Computer Tenders

Computer Tenders

Government Of New Brunswick Tender

Energy, Oil and Gas
Canada
Details: No Totals Required. New Brunswick Manufacturer Preference By Stating Yes In The Input Box, I Confirm That I Am A Manufacturer Of Goods With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Manufacturer Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Manufacturer Preference. Place Of Business Means An Establishment Where A Manufacturer Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. New Brunswick Vendor Preference By Stating Yes In The Input Box, I Confirm That I Am A Vendor Of Goods Or Services With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Vendor Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Vendor Preference. Place Of Business Means An Establishment Where A Vendor Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Dnred Seeks The Development Of A Plan To Phase Out Heating Oil In New Brunswick. See Attached Rfp. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
United States
Details: This Is Not A Solicitation Announcement. This Is A Request For Information Only. This Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Since This Is Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To Respondents. No Solicitation Exits. Therefore, Do No Request A Copy Of A Solicitation. this Is Not A Solicitation Announcement. This Is A Request For Information Only. This Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Since This Is Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To Respondents. No Solicitation Exists. Therefore, Do No Request A Copy Of A Solicitation. the Department Of Veterans Affairs Visn 4, Network Contracting Office 4 (nco 4), Is Seeking Information And Potential Qualified/verified Businesses Capable Of Meeting Requirement And Salient Characteristics Below To Provide The Wilkes-barre Va Medical Center With Five (5) Pacs Dicom Image Importing/burning Systems. statement Of Need wilkes-barre Va Medical Center x-ray Media Burners/importer background: The Wilkes Barre Medical Center Needs Replacement Hardware For Outdated Picture Archiving And Communication System (pacs) Burners And Importing Software Utilized For X-ray Images. Current Software Is No Longer Supported Which Is Critical When Veterans Need Their Media Imported For Appointments And Media Is Requested For Legal Or Medical Purposes. Current Hardware And Software Is Unreliable And Is Constantly Down. We Do Not Have The Hardware Or Software To Support It In The Case Of A Complete Malfunction. software Is Utilized For Importing Veterans X-ray Images Into Pacs From Outside Provider To Minimize X-ray Exposure. System Is Also Utilized To Export Images To Cd/dvd For Legal Or Veterans To Take Their X-ray Images To Outside Providers. Hardware Included With Software Is Utilized To Burn/label Cd/dvd And Scanners Are Utilized To Digitize And Import We Films Into Pacs. System Must Be Able To Index, And Merge Imported Media With Existing Patient Records On Pacs. requirement: Request Is For Replacement Of Five (5) Pacs Media Importing System And Hardware, Three (3) Dicom Digitizing/paper Scanning Software Licenses And Onsite Training For Three (3) Technicians On Utilization Of Software And Hardware At The Time Of Installation. salient Characteristics: three (3) Digitizing/document Scanning Licenses. paper Report Scanner With Multiple Page Scan paper Scanner Must Have Both Color And Gray Scale Scanning. digitizing Application Must Be Compatible With Vidar Digitizers. software Should Support Dicom, Pdf, Tiff, Jpeg, Gif And All Other Formats. five (5) Pacs Dicom Image Importing/burning Systems software Must Be Able To Import Dicom Images From All X-ray Modalities From Cd, File Or Usb Drive. import X-ray Media With Encryptions. export Media With Multiple Security Lever (encrypt, Anonymous, Or Standard) show History Burnt And Imported Media. support Multi Import To Pacs Destinations At Once. must Have Interactive Web Control For Import, Burn, And Scan Documents. software Must Be Able To Run On A Enterprise Servers For Simultaneous Users Utilization From Hospital Owned Pc. allow Use Of Third-party Hardware Such Scanners And Dvd. must Be Able To Support Separate Accounts For Different User Authentication. one Year Warranty at Least One-year Warranty media Burner With Dual Stack Autoloader must Be Able To Create Custom Media Labels Based On Needs media Burner Must Utilize Muti Color Cartridges To Ensure Label Reflect The Needed Color To Distinguish Disk burner Must Have Self-cleaning Capability Of Print Heads burner Must Have Built In Disk Completion Tray burner Must Have Window To See Burner Internal Status buner Must Have Two Media Burners To Allow Multi Burning. dvd/cdr Starter Pack starter Muti Pack Ink Cartridges 200 