolving Issues, Maintenance Services For System Updates And Bug Fixes, And Customer Support For User Queries And Assistance. A Clear Support Structure Should Be Defined, Including Contact Points, Response Times, And Escalation Procedures. The Service Provider Shall Provide 4-years Warranty Period To Address Issues, Error, Bugs, Vulnerabilities And Quality Issues At No Additional Cost For The Dswd And With The Prescribed Sla (provide Sla). Technical Requirements: A. General Requirements 1. Web-based Compatibility: Kaagapay Website, 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. 2. Infrastructure Deployment: The System Will Be Hosted On Dswd’s Managed Infrastructure, Aligning With Modern Application Deployment Practices For Scalability And Reliability. 3. Compatibility With Dswd Infrastructure: Kaagapay Website Must Be Compatible With Existing Dswd Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards. 4. User Load Capacity: The System Should Be Capable Of Handling User Traffic As Projected By Dswd, Ensuring Consistent Performance Even During Peak Usage Periods. 5. Licensing And Server Provision: Dswd Will Provide Licenses For Servers And Other Services That The Kaagapay Website Will Utilize In The Production Environment, Ensuring Compliance With Software Licensing Requirements. 6. Service Provider Access Limitations: The Service Provider Will Not Have Access To Dswd’s Production System. They Must Provide Comprehensive Instructions And Support For Dswd System Administrators For System Deployment And Setup. 7. Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Sole Property Of Dswd. 8. Generate Report: The Kaagapay Website Shall Be Able To Generate Report As To The Submitted Template By The Dswd (i.e. Summary Of Donation, Etc.). B. Functional Requirements 1. Provision Of Process Flows, Use-cases, And Wireframes: Dswd Will Provide The Service Provider With Approved Process Flows, Use-cases, And Wireframe Diagrams. This Information Is Crucial For Guiding The Development Process And Ensuring Alignment With Dswd’s Operational Requirements. 2. Regular Cadence Meetings: The Service Provider Is Required To Conduct Regular Meetings With Dswd. These Meetings Are Intended To Address And Resolve Any Issues Or Questions Arising During The Software Development Process, Ensuring Smooth Progression And Alignment With Project Goals. C. Non-functional Requirements 1. Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity And Data Privacy Policies. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. 2. Real-time Audit Log Transmission: The Kaagapay Website Must Becapable Of Sending Real-time Audit Logs To A Designated Syslog Server, Conforming To The Format Prescribed By Dswd. This Feature Is Crucial For Monitoring System Activities And Maintaining Security And Compliance. 3. 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. D. Software Quality Assurance (testing) 1. Comprehensive System Testing: The Service Provider Is Required To Conduct Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. 2. Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure And Safeguarded Against Potential Cyber Threats. 3. Load 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. 4. User Acceptance Testing (uat): Dswd Will Conduct User Acceptance Testing To Ensure The System Meets Their Operational Needs And User Expectations Before Final Deployment. All Website Technical Issues That May Arise During This Activity Shall Be Updated By The Service Provider At No Additional Cost From The Department. E. Deployment Environment 1. Provider’s Development And Testing Environments: The Service Provider Is Responsible For Developing And Testing The System Within Their Own Development And Testing Environments. This Ensures That Initial Development And Primary Testing Phases Are Handled Independently Before Uat. 2. Dswd’s User Acceptance Testing (uat) Environment: Dswd Shall Provide A Separate Uat Environment. This Is Where Dswd Will Conduct User Acceptance Testing To Assess The System’s Functionality And Compliance With Specified Requirements Before Final Acceptance. 3. Dswd’s Production Environment: The Finalized System Shall Be Deployed In Dswd’s Production Environment. This Is Where End-users Will Operationalize And Access The System, Ensuring A Real-world, Operational Setting For The Kaagapay Website. 