Computer Tenders
Computer Tenders
Department Of Social Welfare And Development Main Tender
Software and IT Solutions
Philippines
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of 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
Closing Date17 Jan 2025
Tender AmountPHP 940 K (USD 16 K)
Ministry Of The Interior Tender
Others
Corrigendum : Closing Date Modified
France
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;
Closing Date29 Jan 2025
Tender AmountRefer Documents
Caraga Regional Hospital Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
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
Closing Date24 Jan 2025
Tender AmountPHP 1.8 Million (USD 30.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
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)
Closing Date6 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
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
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Human Performance Lab (hpl) Exercise Testing
the Purpose Of This Sources Sought Notice Is For Market Research To Obtain Information Regarding The Potential Availability And Capability Of Qualified Service-disabled Veteran Owned Small Businesses (sdvosb), Veteran Owned Small Businesses (vosb), Small Business Manufacturers, Other Small Businesses Interested And Capable Of Providing Items Requested. These Sources Sought Is Set-aside For Small Business And Seeks Providers Capable Of Fulfilling The Requirement In Accordance With The Statement Of Work (sow) The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Set-aside And The Appropriate Acquisition Method.
the Intended Contract Is A Firm-fixed Price Service Contract.
the Sba Non-manufacturer Rule Waiver Will Not Apply For This Requirement.
the Department Of Veterans Affairs (va), Network Contracting Office (nco) 20, Va Portland Va Healthcare System Is Conducting Market Research To Identify Potential Contractor Sources Which Can Provide The Following Service: Human Performance Lab (hpl) To Fulfill The Specific Objectives Established In The Project Entitled Exercise-induced Hypoalgesia In Women Veterans With Chronic Musculoskeletal Pain: A Comparison Of Low, Medium And High Intensity Interval Training. In Accordance With The Sow.
potential Sources Having The Capabilities Necessary To Provide The Above Commodities Which Meet All The Requirements Outlined In The Attached Statement Of Work Are Invited To Respond To This Sources Sought Notice Via E-mail To Phillip.folger@va.gov No Later Than Noted In This Sources Sought Notice. No Telephone Inquiries Will Be Accepted.
disclaimer And Important Notes:
this Sources Sought Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. The Government Will Treat Any Information Received As Proprietary And Will Not Share Such Information With Other Companies. Any Organization Responding To This Sources Sought Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Supply The Required Commodities. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. The Government May Or May Not Issue A Solicitation As A Result Of This Announcement. There Is No Solicitation Available At This Time.
appropriate Responses Shall Include The Following Information:
company Name, Address, And Business Size; Point Of Contact Name, Phone Number, And E-mail Address; A Capability Statement Addressing The Requirements In The Attached Statement Of Work To Include:
references For Similar Commodities Currently Being Provided Or Previously Provided (if Any) At The Required Service Levels As Outlined In The Statement Of Work (sow).
capability Statement.
capability To Provide Required Supplies At Visn 20 In Accordance With The Salient Characteristics.
naics Code 541715 Is Applicable To Determine Business Size Standard.
Introduction.
statement Of Work
the Purpose Of This Statement Of Work Is To Outline The Tasks And Responsibilities For The Human Performance Lab (hpl) To Fulfill The Specific Objectives Established In The Project Entitled Exercise-induced Hypoalgesia In Women Veterans With Chronic Musculoskeletal Pain: A Comparison Of Low, Medium And High Intensity Interval Training. This Project Is Funded By The Va S Health Services Research & Development (hsr&d) Pain/opioid Consortium Of Research (core) Who Strive To Enhance Collaboration And Accelerate Research Related To Nondrug Interventions For Chronic Pain.
this Project Will Study The Effect Of Various Intensities Of Interval Exercise On Women Veterans Experience Of Post-exertional Pain. The Bouts Of Exercise Are Designed To Take Place In A State-of-the-art Exercise Physiology Lab Where Participants Will Exercise On A Cycle Ergometer While The Lab Monitors Heart Rate, Exertion, And Pain. Hpl Must Be A State-of-the-art Physiology Lab That Has Experience In Conducting Several Nih Funded Studies Pertaining To Exercise Testing And Training.