Paper Cdr/dvr Holders. one-year Warranty With One For One Exchange pc Requirements operating System windows 10 Pro (includes Windows 11 Pro License) English, French, Spanish processor 12th Generation Intel Core I5-12500 (6 Cores/18mb/12t/3.0ghz To 4.6ghz/65w) Or Equivalent - Ram 16gb (1x16gb) Ddr4 Non Ecc Memory Or Equivalent - M.2 2230 512gb Pcie Nvme Class 35 Solid State Drive Or Equivalent - 8x Dvd-rom 9.5mm Slimline Optical Disk Drive Or Equivalent - Graphics Integrated - Wired Keyboard - Wired Mouse - Ports - Usb 3.1 - 5 (1 Front, 4 Rear) - Usb 3.1 Type-c Port - External Usb 2.0 - 4 (2 Front, 2 Rear) - Internal Usb 2.0 1 - Rj-45 1 - Serial Port 1 - Display Port 1.2 2 - Universal Audio Jack - 1 - Line-out - 1 - 19 In Led Monitor (within 2 Inches Lesser Or Greater Than 19 Inches) on-site Installation And Training company Must Be Able To Install/setup Systems To Properly Import And Export X-ray Images From Pacs. vendor To Provide Three (3) Technicians Onsite Training On Utilization Of Software And Hardware At The Time Of Installation. To Be Coordinated With Station Pacs Administrator Poc. delivery: all Items Must Be Fob Destination To The Following Location: 1111 East End Blvd Wilkes Barre Pa, 18711 radiology Department attn: Amy Klush/michael Wyand monday Friday From 8:00am 4:00pm special Instructions: software And Hardware Should Be Able To Import, Burn And Export Images From Pacs In Dicom Format. Burners Should Be Able To Label Requested Media With Va Approved Image (image Will Be Provided By Va) All Installation Must Be Approved By Wilkes Barre Biomed Department And Or It Department. _____________________________________________________________________ responses To This Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Uei Number, Cage Code, Size Of Business Pursuant To North American Industry Classification Code (naics) 334112 Computer Storage Device Manufacturing, The Small Business Size Standard For This Naics Code Is 1,250 Employees. please Answer The Following Questions: (1) Please Indicate The Size Status And Representations Of Your Businessâ in Accordance With The Naics Code 334112, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb),â hubzone, Woman Owned Small Business (wosb), Large Business, Etc.) (2)â is All The Required Equipment Available On A Federal Supply Schedule Or Government Wideâ acquisition Contract?â  If So, Please Include The Schedule Number.â  (3) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?â  if Not,â provide Additional Information Shown Below.â  This Is To Confirm Compliance With The Non-manufacturer Rule Iaw 13 Cfr 121.406(b) Nonmanufacturers.â  Doesâ your Companyâ exceed 500 Employeesâ  Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied;â â â  Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice;â â  Provide The Items Of A Small Business (4) If Your Company Is Aâ large Business, Do You Have Anyâ authorized Small Businessâ distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).â  (5) If Your Company Isâ a Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?â  (6) Is The Item You Are Supplying Made Or Manufactured In America? This Is To Ensure Compliance With Far 52.225-1 Buy American-supplies. (7) If You Intend Toâ subcontractâ any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Sub Contracted Work And Completion Of Job.â  (8) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.â  (9) Please Submit Your Capabilitiesâ in Regard Toâ the Salient Characteristics Detailed Above And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes?â  (10) Please Review Salient Characteristics/statement Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a.â  (11) Please Provide Your Uei Number.â  *** Submissions Addressing Number (10) Should Show Clear, Compelling And Convincing*** Evidence That All Equal To Items" Meet All The Salient Characteristics.â  thisâ rfiâ will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Telephone Responses Will Not Be Accepted. responses Must Be Receivedâ via Email To Contract Specialist Olivia Osborne At Olivia.osborne@va.gov No Later Than 4:00 Pm Eastern Standard Time On January 15, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only.â â do Not Contact Va Medical Center Staffâ regardingâ this Requirement, As They Are Not Authorized To Discussâ this Matterâ related To This Procurement Action. all Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Proposal,â therefore Will Not Be Considered For A Contract Award.â â  â  if A Solicitation Is Issued, Information Will Be Posted On Sam.gov Web Site For All Qualified Interested Partiesâ at A Later Dateâ and Interested Parties Must Respond To The Solicitation To Be Considered For Award.â â this Notice Does Not Commit The Government To Contract For Anyâ supplies Orâ services.â â the Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Request For Information.â â information Will Only Be Accepted In Writing Via Email. disclaimerâ â  this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly.â â responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.â â responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.â 