5. Work Deliverables And Payment Schedule Payment Tranches Deliverables Timeline % Of The Contract Price 1st • Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% 2nd • Inception Report • Business Process And Requirements Analysis (bpra) Report • System Requirements Specifications (srs) Document • System Design (wireframes, Use-cases) Within Five (5) Calendar Days After Acceptance And Approval Of The Inception Report 20% 3rd • Functional Kaagapay Website With Complete Modules, And Apis With Documentation Within Thirty (30) Calendar Days After Acceptance And Approval Of Bpra, Srs, And System Design 20% 4th • Completed And Dswd Approved Reports Of The Following: O Quality Assurance Tests O Performance Test O Vulnerability Assessment O Penetration Test O Privacy Impact Assessment O User Acceptance Test O Other Ict Technical Report That May Be Required 20% 5th • Users, Developers And System Administrators Manual • Training Manuals For Users • Documentation Of Training Of Trainers Conducted • Print And Multimedia Assets For Kaagapay System Walktrough • Troubleshooting Guide Within Ten (10) Calendar Days After Acceptance And Approval Of Uat, Vapt, And Other Documentary Requirements 20% 6th • Project Completion Report Consisting Of Sign-off Document With Packaged System Documentation (hard And Soft Copies Of Source Codes) Fully Deployed At Dswd Managed Infrastructure Within Ten (10) Calendar Days After Acceptance And Approval Of The Sign-off Document And Packaged System Documentation 20% The Consulting Firm Shall Develop The Kaagapay Website In Line With The Scope And Deliverables Outlined In This Terms Of Reference. The Solutions/information Systems/ Applications Are Expected To Be Delivered Within A Duration Of Two (2) Months For The Whole Project Implementation. Liquidation Damages And Payment: Please Note That The Project Success Hinges On Meeting All Agreed-upon Deliverables And Functionalities. Failure To Deliver The Kaagapay Website As Per The Defined Requirements May Result In The Dswd Withholding A Portion Of The Consulting Firm’s Payment. This Serves As An Incentive For The Firm To Prioritize Achieving The Project’s Exact Results And Ensures The Dswd Receives A Fully Functional Website That Meets Their Needs. 6. Institutional Arrangements Report Directly To Pbrmo And Will Work Under The Supervision Of Pbrmo And Ictms. A Dswd Project Management Team For The Development Of Kaagapay Website Will Also Be Created To Support The Consulting Firm. While The Location Of The Consultant Team May Be Flexible At Different Times Of The Project, It Is Expected That The Majority Of Consultancy Work And Activities Will Be Conducted In Quezon City And With The Dswd Project Personnel, Given That The Engagement With Business Owners And Stakeholders Is Critical To The Successful Delivery Of Outputs And The Project’s Scope Of Work And Requirements. 7. Ownership And Use The Dswd Kaagapay Website And 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 Or 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, 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. 8. Qualifications The Consulting Firm Should Have The Following Minimum Qualifications: 1. With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors. 2. With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability. 3. With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable. 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) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors 35% A. More Than Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System 35% B. Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System 30% With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 45% A. More Than Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 45% B. At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 40% With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable Role Quantity Project Manager 1 Developers 2-3 Ui/ux Designer 1 Quality Assurance (qa) Specialist 1 Business Analyst 1 Systems Administrator 1 20% A. More Than One (1) Project Team Member Has Technical Certification Relevant To Web-based Application Development 20% B. At Least One (1) Project Team Member Should Have A Technical Certification Relevant To Web-based Application Development. Below Is The Preferably Project Team Composition: 15% Total 100% Passing Rate: 85% 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 Prior To Award); 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 17 January 2025 (friday). 11. The Project Duration For Cy 2025 Is Two (2) 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
Ministry Of The Interior Tender
Others
France
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: • Preventive and Corrective Maintenance of Elevators, Lifts for People with Reduced Mobility, Freight Elevators, Lifting Platforms, Moving Walkways and Escalators, Associated Services and Supply of Spare Parts,#x0d; • Precise Inventory of Equipment to be Provided at the Start of the Contract Execution and at the End of the Contract Execution,#x0d; • Carrying Out a Safety Study Within 15 Calendar Days Following the Taking Charge of the Devices in the Event of a Change of Holder,#x0d; • Developing an Equipment Maintenance Plan Within 15 Calendar Days Following the Taking Charge of the Devices,#x0d; • Support for Regulatory Control Services,#x0d; • The preparation of quarterly maintenance activity reports (interventions, breakdown rates, availability rates, corrective maintenance expenses, recommendations),#x0d; • Where applicable, 24-hour on-call duty and/or on-call staff (depending on the need expressed for a particular piece of equipment at the market launch stage),#x0d; • Where applicable, the entry of interventions on the computer-aided maintenance management system (CMMS), with a view to bringing them to the attention of the purchaser and the beneficiary,#x0d; • Where applicable, the provision of an extranet portal, #x0d; • The constitution of stocks of specific spare parts#x0d;