Scope.
twelve Participants Will Be Recruited From The Va Portland Healthcare System S Women's Health Clinic (whc). Hpl Will Provide Subjective Matter Expertise, Technical Skill And Knowledge, And Exercise Testing Capabilities. All Tasks Related To This Project Will Be Initiated By The Contractor Through Strict Adherence To The Joint Ohsu/va Approved Study Protocols, Approved On 3/19/2024.
Specific Tasks.
enrollment Of Veterans:
completion And Maintenance Of Necessary Trainings Relevant To Working With Veterans.
completion Of Screening Questions Via Telephone To Quantify Duration, Persistence, Severity, And Quality Of Pain To Ensure Study Eligibility As Described In The Joint Irb Approved Study Protocols.
submission Of Documents To Be Added To The Joint Irb.
human Performance Lab Testing
Collection Of Pain Phenotype Questionnaires At The Onset Of The Study As Outlined In The Joint Irb-approved Protocol.
completion Of Interval Exercise Protocols As Listed In The Join Irb-approved Protocol:
the Exercise Interventions Are: (1) A Low-intensity Interval Training Protocol Consisting Of 1:00 Rest To 1:00 Exercise At 60-65% Of Estimated Maximum Heart Rate, (2) A Medium-intensity Interval Training Protocol Consisting Of 2:00 Rest To 1:00 Exercise At 75-80% Of Estimated Maximum Heart Rate, And (3) A High-intensity Interval Training Protocol Consisting Of 4:00 Rest To 1:00 Exercise At 90-95% Of Estimated Maximum Heart Rate.
Maximum Heart Rate (hr Max) Will Be Calculated Using The Tanaka Equation (208 0.7 × Age)
Hr Will Be Measured With A Wearable Chest-strap Monitor. The Participants Will Be Encouraged To Pedal The Bicycle To Maintain Hr In Goal Range, And They May Ask The Research Assistant To Adjust The Resistance Of The Cycle Ergometer During The Intervals If Desired, But They Will Be Encouraged To Stop If They Feel Pain Or Do Not Feel Safe. If They Are Not Able To Achieve The Heart Rate Goals, They Will Be Asked To Make Their Best Attempt.
Collection Of Pain Data:
before And After Each Intervention; Obtain Both A Self-reported Pain Level And Measure Each Participant S Pressure Pain Threshold.
administer The Well-validated Brief Pain Inventory, Short Form To Assess Pain Severity And Pain Interference. This Measure Will Be Administered At All Study Assessments And At The Beginning Of Exercise Sessions.
ask Participants About Current Pain At The Beginning And End Of Bouts Of Exercise And At The Post-exercise 48-hour Follow-up Via Telephone Call.
-collect Pressure Pain Thresholds Using A Pressure Algometer At The Rectus Femoris And First Interosseous Muscles. Each Site Will Be Measured 3 Times; A Mean Will Be Used. Pain Thresholds Will Be Obtained Within 2 To 6 Minutes Of The Completion Of Exercise.
adverse Event Reporting
3.1 Modifications To The Project S Protocol Will Be Submitted To The Joint Ohsu/va Irb
For Review And Approval Prior To Implementation.
3.2 Serious Adverse Events Will Be Reported To The Pi Who Will Notify,
In Writing, The Irb Within 5 Business Days Of Becoming Aware Of The Occurrence.
3.3 Nonreportable Events And Minor Protocol Deviations Will Be Collected And Reported Nto The Pi Within 5 Business Days Of Being Made Aware Of The Occurrence.
data Management:
manage De-identified Databases For Pain Scores.
manage Databases To Ensure Proper Storage, Safety, And Utilization Of Records.
update Databases And Modify Databases As Needed.
5. Performance Monitoring.
the Contractor Shall Meet With The Pi At The Beginning Of The Contract Award And As Needed To Review The Project S Protocol. The Pi Will Be Available As Needed To The Contractor To Discuss The Status Of Enrollment, Exercise Testing And Collection Of Pain-related Data.
the Pi Shall Monitor Contractor Performance Throughout The Period Of This Contract To Determine Whether They Are Achieving Performance Objectives And Verifying Completion Of Deliverables. The Pi Will Conduct Periodically Quality Reviews By Attending Exercise/pain Testing Sessions To Ensure That The Contractor Is Following Correct Protocols And Documenting Data Appropriately. The Pi Shall Provide Access To The Appropriate Patient Information Necessary To Fulfill The Contractor S Requirements In A Timely Fashion.
the Contractor Shall Submit Final Data Sets To The Pi. The Report Should Include Raw Data And Tables/charts Formatted For Peer Review Publication.