Closing Date15 Jan 2025
Tender AmountRefer Documents 

National Fisheries Research & Development Institute Tender

Laboratory Equipment and Services
Philippines
Details: Description Supply And Delivery Of Atomic Absoption Spectrophotometer (aas) And Total Organic Carbon/ Particulate Organic Carbon Analyzer (toc/poc) Atomic Absorption Spectrophotometer (aas) With Complete Accessories Aas Main Unit Optics Wavelength Range: At Least 185 - 900nm Monochromator: Aberation-corrected Czerny-turner Mounting Or Equivalent Number Of Grating Grooves: At Least 1800 Lines/mm Focal Length: At Least 300 Mm Grating Area: At Least 40 X 40 Mm Bandwidth: 0.2, 0.7, 1.3, 2.0l Nm (4-step Automatic Switching) Or Better Detector: Photomultiplier Tube Optics: Double Beam Background Correction: Self-reversal And Dueterium Or Equivalent Number Of Hollow Cathode Lamps: 6-lamp Turrent Or Better, And Capable Of 2 Lamps Simultaneously Lit (1 For Measurement And 1 For Warming Up For Next Measurement) Graphite Furnace Analyzer Heating Temperature Range: Ambient To At Least 3,000oc Setting Heating Condition: Maximum 20 Stages Heating Mode: Ramp Or Step Inner Gas Type: Dual Automatic Switching Type Or Equivalent Inner Gas Flow Rate: At Least 0 To 1.5 L/min With Cooling Water Flow Rate Monitor With Gas Pressure Monitor With Overcurrent Protection Unit With Furnace Block Cooling Check Flame Type: Air-cooled Premix Type Or Equivalent Burner Head: Titanium 10 Cm Slot Or Equivalent Nebulizer: Pt-ir Capillary, Ptfe Orifice, Ceramic Impact (capable Of Handling Hydrofluoric Acid) Or Equivalent Chamber: Engineering Plastic Or Equivalent Burner Atomizer: Manual Adjustment For Lateral Or Vertical, Automatic Position For Burner Height Angle Adjusment: Adjustable Burner Angle From 0 To 90o Type: Air-acetylene Flame And Nitrous Oxide-acetylene Flame Flow Rate Control: Automatic Fuel Gas Flow Rate Setting Of (0.1l/min Step) And Automatic Search Of Optimum Gas Flow Rate With Automatic Fuel Gas Leak Detector With Prevention Of Wrong Burner Head Use With Drain Tank Level Monitor With Flame Monitor With Gas Pressure Monitor With Automatic Flame Extinction Upon Power Outrage Or Sudden Power Interruption With Automatic Flame Extinction Via Vibration Sensor With Internal Fan Stop Sensor Autosampler Function: Capable To Perform Zero-point Calibration, Auto Diagnosis, Auto Rinse, Auto Mixing, And Random Access Compatibility: Flame And Furnace Measurement Sample Vial: At Least 2 Ml Reagent Vial: At Least 20 Ml Nozzle Rinse: Solvent Rinse Discharge Method Sampling Function: Dilution Function, Reagent Addition Function Syringe: At Least 250 Microliter Injection Volume: At Least 2 To 90 Microliter Repeatability: 1% Rsd For 20 Microliter Position: Minimum Of 8 Positions For Reagent And 60 Positions For Sample Software Can Perform Extrapolation Of Calibration Curve Range. If The Sample Concentration Exceeds The Calibration Curve, Additional Measurements Can Be Performed On Standard Solutions To Re-calculate The Concentration Real-time Drying And Ashing Progress Display During Furnace Measurement Capable To Set-up Sample Dilution And Spike-and-recovery Test With Overlay Function For Size And Shape Comparison Of Peak Profiles Training On The Use, Care And Maintenance Of The Equipment Other Accessories A. Complete Pc System Specification: Processor: Core I7-12700 (2.1ghz) Memory: 8gb Ddr4 3200 Storage: 1tb+256gb Ssd Display: 23.8" Ka242y (f02aka242y) Operating System: Win 11 Graphics Card: Gt1030 2gb Software: Office H&s Connectivity: Wifi/ Bt With Wireless Keyboard And Mouse B. Printer Specification: Resolution: At Least 720 X 720 Dpi Print Speed: Up To 9.0 Ipm For Black And 4.8 Ipm For Color Paper Feed Method: Friction Feed Number Of Paper Trays: 1 Paper Hold Capacity: Up To 50 Sheets Of Plain Paper (75gsm) Paper Size: A4, Letter, And Legal Interface: 2.0 Usb With 1 Set Of Refill (black, Cyan, Magenta, And Yellow Ink Bottle) C. One Set Of Standards (500 Ml) Mercury, Copper, Lead, Manganese, Cadmium, And Arsenic D. Hollow Cathode Lamp Mercury, Copper, Lead, Manganese, Cadmium, And Arsenic E. Regulator Acetylene And Argon F. Gas Cylinder, Uhp 1 Cylinder Acetylene Gas 3 Cylinders Argon Gas G. Water Circulator Circulation Method: Closed Loop Circulation Temperature Setting Range: At Least -20 To 30oc Temperature Control Accuracy: ± 2oc Or Better Pump Max Flow: 12 - 14 L/min Temperature Control: Refrigerator On-off Control Temperature