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 1.8 Million (USD 30.7 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Bids And Awards Committee Ooooooo ---------------------------------------------------------------------------------------------------------- @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Invitation To Bid Ib No. 2024-01-16 (116) Procurement Of Outsource Calibration Of Medical Equipment (early Procurement Activity) Abc: ₱ 1,800,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf/gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of One Million Eight Hundred Thousand Pesos Only ( Php1,800,000.00 ) Under The Contract For The Procurement Of Outsource Calibration Of Medical Equipment (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding, To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Outsource Calibration Of Medical Equipment 1 Lot 1,800,000.00 1,800,000.00 Terms Of Reference 1. Service Provider Must Be Registered At Sec To Engage In, Conduct, And Carry On The Business Of Preventive Maintenance, Repair, Calibration Of All Kinds Of Medical Equipment, And Test And Measurement Equipment. 2. Calibration Equipment To Be Used Must Have Valid And Nist Traceable Certificate Of Calibration Or Other Internationally Accepted Standards Conducted By Iso-certified Calibration Laboratory Only. 3. Electrical Safety Analyzer To Be Used Must Be Compliant With Safety Features: Anzi Z540; Electromagnetic Compatibility Directive: Emc – Directive 89/336/eec And 2004/108/ec As Amended By 92/31/eec, 93/68/eec And Directive 91/263/eec. 4. Manufacturer Of Calibration Equipment To Be Used Must Be Accredited By Lab / Nab. 5. Service Provider Must Own Complete Set Of Test Equipment To Be Used And Provide Proof Of Ownership & Certificates. 6. Service Provider Must Be In The Business Of Test & Measurement Equipment. 7. Service Provider Must Employs At Least Five (5) Licensed And Full-time Biomedical Technicians. 8. Service Provider Must Deploy Trained And Technicians Only To Conduct The Preventive Maintenance And Calibration Services. 9. Calibration Services Must Be Done In-house And Monitored By The Hospital’s In-house Biomedical Technician & Engineering Department. 10. Service Provider Must Has History Of Similar Projects With At Least Two Government Tertiary Hospitals For Iso 9001 Certification In The Last 2 Years. 11. Service Provider Must Issue Complete Service Report, Preventive Maintenance Report, And Calibration Report. Reports Must Be In Digital Format With Printed Hard Copy. 12. All Necessary Office Equipment Like Computers, Printers, Pens, Etc… Will Be Provided By The Service Provider. 13. Equipment Found To Be Unserviceable After Calibration Must Not Be Included In The Billing Statement For Payment. Hence, It Can Be Converted To Other Equipment Found To Be Lacking In Quantity Or Maybe Not Included In The List. 14. Bidder Shall Provide Detailed/itemized Cost Of The Financial Proposal. This Is A Lot Bid. Failure To Quote One Item Is Disqualified. 15. Bidder Shall Have Satellite Office In Mindanao. This Is Important Especially After Sales. 16. Technician / Engineer Must Conduct Quarterly Visit In A Year. This Means That Four (4) Visits Are Required And Shall Provide Service Report For Preventive Maintenance Per Equipment. 17. The Procuring Entity Has An Option To Extend Or Renewal Of Contract Provided That Performance Satisfies The Pe. Extension Of Contract Will Not Exceed One (1) Year. 18. This Agreement Shall Be Valid For One (1) Year Until All Listed Equipment Is Already Consummated And Performed Provided With No Other Concerns And No Gross Contract Violation And Negligence. 19. In The Event That There Is Equipment To Be Calibrated Not In The List, The Contractor And Crh Shall Agree The Conditions And Other Terms To Be Amended. 20. Must Submit Service Report With Recommendations On The Machines Monitored If Found To Be Unserviceable. 21. Must Include Adjustment Or Minor Correction On The Machines If Found To Be Inaccurate. 22. The Bidders Are Also Required To Conduct Training On Preventive Maintenance To Biomedical Staff And End-user. Terms Of Reference Is Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3. (ra 9184) The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25%) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). Slcc Shall Be The Same Or Similar In Nature, Which Shall Be Determined By The Bac. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised 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 Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, At Procurement Section, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 04, 2024 – January 16, 2024 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 17, 2024 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89639272530?pwd=tqlkfioa9yqmtjk61nwdbvzstj57f1.1 Meeting Id: 896 3927 2530 Passcode: 837852 Deadline Of Submission Of Bids January 16, 2024 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com . Opening Of Bids January 16, 2024 At 2:00 P.m. Via Zoom Platform. Join Zoom Meeting Https://us06web.zoom.us/j/81492461816?pwd=e77jr6i1zp5ncb4rkp8rj7mal6tmlp.1 Meeting Id: 814 9246 1816 Passcode: 019339 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1fdrudju0zommvuw-vzhugwwffzzjfdrf?usp=sharing Payment Of Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 16, 2024 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 16, 2024 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02, Effective 12/22/2023. this Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb). This Is A Firm-fixed Price Contract. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34.0 Million. the Fsc/psc Is J066. the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation statement Of Work contract Title 3500xl Genetic Analyzers And 7500 Fast Polymerase Chain Reaction (pcr) Systems Service Contract the Va Greater Los Angeles Healthcare System (vaglahcs) Requires Annual Maintenance Services On Selected Government Owned 3500xl Genetic Analyzers And 7500 Fast Pcr Systems Equipment At The West La Va Medical Center (wla Vamc). The Services Shall Comply With This Statement Of Work (sow), All Va, Local, State, And Federal Policies, And Regulations. objective the Objective Of This Service Contract Is To Have A Contractor To Furnish All Labor, Materials, Supplies, Tools, Equipment, And Qualified Personnel To Complete Maintenance Services As Per Below Scope. scope the Contractor Shall Provide All Labor, Materials, Freight Costs, And Equipment To Accomplish The Tasks Outlined In This Sow. Contractor Is Responsible For All Subcontractors Required To Complete Reports. all Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Program Point Of Contact (ppoc) Or His/her Designee. all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/ Or Defective Parts, The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. maintenance And Inspection (pmi) the Contractor Shall Perform Maintenance On The 3500xl Genetic Analyzers And 7500 Fast Pcr Systems According To The Manufacturer Recommendations Unless Otherwise Stated By Ppoc.
the Contractor Shall Provide All Preventive Maintenance Replacement Parts At No Cost To The Government. the Contractor Shall Provide All Travel And Transportation Expenses At No Additional Cost To The Government. emergency Repair Services intervening Service Calls Are Calls Placed Outside Regularly Scheduled Preventive Maintenance Service.â
the Contractor Shall Respond On-site As Required Within 2-3 Business Days After Receipt Of A Service Call For Any Instrument Listed.â
response Time Is Applicable For Any Calls Placed Before 2pm Pacific Standard Time.â
failure To Respond Within The Response Time Due To No Fault Of The Government Shall Result In A Prorated Credit Equal To The Proportion Of The Instruments Service Cost For Each Late Day.â equipment List covered Equipment
equipment Name
serial Numbers
ee#
equipment Description
3500xl
24342-140
144937
genetic Analyzer
3500xl
29338-051
177257
genetic Analyzer
7500 Fast
275002720
110018
real Time Pcr System
7500 Fast
275011316
111965
real Time Pcr System
7500 Fast
275013648
134711
real Time Pcr System maintenance Requirements the Contractor Shall Provide On-site Preventive Maintenance And System Calibrations As Necessary To Maintain Recommended Factory Specifications Of The Covered Systems.
the Preventive Maintenance Visit Shall Be Scheduled At A Time Agreeable To The Government And Will Be Performed Once Per Year During The Contract Period For Each Equipment Covered.
maintenance Shall Be Performed In Accordance With Manufacturer S Instructions.
maintenance Shall Be Scheduled A Minimum Of Three (3) Days In Advance With The Ppoc. qualification personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. additional Requirements contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract. contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual. contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance. submission Of Reports the Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Ppoc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee# - If Applicable) Of The Equipment Being Worked On, Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. security Requirements the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required. this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. period Of Performance base Year, Followed By Two, One-year Options.