6. Security Requirements.
the Contractor Employees Shall Not Have Access To Va Sensitive Or Computer Information And Will Not Require Routine Access To Va Facilities. The Contractor Employees Shall Require Intermittent Access Only And Will Be Escorted By Va Employees While At Va Facilities For Meetings. No Background Investigation Is Required
databases Must Adhere To Va Data Security And Privacy Regulations And Must Utilize Va-approved Software, Such As Microsoft Excel. Only Irb- Approved Study Personnel Will Have Access To The Data. Contracted Personnel Must Not Share Data Outside Of The Va Network. All Electronic Data Must Reside On Va-owned Servers On The Va Network Behind The Firewall. Backup Of Data Must Reside On A Va Server. Vinci The Va Informatics And Computing Infrastructure Can Also Be Used For Data Analysis And Storage. These Servers Reside At The Austin Information Technology Center (aitc), Located In Austin, Texas. To Ensure The Protection Of Veterans Data, Vinci Maintains Compliance With The Guidelines Set Forth By Veterans Health Administration (vha) Handbook 1200.12, Use Of Data And Data Repositories In Vha Research And All Other Applicable Va And Vha Policies And Regulations. In Addition, Vinci Has Undergone All Security Certification Activities In Support Of Obtaining An Authorization To Operate (ato). Access To Vinci Resources Will Be Approved In Accordance With The Requirements Of National Data Systems (nds), Vha Handbook 1200.12, Use Of Data And Data Repositories In Vha Research, And All Other Applicable Va And Vha Policies And Regulations.
the Contractor Shall Complete Without Compensation All Required Training.
7. Government-furnished Equipment (gfe)/government-furnished Information (gfi).
The Contractor Will Not Use And Government-furnished Equipment Or Information./
8. Other Pertinent Information Or Special Considerations
A. Identification Of Possible Follow-on Work.
There Is No Anticipated Follow-on Work.
B. Identification Of Potential Conflicts Of Interest (coi).
The Pi Does Not Anticipate Creation Of An Organizational Coi As A Result Of Completion Of This
Project.
C. Inspection And Acceptance Criteria.
Upon Completion Of This Project, The Pi Shall Submit Deliverables To The Cotr For Review.
D. Please See Sole Source Justification
9. Risk Control
on Enrollment, Patients Will Undergo A Health Assessment By A Physician, And They Will Be Excluded If They Are Deemed Unable To Participate In Moderate Or High Intensity Interval Exercise. As A Result, Serious Risks Are Not Anticipated. If A Patient Sustained An Injury During The Exercise Training, The Pi Would Be Called, And The Patient Would Either Be Sent To The Va Emergency Department Or The Pi Would Facilitate Follow-up At The Women S Health Primary Care Clinic Within 2 Weeks. Any Adverse Events Would Be Reported To The Pi Who Would Notify The Irb Within 5 Business Days Of Being Made Aware Of The Occurrence. The Pi Would Summarize And Submit All Reportable And Nonreportable Events To The Joint Irb At Project Closure.
10. Records Management Language For Contracts Required
the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Electronic Information Systems (eis) Procurement Contract:
citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228.
contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest.
contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records.
contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act.
contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract.
the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract.
the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data.
contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.].
no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules.
contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
11. Place Of Performance.
exercise Testing Will Be Performed At Vendor Provided Human Performance Lab (hpl). Meetings Will Take Place At Vaporhcs And/or Ohsu And/or Virtually Via Teams Or Webex. De-identified Patient Data Will Be Kept Either Within The Secure Va Vinci Platform Workspaces Or Within User-restricted Vaporhcs Research Network Folders. No Ohsu Data Will Be Exchanged Through This Contract. The Va Irb Or Va-ohsu Joint Irb Will Oversee Projects Related To This Contract.