Display: Digital Display Coolant: R407c Or Equivalent Cooling Capacity: At Least 1200w At Liquid Temperature 10oc H. Air Compressor During Flame Analysis Note: Warranty: Five (5) Year On Parts, Calibration, Service, Andpreventive Maintenance Service With Pm Kits Place Of Delivery - Nfrdi Quezon City Delivery Period: 30 To 45 Days Upon Receipt Of Ntp "total Organic Carbon / Particulate Organic Carbon System" Measurement Method: 680°c Combustion Catalytic Oxidation – Non Dispersive Infrared Detection (ndir) Method Operation Method: Pc Controlled Toc "measured Items: Tc, Ic, Toc (=tc-ic), Npoc (non-purgeable Organic Carbon, Toc Measurement Via Acidification And Sparging)" Applicable Samples: Aqueous Sample (optional Solid/gas Samples) Measurement Range: Tc: 0 To 30,000 Mg/l; Ic: 0 To 35,000 Mg/l (option); Tn: 0 To 10,000 Mg/l; Poc: 0 To 500 Mg/l Detection Limit: Tc, Ic: 4 Μg/l, Tn: 5 Μg/l Reproducibility: Tc, Ic, Npoc: Cv 1.5 % Max. Or ±4 Μg/l Max Measuring Time: Tc : Approx. 3 Mins; Ic : Approx. 3 Mins Sample Injection: Automatic Injection Using A Syringe Pump And Slide Type Injection Mechanism Sample Injection Volume: 10 To 2,000 Μl Variable Ic Removal: Automatic Addition Of Acid And Sparging Sample Dilution: Dilution Rate Of 2x To 50x (automatic Sample Dilution By Syringe Pump); Dilution Accuracy: ±2 % Max. (2x To 20x); ±5 % Max. (21x To 50x) "display And Operations: Operation By Color Lcd Screen And Keyboard" "carrier Gas: High-purity Air (co, Co2, Hc Content: Each 1 Ppm Max., Dew Point: -50 °c Max.); Supply Pressure: 200±10 Kpa (additional Use Of Optional Carrier Gas Regulator: 300 To 600 Kpa)" Gas Consumption: 150 Ml/min (230 To 250 Ml/min During Sparging) (variable Flow Rate) Power Supply: 100 To 240 V Ac, 600 Va Ambient Temp Range: 5 To 35°c Dimensions: W340 X D660 X H480 Mm Weight: Approx. 35 Kg "asi-l Autosampler: 24 Ml Vials, Capacity: 24 Ml X 93 Samples Can Be Added During Continuous Measurement. Includes: 100 Pcs Of 24ml Vials With Cap And Septum, 2sets Magnetic Stirrer With Stir Bars" Inclusive Of: "complete Standard Accessories/ Consumables (as Spare): Halogen Scrubber Carbon Dioxide Absorber Combustion Tube Standard Catalyst Quartz Wool (1g)" Toc-l Software "complete Computer Set (dell Desktop) Intel Core I5, Windows 10 Pro, 16gb Ram, 1tb Hdd + 256gb Ssd" Printer (epson Or Hp Continuous Colored Ink Printer) Microsoft Office With License Complete Gas Line Installation For Air (with Regulator, On/off Valve) Avr, 3 Kva 1 Tank Of Synthetic Air (for Initial Use) Suspended Sample Kit For Toc And Autosampler, 2 Pcs. Each High-salt Sample Combustion Kit High Suspension Kit Standard, Potassium Hydrogen Phthalate (khp) "solid Sample Combustion Unit Capable Of Toc And Poc Measurements In Solid Samples Tc Oxidation Method: Combustion Catalytic Oxidation (tc Furnace Temperature: 900 °c) Maximum Sample Amount: 1 G Carrier Gas: 99.9 % O2 At 500 Ml/min Features: Measurement Of Maximum 1 G Samples With Up To30 Mg Carbon Content Reduces Weighing Errors, And Errors Due To Uneven Distribution Of The Sample Carbon Content. Measurement Of Inorganic Carbon (carbonate) In Solid Samples. Measurement Of Aqueous Samples Containing Large Quantities Of Suspended Substances. " "tnm-l Tn (total Nitrogen) Unit Measurement Method: Chemiluminescence Measured Items: Tn (total Nitrogen) Measurement Range: 0 To 10,000 Mg/l Detection Limit: 5μg/l (cph, Csn) Reproducibility: Cv 3 % Max. Measuring Time: Approx 4 Min" Synthetic Air Generator (as Alternative From Using Synthetic Air Tank) "warranty: One (1) Year On Parts Five (5) Years Preventive Maintenance Service And Pm Kit (once A Year For 5 Years)" "training: 1. Includes On-site Training On Basic Instrument Principles, Operation, Maintenance, And Troubleshooting By Chemist/engineers Of The Company 2. Includes Follow-up Trainings And Assistance On The Operation. 3. Training On Toc Principles, Operation, Maintenance And Troubleshooting For Two (2) Pax." Note: Warranty: Five (5) Year On Parts, Calibration, Service, Andpreventive Maintenance Service With Pm Kits Place Of Delivery - Ffrdc, Butong, Taal, Batangas Delivery Period: 45 Days Upon Receipt Of Ntp
Closing Date28 Jan 2025
Tender AmountPHP 20.5 Million (USD 349.5 K)

City Of Tayabas Tender

Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project #25-018 Procurement Of Closed-circuit Television (cctv) System (disaster Response And Rescue Equipment) – Drrmo 1. The City Government Of Tayabas, Through The 5% Drrm Fund 2025intends To Apply The Sum Seven Million Pesos (php 7,000,000.00) Being The Abc To Payments Under The Contract For Project # 25-018 Procurement Of Closed-circuit Television (cctv) System (disaster Response And Rescue Equipment) - Drrmo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabasnow Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within 56cd Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 (wednesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Ten Thousand Pesos (p 10,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabaswill Hold A Pre-bid Conference On January 30, 2025 (thursday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 11, 2025 (tuesday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 11, 2025 (tuesday), 10:01 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11. The City Government Of Tayabasreserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty 1. Lot Supply, Delivery, Installation, Testing, Integration And Commissioning Of Closed-circuit Television (cctv) System Project Scope 1. Laying Of Fiber Optic Network Backbone Having The Following Specifications: • 16-core Hybrid Fiber Optic Outdoor Armored Cable With Tight Buffered Fibers W/ Built-in Gi Wire For Aerial Mounting To Electric Posts. • Accessories Needed In The Installation Such As But Not Limited To: Large Size Metal Clams, Hooks, Pulleys, Fiber Cable Trays W/ Downspout (wiring System Bridge Application) W/ Support To Incase Cover And Organize Fiber Cables, Distribution Splice Box (in Needed) And Other Cablings • Backbone Route Should Strategically Covered All The Identified Locations Of The New Cameras To Be Installed And The Existing Cameras Already Installed. • Endpoint Should Be The Drrm Office And Have Extended Connection To New City Hall • Permits Needed (if Any) In The Laying The Fiber Backbone Shall Be Shouldered By The Supplier. 2. Networked Cameras Having The Following Components /specs: • 32 Pcs Of Network Camera 8-mp (3840x2160) @30 Fps. 24/7 Colored With Built-in Warm Illuminator (max Illumination Distance: 50 Meters), Supports Maximum Of 256 Gb Micro Sd Card With Built-in Mic And Speaker Also Supports Epoe, Ip67 Protection. • All Cameras Shall Be Powered By Electrical Via Poe Switch (4 Ethernet Port, 2 Port Uplink Ethernet 1.2gbps Over Ieee 802.3, 48v 3a For Ip Cameras, Ap Or Ip Poe Voip. Should Use Circuit Breaker 240vac (industrial Type) Ip20 Molded Case 3-pole 10/15amps. Necessary Permits Shall Be Shouldered By The Supplier For The Electrical Supplies. • 32 Pcs Of Fiber Optic Media Converter-gigabit, High Density Hot-swappable Media Converter Redundant Hot-swappable Ac And 12v Dc Power Supplies With Built-in-4-ports Switch 10x1000 Plus Hybrid A-b Tx/rx In One Device. • 32 Pcs Of Ip67 Terminal/utility Box 400mm X 300mm X 180 Mm With Key Lock, Ce/rohs/iso9001 Type Approved Bundled With Complete Mounting Screws And Metal Belts & Locks. • Materials, Paraphernalia Needed In The Installation And Networking Of The Cameras Like, But Not Limited To Network Cat-6e Outdoor Type Cable, Cable Tie, Screws, Metal Clamps, Gi, Wires, Outlets, Electrical Wires Rj45 Connectors, Nails, Sealant, Etc.) Are Included. 3. Main Cctv Network Cabinet, Monitoring, Control System And Main Storage Having The Following Components /specs: • 1 Pc Of 32u Network Data Cabinet Server Rack With Glass Door • 1 Pc Of Core Switch Fully Managed Aggregation Switch - 1200 Sfp+ Ports; (8) Plus Rj45 Ports: (2) Rj45 Serial Console Port L3 Static Routing, 1200 Switching Capacity, 1.2gbps Non- Blocking Throughput, Forwarding Rate 1.2gbps. With Needed Gigabit Ethernet Transceivers Modules Compatible With The Switch. • 1 Pc Of Rackmount Network Video Recorder: Up To 32 Channel Ipc Input, Smart H.265+/h.265/smart H.264+/h.264/mjpeg Decoding Format. Ai By Recorder & Ai By Camera: Face Detection And Recognition, Perimeter Protection, Smd Plus, Metadata, Anpr, Stereo Analysis, Heat Map, And People Counting Plus, Security Baseline 2.3., Supports 80,000 Gb Surveillance Hard Drive Each Nvr. • 1pc Of 1u 19-inch 24-cores Fiber Compatible Pull Type Rack Mount Main Splicing Box/termination Box Full Assembly With Either 16 Or 24 Output Ports • Rackmount Ups - 2.7kwatts / 3.0kva • 80 Tb (in Total) Surveillance Hard Drive 24/7 Operation. • 2 Sets Of Desktop Computer (not Assembled) - Intel Core I5 (or Equivalent) Processor (6m Cache, Up To 3.50 Ghz) / 8gb Ram / 128gb Solid State Drive + 1tb Hdd, 4gb Video Card, With 24-in Monitor, Keyboard And Mouse, Os License And Ms Office Included. • 2-sets Ultra-thin Bessel Surveillance Led 75" (6.25ft X 6.25ft) Tv To Be Mounted In The Wall With Enclosure Plus Ornamentation & Color Scheme. • Installation, Mounting Configuration And Integration Of The Stated Components Are Included. To Be Installed In The Drrm Office 4. Extension Of Cctv Network Cabinet And Monitoring Having The Following Components /specs: • 1 Pc Of Core Switch Fully Managed Aggregation Switch - 1200 Sfp+ Ports; (8) Plus Rj45 Ports: (2) Rj45 Serial Console Port L3 Static Routing, 1200 Switching Capacity, 1.2gbps Non- Blocking Throughput, Forwarding Rate 