estimated Start Date: 03/01/2025 Participating Facility: va Greater Los Angeles Healthcare System
11301 Wilshire Blvd.
los Angeles, Ca 90073 work Hours normal Hours Of Operation Are Monday Through Friday From 6:00 Am To 6:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Ppoc Or His/her Designee. before Commencement Of Work, The Contractor Shall Confer With The Va Ppoc And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Ppoc Or His/her Designee. all Time Shall Be Approved In Advance By The Ppoc. Allow 5-days For Approval Of Any Alternate Working Hours Needed. federal Holidays new Year S Day
january 01
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19
independence Day
july 04
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11
thanksgiving Day
fourth Thursday In November
christmas Day
december 25 if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. identification, Check-in, Parking, And Smoking Regulations identification the Vendor's Employees Shall Wear Visible Identification At All Times While On Vaglahcs Premises. Contractor Employees Shall Report To Va Police Upon Entry To The Vaglahcs Facility To Get A Visitor Badge. Contractor Employees Are Required To Be Escorted By The Ppoc Or Designee S Office Once On Campus Prior To Commencement Of Work. During Emergencies Contractor Personnel Shall Check In With Vaglahcs Police If The Vaglahcs Ppoc Or Designee Is Not Available. parking it Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. smoking contractor Personnel May Smoke Only In Designated Areas. It Is The Responsibility Of The Visn 22 Healthcare Facilities To Provide A Safe And Healthful Environment For Employees And Patients And To Serve As A Leader In Community Health Awareness And Education. It Is In Fulfillment Of This Obligation That The Facilities Are Committed To The Establishment Of A Smoke-free Environment. This Policy Applies To Every Location In The Healthcare Facilities. There Shall Be No Smoking Within 25 Feet Of All Entrances To Buildings. Smoking Is Allowed In All Outside Areas That Are 25 Feet Away From Entrances To Buildings Unless Indicated Otherwise. Enclosed Patios Connected To Facility Buildings Are Considered Part Of The Building And As Such Are Non-smoking Areas. weapons And Contraband possession Of Weapons Or Contraband Is Prohibited And Shall Be Subject To Arrest And Termination From Future Performance Under This Contract. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Vaglahcs Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. safety all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Vaglahcs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract. contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property. contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137. contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely. contractor Personnel contractor S Program Manager the Contractor Shall Provide A Contract Program Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. contractor S Employees the Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population. contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc). contractor Qualifications & Other Responsibilities contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Cor With The Final Decision Being Made By The Contracting Officer. invoicing And Payment overtime & Holiday Pay any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. invoices payment Of Services Rendered Under This Contract Shall Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice And Submitted By The Contractor To The Payment Address Specified By Contracting. Invoices Shall Reference The Contract Number And Purchase Order Number, Manifest Number(s), Provide A Complete And Accurate Description Of Services/ Supplies Delivered/ Rendered, Including Dates Of Performance, Amounts, Unit Prices, Extended Totals And Any Other Data Relevant For Payment Purposes. the Government Shall Not Authorize Payment Until Such Time That The Vaglahcs Ppoc All Properly Executed And Signed Documentation. no Advance Payments Shall Be Authorized. Payment Shall Be Made On A Monthly Arrears For Services Provided During The Billing Month In Arrears. Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. payment Of Invoices May Be Delayed If The Appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required. ***price/cost Schedule***
base Year
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr 0002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr 0003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr 0004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr 0005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr 0006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00 option Year 1
line Item
description
quantity
unit Of Measure
unit Price
total Price
1001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr 1002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr 1003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr 1004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr 1005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr 1006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00 option Year 2
line Item
description
quantity
unit Of Measure
unit Price
total Price
2001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr 2002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr 2003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr 2004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr 2005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr 2006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00
**please Use The Format Above For Pricing** the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022) addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), (18)(i), (25), (26)(i), (29), (31), (33), (34)(i), (36), (39)(i), (40), (46), (51), (55), (59), (c), (5).
vaar 852.203-70 Commercial Advertising (may 2018).
vaar 852.219-73 Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023)
vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certification Of Compliance For Services And Construction. (jan 2023) (deviation)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018).
this Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices. all Quoters Shall Be Submitted In Accordance With Far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services . (sep 2023) all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Jennell Christofaro At Jennell.christofaro@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, Cost Schedule. This Contract/purchase Order Will Consist Of An Estimated Base Plus Two Option Year Period Of Performance: 03/01/2025 02/29/2028. the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. all Rfq Questions Shall Be Received Not Later Than December 26, 2024, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Inquiry To Rfq 36c26225q0252 For Consideration. All Answers To Inquiries Received By Due Date And Time Will Be Addressed Through An Amendment. No Further Inquiries Will Be Addressed After Due Date. submission Of Your Rfq Response Offer Shall Be Received Not Later Than January 6, 2025, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0252 For Consideration. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact
contract Specialist
jennell Christofaro jennell.christofaro@va.gov attachment One: Far 52.212-1 Addendum Instructions To Offerors
attachment Two: Far 52.212-2 Evaluation
attachment Three: Vaar 852.219-73 Notice Of Total Set-aside For Certified Sdvosb
attachment Four: Var 852.219-75 Sdvosb Certification (end Of Provision)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services Description This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. This Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02, Effective 01/03/2025. This Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb). This Is A Firm Fixed Price Contract. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance With A Small Business Size Standard Of $34.0 Million. The Fsc/psc Is J065 Maintenance, Repair, And Rebuilding Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies The Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. Price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation . Statement Of Work 1. Contract Title: Candela Vbeam Perfecta Preventative Maintenance And Corrective Maintenance 2. Backround / Scope: The Contractor Shall Provide All Necessary Labor, Materials, Supplies, Parts, Software (needed For The General Operation Of The Equipment), Tools, Equipment, Travel, Transportation Expenses, And Other Related Costs To Provide Preventive Maintenance Inspection (pmi) And Corrective Maintenance Services On The Selected Government-owned Candela Vbeam Perfecta Unit At The Participating Facility Listed Herein At The Greater Los Angeles Va Healthcare System. Candela Laser Model# Vbeam Perfecta S/n 9914-0300-1115 Ee# 129137 Bldg. 500 Room 1672 Dermatology It Is The Intent Of The Government To Enter Into A Single Award Contract For Pmi Services On The Candela Vbeam Perfecta Equipment In Accordance With The Terms And Conditions Contained Herein. The Contract Period Shall Be For One (1) Base Year With The Government Having The Option To Exercise Four (4) - One-year Options. 3. General Requirement: All Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Replacement Of Defective Parts, Etc. The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. 4. Participating Facility: Va Greater Los Angeles Healthcare System 11301 Wilshire Blvd. Los Angeles, Ca 90073 5. Hours Of Work: This Contract Is A Full-service Contract To Include Dispatch And Technical Support Five (5) Days Per Week, Monday Through Friday, 8:30am-5:00pm Local Time Excluding National Holidays. On-site Service Shall Be Included Five (5) Days Per Week, Monday Through Friday, 8:30am- 5:00pm Local Time, Excluding National Holidays. On-call Emergency Telephone Support Service Should Be Included Weeknights After 5:00pm Et, National Holidays, And Weekends. Any Service Performed During Other Than Normal Work Hours Must Have Prior Approval And Coordinated With The Poc And Co. National Holidays: New Year S Day January 01 Martin Luther King S Birthday Third Monday In January President S Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19 Independence Day July 04 Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11 Thanksgiving Day Fourth Thursday In November Christmas Eve December 24 Christmas Day December 25 If The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. 6. Intervening Service Call: When Repairs Are Needed Between Regular Scheduled Pmi, Such Repairs Are Rendered As Directed Only By The Poc Or The Contracting Officer (co). These Repairs Shall Be Verbally Directed To The Contractor S Employees, Requested In Writing, Be Transmitted Electronically, By Telephone, Or Any Manner Consistent With Accepted Commercial Business Practices. When Intervening Service Is Required, Contractor Shall Respond Within 24 Hours And Be On-site Within 48 Hours. Any Alternate, On-site Response Time Will Require Approval From The Poc Or Site Designee. 7. Overtime & Holiday Pay: Any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. 8. Qualification: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacture S Pmi/ Repair Procedures. Fully Qualified Is Defined As Factory-trained Or Equivalent* And Experienced To Work On The Equipment Assigned. 