â deliverable Date
number Of Test
cost Per Test
total
after Award: Potential Award Date 3/1/2025
36
12. Period Of Performance.
March 1, 2025, Through February 28, 2026.
13. Delivery Schedule
recruitment Is Estimated To Take 6 Weeks, Starting After Contract And Irb Approval. After A Participant Is Recruited And Scheduled For Intake, Their Exercise, Pain Testing And Follow-up Will Take Place Over An 8-week Timeline (each Bout Of Exercise And Control Will Be Separated By 2 Weeks). Within 4 Weeks Of The Completion Of The Scheduled Bouts Of Exercise For All 12 Participants, The Contractor Shall Deliver Documentation In Electronic Format. Acceptable Electronic Media Formats Include: Ms Word, Ms Excel, Ms Powerpoint, Ms Access, Spss, Stata, Sas, R, Sql Or Other If Determined Appropriate And Approved By The Pi.
if For Any Reason, Any Deliverable Cannot Be Delivered In The Timeframe Agreed Upon, The Contractor Shall Provide A Written Explanation To The Pi; This Written Transmittal Shall Include A Firm Commitment Of When The Work Shall Be Completed. This Notice Needs To Cite The Reasons For The Delay, And The Impact On The Overall Project.
delivery:
the Vendor Must Coordinate With The Below Individuals To Coordinate Delivery, Installation, & Other Services:
tbd
800-949-1004
Station.poc@va.gov
13.2. Hours Of Operation
normal Tour-of-duty Hours At The Vaglahs Are 8:00 Am To 4:30 Pm, Monday Through Friday, Excluding Federal Holidays. There May Be Instances In Which The Vendor S Workday May Be Outside Of This Period. The Vendor Is Required To Coordinate These Times With The Designated Program Manager.
in Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays .
new Year S Day
january 1st
martin Luther King S Birthday
third Monday In January
president S Day
the Third Monday In February
washington's Birthday
the Third Monday In February
memorial Day
the Last Monday In May
juneteenth National Independence Day
june 19
independence Day
july 4th
labor Day
first Monday In September
columbus Day
second Monday In October
veteran S Day
november 11th
thanksgiving Day
fourth Thursday In November
christmas Day
december 25th
when A 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.
vendor Responsibilities
the Vendor Shall Be Responsible For Any And All Liability Actions Or Suits When The Vendor Is At Fault Or Negligent In The Performance Of Installation And Testing Activities. Pecuniary Liability Is Also Included For Any And All Damages To Va Buildings And Equipment Caused By Installation Activities. The Vendor Shall Comply With All Local Building And Fire Codes In Addition To Va Policy And Procedures At The Site.
the Vendor Shall Operate Under, But Not Limited, To The Following National Codes, Telecommunications Industry Standards And Practices: National Electric Code (nec), Building Industry Consulting Service International (bicsi), All Standards, Electronic Industries Association/telecommunications Industry Association Eia/tia, Americans With Disabilities Act (ada), National Fire Protection Association (nfpa), Underwriters Laboratories (ul), Itu And Ietf And All Applicable Audio, Video, Communication, Data And Control Standards.
va Portland Responsibilities
the Station Point Of Contact Will Provide Access To The Appropriate Personnel (management, Technical, Subject Matter Expertise, Etc.) Necessary To Fulfill The Vendor S Requirements In A Timely Fashion.
the Station Point Of Contact Shall Provide The Vendor A List Of Key Personnel Associated With The Project And Contact Information For The Poc/project Manager.
the Station Point Of Contact Will Ensure That All Project Staff Are Up To Date On Va Training On Privacy And Security, As Well As Project Specific Training.
travel
all Travel Shall Be Responsibility Of The Vendor.
whenever Possible, Conference Calls And Video Conferencing Should Be Used.
completion Date
the Vendor Shall Have Services Rendered No Later Than 12 Months From The Date Of Contract Award And Receipt Of Contract Award (estimated February 28, 2026).
potential Contractors: Shall Provide, At A Minimum, The Following Information To Phillip.folger@va.gov
a) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Sam Uid.