1.2gbps. With Needed Gigabit Ethernet Transceivers Modules Compatible With The Switch. • 1 Pc Of Rackmount Network Video Recorder: Up To 32 Channel Ipc Input, Smart H.265+/h.265/smart H.264+/h.264/mjpeg Decoding Format. Ai By Recorder & Ai By Camera: Face Detection And Recognition, Perimeter Protection, Smd Plus, Metadata, Anpr, Stereo Analysis, Heat Map, And People Counting Plus, Security Baseline 2.3., Supports 80,000 Gb Surveillance Hard Drive Each Nvr. • 1pc Of 1u 19-inch 24-cores Fiber Compatible Pull Type Rack Mount Main Splicing Box/termination Box Full Assembly With Either 16 Or 24 Output Ports • Installation, Mounting Configuration And Integration Of The Stated Components Are Included. To Be Installed In The New City Hall. 5. Integration Of The Of Existing Cctv Cameras To The New Cctv System With The Following Components: • Power-up The Existing Cameras Installed In Different Places And The Related Equipment, Control System. • Integrate The Cameras Into The Fiber Optic Backbone, Provided The Camera Location Is Within Range. 6. Assembly, Erection, And Installation Of Cctv Tower: • Assembly, Erection, And Installation Of The Cctv Tower And Its Components At The Roof Deck Of The Tayabas Drrm Building. • Integration Of The Tower With The Fiber Optic Network And The Overall Cctv System • Installation Of Lightning Arrester And Solar Powered Warning Tower Lights Beacon As Part Of The Tower Components. Refer To The Terms Of Reference Of The Project For More Details. 1 ***nothing Follows*** January 22, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date11 Feb 2025
Tender AmountPHP 7 Million (USD 120.6 K)

Department Of Agriculture Tender

Software and IT Solutions
Philippines
Details: Description Invitation To Bid For The Supply, Delivery, Subscription, Installation, And Configuration Of Various Ict Equipment And Network Softwares 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Sixteen Million Four Hundred Thirty-two Thousand Pesos (php16,432,000.00) With Project Identification Number Da-rfo 1-2025-goods-032 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Lot 1: Supply And Delivery Of Various Ict Equipment 7,912,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 2,900,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 4,620,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000,000.00 Total 16,432,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Particulars/descriptions Quantity Unit Cost Total Cost 1 Supply And Delivery Of Ict Equipment For Office Productivity Of Da-rfo 1 Employees 1 Lot 7,912,000.00 7,912,000.00 1) Laptop (high End, Branded) Processor: 13th Gen, 10 Cores, 16 Threads, 24mb Smart Cache, Up To 4.90 Ghz Max Turbo Frequency, 45w Base Power, Maximum Turbopower 105w Display: 15.6inch Fhd (1920x1080), 144hz, Ips-level Memory: 16gb Ddr5-5200 Max 64gb 2 Slots Storage: 1tb M.2 Ssd Slot (nvme Pcie Gen4) Graphics: 4608 Cuda Cores With Boost Clock 1230 - 2175 Mhz, 8gb Gddr6 Webcam: Hd Type (30fps@720p) Communication: Gb Lan 802.11 Ax Wi-fi 6 + Bluetooth V5.2 1x Type-c (usb3.2 Gen1 / Dp) 2x Type-a Usb3.2 Gen1 1x Type-a Usb2.0 Battery: 3-cell 53.5 Battery (whr) Ac Adapter: 200w Adapter Operating System: Licensed Windows 11 4 Units 2) Desktop Computer (high End, Branded) Lga1700 14th Generation Processor Family 20 Mb L3 Cache, 10 Cores, 16 Threads 16gb Ddr4 3200 512gb Nvme Gen 4 Ssd + 1tb Hdd 7200rpm Dedicated 6gb Ddr6 Graphics Card With Wi-fi And Bluetooth With Wireless Keyboard And Mouse Combo With 23.8 Inches Monitor Native 1920 X 1080 With Licensed Windows 11 Os Installed 10 Units 3) Laptop (regular, Branded) 13th Generation Mobile Processor 16gb 4800mhz Ddr5 512 Gb Nvme Ssd 15.6" Full Hd Wireless Ieee 802.11 A/b/g/n+ac+ax Capable 2x Usb Gen 3.2 Ports 1x Usb 3.2 Type C Port Built-in Webcam And Microphone Rechargeable Built-in Li-ion Battery With Licensed Windows 11 Os Installed 19 Units 4) Desktop Computer (regular, Branded) Lga1700 14th Generation Processor Family 8 Gb Memory Ddr5 Memory 512 Gb Nvme Ssd Gen. 4 23.8 Inch Full Hd Native 1920 X 1080 With Mouse And Keyboard With Licensed Windows 11 Os Installed With Lan, Wifi And Bluetooth Vga/dvi-d, Hdmi Or Display Port 14 Units 5) Printer 3-in-1 W/ Adf, A3 Color Printer 800 Nozzles Black, 256 Nozzles Per Color (cmy) Can Print Up To A3+ Size Paper Wifi, Wifi Direct And Ethernet Connection 4800 X 2400 Dpi Hi-speed Usb 2.0 Connectivity Duplex Printing Capable, Up To A3 Scan And Copy Thru Adf Scan And Copy Thru Glass Bed Bi-directional Printing Up To 25 Ipm Printing Speed With Consumables 100-240v Voltage, 50-60hz Frequency 10 Units 6) Portable Printer Print Speed Up To 14ppm With Built-in Battery Colour Lcd Panel Wifi And Wifi Direct Connectivity Bi-directional/uni-directional Printing Hi-speed Usb 2.0 Connectivity 14 Units 