9. Contractor Specific Tasks: A. Preventive Maintenance: I. Contractor Shall Conduct Preventive Maintenance Inspections (pmi). On-site Pmi Shall Be Performed Once Per Calendar Year By A Manufacturer-certified Vendor In Accordance With The Equipment Manufacturer During The Life Of The Contract. All Equipment Must Also Be Maintained In Such A Condition That Will Satisfy The Requirements Of The Joint Commission. The Contractor May Request A Copy Of The Joint Commission Standards From The Poc. Ii. Pmi Must Be Scheduled At Least Three (3) Days In Advance With The Poc. Iii. The Contractor Shall Provide All Necessary Labor, Travel Expenses, And Parts At No Expense To The Government. Iv. The Contractor Shall Provide Performance Related Equipment Enhancements And Updates That Can Be Installed In The Field To The Equipment Listed Above. V. The Contractor Shall Provide Service Reports To The Poc To Note All Service, Repair, And Maintenance Activities. The Report Must Be Legible And Signed By The Poc After The Contractor Has Demonstrated To The Poc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets The Manufacturer S Specifications. The Report At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, Detailed Description Of All Services Performed On The Equipment (model Number And Location Included), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment. B. Corrective Maintenance: I. Contractor Shall Conduct Corrective Maintenance Or Repair Services As Required By The Government. All Equipment Must Also Be Maintained In Such A Condition That Will Satisfy The Requirements Of The Joint Commission. The Contractor May Request A Copy Of The Joint Commission Standards From The Poc. Ii. The Contractor Shall Respond Within 24 Hours Of Notification Of Needed Service And Repairs. Iii. If On-site Repair Is Required, The Contractor Shall Be On-site Within 48 Hours Of Response To Customer, Unless Otherwise Specified By The Customer. Iv. Contractor Shall Provide All Necessary Labor, Travel Expenses, And Parts At No Expense To The Government. V. The Contractor Shall Provide Service Reports To The Poc To Note All Service, Repair, And Maintenance Activities. The Report Must Be Legible And Signed By The Poc After The Contractor Has Demonstrated To The Poc And The Equipment User That The Equipment Is In Proper Operating Condition And Meets The Manufacturer S Specifications. The Report At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, Detailed Description Of All Services Performed On The Equipment (model Number And Location Included), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment. 10. Parts: Only Standard New Or Like-new Parts Shall Be Furnished By The Contractor. All Parts Shall Be Of Current Manufacture And Shall Have Versatility With Presently Installed Equipment. All Major Components And Parts Furnished Shall Carry The Manufacturers Standard Commercial Warranty. All Newly Installed Parts Will Become Property Of The Government. Replaced Parts Are To Be Disposed By The Contractor After Approval Of Poc. All Worn Or Defective Parts Are To Be Replaced At No Cost To The Government. Operating And Consumable Supplies Are Not Included In This Contract. Contractor Will Provide Replacement Parts Within 1 Business Day Of Notification From Poc Or Co. The Veterans Affairs Healthcare Facility Shall Not Furnish Parts, Service Manuals And/or Test Equipment For The Performance Of This Contract. It Is The Responsibility Of The Contractor To Bring The Appropriate Equipment And /or Supplies Necessary To Complete The Work As Required. 11. Reporting: The Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Poc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee#), Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. 12. General Information: Contractor S Program Manager: The Contractor Shall Provide A Program Manager Who Shall Be Responsible For Managing The Performance Of Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Matters Relating To Daily Operations Of This Contract. Contractor Employees: The Contractor Shall Not Employ Any Person For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, And General Well-being Of The Public. Both The Check-in And Check-out Procedures For All Va Stations Are Mandatory And Shall Be Strictly Enforced. Parking: It Is The Responsibility Of Contractor Personnel To Park Only In Designated Parking Areas. Not Every Visn 22 Facility To Be Serviced Under This Contract Will Have On-site Parking Available For Contractor Personnel. The Contractor Shall Make Alternate Arrangements For Its Personnel To Park Off- Site If Motor Vehicles Are Required To Access Those Facilities. Parking Information Is Available From The Va Police & Security Service Office. The Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor's Personnel Under Any Circumstances. The Contractor Assumes Full Responsibility For Any Parking Violations. Smoking: Smoking Is Prohibited On Va Property, Items To Include: Cigarettes, Cigars. Pipes, Any Other Combustion Of Tobacco, Or Non-federal Drug Administration (fda) Approved Electronic Nicotine Delivery Systems (ends), Electronic/e-cigarettes, Vape Pens, Or E-cigars. 