b) Please Identify Your Company S Size In Comparison To The Anticipated North American Industry Classification System (naics) Code 541715 - Research And Development In The Physical, Engineering, And Life Sciences. To Be Considered A Small Business Your Company Must Have Fewer Than 1,000 Employees. This Notice Is To Determine The Marketplace For This Specific Requirement. Please Check One Of The Following:
[ ] Yes [ ] No Service Disabled Veteran Owned Small Business (sdvosb)
[ ] Yes [ ] No Veteran Owned Small Business (vosb)
[ ] Yes [ ] No Small Business Manufacturers
[ ] Yes [ ] No All Other Small Business (sb)
[ ] Yes [ ] No Other Than Small Business
c) The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To These Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam).
d) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov And Veteran Small Business Certification Https://veterans.certify.sba.gov/.
e) If Not A Manufacturer, Only Authorized Representatives/providers/distributors Of The Manufacturer Will Be Considered. Equipment Must Be New, No Used Or Refurbished Equipment Accepted. Please Provide Proof Of Authorized Dealer Or Reseller Letter From Manufacturer.
f) This Is A Brand Name Or Equal Requirement. As Such, The Statement Of Work Reflect The Physical, Functional, Or Performance Characteristics That Equal Products Must Meet To Satisfy The Government S Needs. To Be Considered For Any Potential Solicitation, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must:
(g) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Source Sought; Clearly Identify The Item By Brand Name, If Any And Make/model Number.
(h) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Descriptive Data Or Information Available That Identifies That The Equal Item Meets Or Exceeds The Statement Of Work Required By The Government.
responses Are Due By 01/23/2025 11:59pm Pacific Time, Los Angeles, Usa, To The Point Of Contact.
shipping Address:
portland Va Healthcare System
vancouver Warehouse
1601 E 4th Plain Blvd
vancouver, Wa 98661
point Of Contact:
phillip Folger
contracting Specialist
phillip.folger@va.gov
Closing Date23 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment).
as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required.
1. Contract Information:
these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310.
the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc.
work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract.
three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract.
the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7
in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees.
“any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”.
if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer:
required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions.
approximate Award Date: June 2025
the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414.
2. Project Information:
a-e Services May Include But Not Be Limited To The Following:
general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries.
architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following:
construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings
antarctic/cold Region Construction.
whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems.
architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops.
new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp.
mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems.
topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services.
asbestos And Lead Abatement Services Related To Building Renovation Or Demolition.
perform/conduct Design Charrettes Including Eco-charrettes
prepare Studies (to Include Building, Energy, Life-cycle Studies)
prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation.
site & Infrastructure/seismic Design In Accordance With The Ufc’s
development Of Design Criteria And Basis Of Design
design Work Analysis And Technical Specifications
nepa Documentation And Coordination
historic Architecture And Section 106 Consultation
preparation Of Permit Applications.
preparation Of Design/build Documents
preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions.
preparation Of Designs Including Hemp And Scif Areas.
preparation Final Design Construction Documents
antiterrorism/force Protection Design In Accordance With Applicable Ufc’s
sustainable Design/gbi/net Zero Strategy Development
cost Estimating Using The Latest Version Mii [m2] Software.
value Engineering Studies And Cost Schedule Risk Analysis (csra).
preparation Of Deliverables In Building Information Modeling (bim) Format.
drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd)
demonstrated Construction Phase Services:
design During Construction
preparation Of Operation And Maintenance Manuals
providing Technical Assistance – Responding To Requests For Information (rfis)
design Build Conformance Reviews
shop Drawing Review – Review Of Shop Drawings And Submittals
conduct Site Visits
commissioning/enhanced Commissioning; Fit-up Design Support
project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project.
projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract.