7) Multi-function Printer (for Pvc Id Card) Friction Feed Pvc Id Card Printing Enabled Micropiezo Printhead Bi-directional Printing 1.5pl Minimum Ink Droplet Size Maximum Print Resolution Of 5760 X 1440 Dpi With Variable-sized Droplet Technology Usb 2.0 Connection Wireless Capable Esc/p-r, Esc/p Raster Language With Bundled Consumables With Additional 1 Set Extra Consumables 3 Units 8) Multi-function Printer Printer Type: Print, Scan, Copy And Fax Maximum Resolution: 4800 X 1200 Dpi Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Ethernet & Wi-fi Direct Colour Touch Lcd Screen Usb 2.0 Connectivity 15 Units 9) 3-in-1 Network Printer/ Scanner/ Photocopier Printer Type: Print/copy/scan/fax Precisioncore Printhead Bi-directional Printing 4800 X 1200 Dpi Maximum Resolution 2-sided Printing Capable 600 X 600dpi Copy Resolution Friction Paper Feed Front And Rear Tray With Lcd Screen Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Usb 2.0 Connection Ac 220-240v 50-60hz Up To A3 And A3+ Paper Size Cassette Capacity Of 250 Sheets For A4 (80gsm) Rear Capacity Of 20 Sheets For A3+ (80gsm) Up To 5.0 Ipm Scan Speed @200dpi With Bundled Consumables With Additional 1 Extra Set Of Consumables With 1 Piece Maintenance Box 10 Units 10) Dot Matrix Printer Impact Dot Matrix 9-pin Wide Carriage Up To 496cpi Prints Up To 6-part Forms 15,000 Power On Hours Mtbf Usb 2.0, Bi-directional Parallel Supported Bi-direction With Logic Seeking 200 Million Strokes/wire Printhead Life 2 Units 11) Flatbed Scanner Minimum Technical Specifications: Colour Scanner A4 Sheet-fed, 3-pass Duplex Scanner Led Light Source 1,200 X1,200 Dpi Output Resolution 215.9 X 3,048 Mm Maximum Document Size Supports 50 Gsm – 120 Gsm Paper Thickness 50 Sheets Adf Capacity Scan Speed Up To 25ppm/10ipm (300 Dpi) 24 Units 12) Portable Document Scanner A4 Sheet-fed, Simplex Colour Scanner Optical Resolution: 600 X 600 Dpi Output Resolution: 50 – 1,200 Dpi 216 X 1,828.8 Mm Maximum Document Size Contact Image Sensors (cis) Compact Size And Footprint Powered Via Usb, Ac Adapter Or Built-in Battery Scan Speed Up To 4.0sec Per Sheet (on Battery) Usb 2.0, Wi-fi And Wi-fi A/p Mode Connectivity 20 Units 13) Projector (indoor) Native Resolution Full Hd (1080p) Large Screen Projection Up To 391" 3000 Lumens Of Colour And White Brightness Comes With Android Tv™2 Dongle And Chromecast Built-in™ 5w Speaker (with Enclosure) Life (normal / Eco): 6,000 / 12,000 Hours (normal / Eco) F-number: 1.44 Focal Length: 16.4mm Zoom Ratio: 1.0 – 1.35 (digital Zoom) Throw Ratio: 1.19 – 1.61 Usb Type A: 1 (for 2a Power Supply, Firmware Update And Copy Osd Settings) Usb Type B: 1 (for Firmware Update And Copy Osd Settings) Hdmi: 1 (hdcp 1.4) 10 Units 14) Dslr Camera 24.2mp Aps-c Cmos Sensor Dual Pixel Cmos Af Ii 4k30 Video, 4k60 With Crop; Hdr-pq 23 Fps E. Shutter, 15 Fps Mech. Shutter 2.36m-dot Oled Evf 1.04m-dot Vari-angle Touchscreen Lcd Multi-function Shoe, Wi-fi And Bluetooth 18-45mm F/4.5-6.3 Is Stm Lens Lithium-ion Battery Pack Charger For Battery Pack 8 Units 15) Portable Audio System (branded) Digital Wireless Microphone Included Output Power: At Least 1100 Watts 30hz-20khz (-6db) Dynamic Frequency Range With 3.5mm Audio Cable Input Bluetooth Connection Usb Playback Guitar And Microphone Input True Wireless Stereo Using Bluetooth Connection With Rca Output Microphone Specifications: Frequency: 2404 - 2478mhz Encryption: Aes - 128 Working Range: 30m (100ft) Latency: < 12ms Frequency / Channel Selection: Adaptive Channel Selection Frequency Response: 50hz - 15khz Dynamic Range: 100db@ 1k Hz Signal -to -noise: 59dba Thd: < 1% @ 94db Spl, 200 - 10khz Microphone Rechargeable Battery: 600mah, 3.7v Li-ion Battery Dongle Battery: 700mah 3.7v Li-ion Battery Playtime Of Microphone: Up To 20 Hours Playtime Of Dongle: Up To 12 Hours Microphone Battery Charge Time: < 2.5h In Off Mode Dongle Battery Charge Time: < 2.5h In Off Mode Microphone Head: 16mm Ecm Transmitting Power: < 10dbm Receiver Maximum Output Level: < 1v Rms 6 Units 16) Handheld Gps Receiver 2.2" Transflective, 65k Color Tft Display Type 240 X 320 Pixels Display Resolution 25 Hrs Battery Life Ipx7 Water Rating High-sensitivity Receiver 2 Aa Nimh Or Lithium Rechargeable Batteries And Charger Included 30 Units 2 Supply, Delivery And Subscription To Various Ict Software 1 Lot 2,900,000.00 2,900,000.00 1) Graphic Design Platform 1tb Of Cloud Storage 1000 Brand Kits 100m+ Photos, Videos, Graphics, Audio Ai-generated Writing And Designs Unlimited Premium Templates Ai Admin Controls Edit, Comment, And Collaborate In Real-time With Online Customer Support 3-year Subscription *1 Account = 3 Users 5 Units 2) Cad Modeling Software Civil-infrastructure/engineering Design And Documentation Software Supports Computer-aided Design And Building Information