13. Security: The C&a Requirement Do Not Apply, And The Security Accreditation Package Is Not Required. This Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. 14. Invoicing & Payment: Invoicing & Payment: 14.1 The Contractor Shall Submit A Monthly Invoice That Will Be Paid In Arears. 14.2 The Contractor Shall Submit In Arrears A Properly Completed Itemized Invoice In Commercial Items Via Tungsten Network: Http://www.tungsten-network.com/customer-campaigns/veterans-affairs/ No Advance Payments Shall Be Authorized. Payment Shall Be Made Monthly For Services Provided During The Billing Month In Arrears In Accordance With Far 52.212-4, Para. (i). Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. 15. Delivery Schedule: Base Plus Four (4) Option Years To Follow. 16. Insurance Coverage: The Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. The Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract. Before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. Contractor Is Required To Provide Copies Of Proof Of Workers Compensation And Employee Public Liability Insurance Within Fifteen (15) Calendar Days After Notification Of Contract Award. All Interested Companies Shall Provide Quotations For The Following: **price/cost Schedule Base Year Line Item Description Quantity Unit Of Measure Unit Price Total Price 0001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year One (1) Line Item Description Quantity Unit Of Measure Unit Price Total Price 1001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Two (2) Line Item Description Quantity Unit Of Measure Unit Price Total Price 2001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Three (3) Line Item Description Quantity Unit Of Measure Unit Price Total Price 3001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # Option Year Four (4) Line Item Description Quantity Unit Of Measure Unit Price Total Price 4001 Vbeam Perfecta Preventative/ Corrective Maintenance Serial #, Model # **please Use The Format Above For Pricing** The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.htm. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Far 52.212-3, Offerors Representations And Certifications- Commercial Products And Commercial Services Addendum To 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) Far 52.204-1, System For Award Management (nov 2024) Far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) Far 52.204-20, Predecessor Of Offeror (aug 2020) Far 52.217-5, Evaluation Of Options (jul 1990) (end Of Addendum To 52.212-1) Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) Addendum To Far 52.212-4, Contract Terms And Conditions- Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.252-2, Clauses Incorporated By Reference (feb 1998) Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) Far 52.204-13, System For Award Management Maintenance (oct 2018) Far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) Far 52.217-8, Option To Extend Services (nov 1999) Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000) Vaar 852.203-70, Commercial Advertising (may 2018) Vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) Vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) Vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) (end Of Addendum To 52.212-4) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) The Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), 18(i), (23), (25), (26)(i), (33), (34)(i), (36), (39)(i), (46), (51), (55), (59), (c)(5) All Quoters Shall Submit The Following In Accordance With Far 52.212-1, Attachment 1, Instructions To Offerors- Commercial Products And Commercial Services (sept 2023 . All Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Loan Dho At Loan.dho@va.gov. Award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, And Cost Schedule (see Attachment 2), Addendum To Far 52.212-2, Evaluation- Commercial Products And Commercial Services . Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. This Contract/ Purchase Order Will Consist Of An Estimated Base Plus Four (4) Option Year Period Of Performance: 03/01/2025 02/28/2030. The Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. Responses Should Contain Your Best Terms, Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. Questions Should Be Submitted No Later Than January 23rd, 2025 At 14:00 Pacific Standard Time To Loan Dho At Loan.dho@va.gov. All Responses To Questions Will Be Posted Via Amendment On Sam.gov On Or About January 24th, 2025. Submission Of Your Response Shall Be Received No Later Than January 30th 2025 At 14:00 Pacific Standard Time At Loan.dho@va.gov. Subject Line Shall Include: "response To Rfq 36c26225q0342" For Consideration. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Point Of Contact Contract Specialist Loan Dho Loan.dho@va.gov Attachment One: Far 52.212-1 Addendum Instructions To Offerors Attachment Two: Far 52.212-2 Evaluation Attachment Three: Vaar 852.219-73 Notice Of Total Set-aside For Certified Sdvosb Attachment Four: Var 852.219-75 Sdvosb Certification
7031-7040 of 7076 archived Tenders