3. Selection Criteria:
primary Selection Criteria:
the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion).
criteria A Through E Are Primary Selection Criteria.
criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms.
the Firm Is Required To Have The Following Specific Design Capabilities:
a. Specialized Experience And Technical Competence In:
submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following:
- Planning And Scheduling Management Of Fast Track Designs,
- Working On Military Installation Projects,
- Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey),
- Preparing Drawings In Autocad And Autocad Revit,
- Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures.
on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes:
projects Demonstrating Experience Working At Military Installations Within Nan Boundaries.
projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits.
projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better.
projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391.
projects Demonstrating Experience With Fast-tracked Designs.
projects Demonstrating Experience Utilizing A Design Quality Control Plan
projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks.
b. Qualified Registered Professional Personnel In The Following Key Disciplines:
project Manager (p.e. Or R.a. Required)
quality Assurance Manager (p.e. Or R.a. Required)
architecture (r.a. Required)
structural Engineering (p.e. Required)
civil Engineering (p.e. Required)
mechanical Engineering (p.e. Required)
electrical Engineering (p.e. Required)
fire Protection Engineering (p.e. Required)
landscape Architect (r.la. Required)
cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength)
geotechnical Engineering (p.e. Required)
certified Industrial Hygienist (cih Required)
licensed Interior Designer (ncid Required)
land Surveyor (p.l.s. Required)
anti-terrorism/force Protection Specialist (p.e. Required)
blast/explosives Safety Engineering (p.e. Required)
industrial Engineering (p.e. Required)
industrial/process Engineer (p.e. Required)
lean-six Sigma Professional
historic Preservationist
environmental Engineering (p.e. Required)
lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp))
certified Value Specialist (cvs Required)
telecommunications Engineering (rccd Required)
master Planner (p.e. Or R.a. Required)
the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330.
senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered.
additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above.
fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions:
i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering.
ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written
examination.
iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation.
the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract.
c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered.
d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team.
e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference.
secondary Selection Criteria:
f. Geographic Proximity In Relation To Ny District Boundaries.
g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts.
4. Submission Requirements:
interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files.
no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process.
the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms
the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board.
supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/
submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day.
for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil
if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions).
interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
firms Must Be Registered In The Following: Https://www.sam.gov/
naics Code’s Are 541330 And 541310.
interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
Closing Date27 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
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% Small Business (sba).
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), (26)(i), (29), (31), (33), (34)(i), (36)(i), (39)(i), (40), (46), (51), (55), (59), (c), (5).
vaar 852.203-70 Commercial Advertising (may 2018).
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. 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 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.
no Inquiries Will Be Addressed For This Rfq Solicitation 36c26225q0319.
submission Of Your Rfq Response Offer Shall Be Received Not Later Than January 21, 2025, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0319 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: Var 852.219-75 Sdvosb Certification
Closing Date21 Jan 2025
Tender AmountRefer Documents
Ministry of Ecological Transition, Ministry of Territorial Cohesion, Ministry of the Sea - GENERAL DIRECTORATE OF MARITIME AFFAIRS, FISHERIES AND AQUACULTURE (92800 - PUTEAUX) Tender
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
France
Details: The purpose of the contract is the design and execution of renovation work on the Stiff Radar Tower in Ouessant (29). The Stiff Radar Tower is an emblematic building of the Breton coastline put into service in 1982 following the sinking of the oil tanker "amoco Cadiz" in 1978. Its objective is to strengthen the ship surveillance system in the Ouessant rail. The Tower is made up of: - A circular ground floor housing housing and technical premises. - A prestressed concrete barrel 72m high with a diameter of 6m, at the top of which the 2 radar antennas (main and secondary) are fixed. This barrel rests on a concrete base 12m in diameter and 2.5m thick. These foundations are fixed to the granite base of the cliff by means of 14 anchor rods bolted under tension. - A circular drum in metal construction fixed to the barrel in an eccentric manner at more than 55m high and made up of levels 5, 6 and 7. This lookout, formerly occupied by lookouts of the French Navy, no longer houses today hui That The Radio And Computer Equipment Necessary At Cross Corsen For The Exercise Of Its Missions. - A technical room on level 9 where the equipment dedicated to the proper functioning of the radars is located. The description of the expected services are indicated in the specific technical clauses (cctp) and the program of the operation. This contract is a global design-production contract within the meaning of Articles L.2171-1 and L2171-2 of the Public Order Code.
Closing Date17 Jan 2025
Tender AmountRefer Documents
7051-7060 of 7091 archived Tenders