Modeling Site And Survey Workflows Drainage Design And Analysis Plan Production And Documentation Intersection Design Corridor, Geotechnical And Terrain Modeling Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 3) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 3 Year Subscription 2 Units 4) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 5) Office Productivity Software On Premise - Open License Graphical User Interface/keyboard Driven Menu System Support In Inserting And Editing 3d Models Support To Scalable Vector Graphics (svg) With Filters Live Preview While Formatting With Built-in Language Translator Support For Touch-enabled Devices, Digital Pens And Mouse For Drawing Shapes, Writing Out Complex Math Problems And Highlighting Text. With Accessibility Checker With Support For International Standards 45 Units 3 Supply, Delivery, Installation And Configuration Of Ict Network Equipment Of Da-rfo 1 1 Lot 4,620,000.00 4,620,000.00 1) Network Firewall Subscription At Least 3yrs Throughput Ngfw, Ips & Threat Protection: 1.6, 2.6 & 1 Gbps Concurrent Ssl-vpn Users: 500 2.2 Gbps Application Control Throughput Capwap Throughput (http 64k): 15gbps Heat Dissipation: At Least 100.6 Btu/h 80plus Compliant Power Supply Efficiency Rating Ports: 2 Ge Rj45 Wan, 4 Ge Rj45 Or Sfp Shared Ports, 1 Console And Usb Port Concurrent Tcp Sessions: 1.5million 10,000 Firewall Policies Throughput Ipsec Vpn: 11.5 Gbps Compliance Fcc Part 15b, Class A, Ce, Rcm, Vcci,ul/cul, Cb, Bsmi Ac Power Supply 100–240v Ac, 50/60 Hz Form Factor (supports Eia/non-eia Standards) Rack Mount, 1 Ru With Complete Accessories & Compatible With Existing Network Setup. 1 Unit 2) Network Switch (access) 10/1g Uplink Ports Forwarding And Switching Rate: 261.9 Mbps & 176 Gbps Per Hour Mean Time Between Failures: At Least 503,400 Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Entries Of Flexible Netflow: 16,000 Flows On 24 Or 48 Port Gigabit Ethernet Models Bandwidth Stacking: At Least 80 Gbps Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Qos Scale & Acl Entries: 1000 With Complete Accessories & Compatible With Existing Devices. 1 Unit 3) Wireless Lan Controller (bundled With 6-ap & Licenses) Fixed Service Port: Auto-negotiation 10/100/1000base-t, Auto Mdi/mdix Crossover Standard Rj45 & Usb Port Management Port 40w Max. Power Consumption 200,000 Hours Mean Time Between Failure (mtbf) At The Standard Temperature 2048 Maximum Number Of Configurable Access Points Default Number Of Manageable Access Point Of 32 448 Maximum Number Of Manageable Access Point Wlan Service: 2048 Maximum Wlan Id At Least 32,768 Mac Address Entries 4096 Of Virtual Lans Ipv4 Address Pools: 2,000 Ipv4 Addresses: 24,576 Ipv6 Address Pools: 256 Ipv6 Addresses: 2,048 Ieee 802.11 Protocols: 802.11, 802.11b, 802.11a, 802.11g, 802.11d, 802.11h, 802.11w, 802.11k, 802.11v, 802.11r, 802.11i, 802.11e, 802.11n, 802.11ac, And 802.11ax Ieee 802.11 Security And Encryption: Multi-ssid Mode,ssid Hiding Ieee 802.11i-compliant Psk Authentication, Wpa And Wpa2,wpa3: Wpa3-personal (sae), Wpa3-enterprise (ccmp, 128-bit), And Wpa3-enterprise (gcmp, 192-bit),wep (wep/wep128), Tkip, Ccmp, Anti-arp Spoofing User Access Management: Console Port Login, Telnet Login, Ssh Login, And Ftp Upload Maximum Number Of Stas Supported By The Built-in Portal Server:1,500 Number Of Acl Entries:65,536 Entries With Six (6) Compatible Wireless Access Point With Six (6) Licenses Included Bundled With Training And Certification With Complete Accessories. 1 Unit 4) Network Attached Storage (nas) 64 Bit Cpu Architecture Cpu Frequency: 2.6 / 3.1 Ghz System Memory 2gb Ddr4 Ecc Drive Bays: At Least 4 Compatible Drive Type: 3.5" Sata Hdd & 2.5 Sata Ssd External Ports: 2 Rj-45 1 Gbe Lan Ports, 1 Usb 3.2 Gen 1 Port Pcie Expansion: 1 X Gen3 X 2 Network Upgrade Slot System Fan: 40mm X 40mm X 3pcs 28.5 Db(a) Noise Level Power Supply Unit : 100 Watts Power Consumption: 37.93 Watts (access), 13.43 Watts (hdd Hibernation) Rohs Compliant Bundled With At Least 4 Hdd (16tb) With Complete Required Accessories 2 Units 5) Ups 10kva (rack-mounted) Capacity: 10kva Rackmounted With Battery Input: Voltage: 200-240v +/- 10% Voltage Range: 176-3000v +/- 10% (full Load) Frequency: 56hz - 64hz Battery: 16 X 12v/9ah Output Voltage: 220-240v +/- 10% Frequency: 50hz-60hz +/- 5% Transfer Time: 0 (ac To Battery), 0ms (inverse To Bypass) True Double Conversion Microprocessor Control Technology Ensures High Reliability Input Power Factor Correction Output Power Factor 0.8 Waveform (batt Mode): Pure Sine Wave With Complete Accessories And Warranty. 4 Units 6) Wireless Access Point Max Throughput Up To 400mbps At 2.4g, Up To 867 Mbps At 5g 1.267 Gbps Ofdm: Bpsk@6/9mbps, Qpsk@12/18mbps, 16-qam@24mbps, 64-qam@48/54mbps Protocol: Concurrent 802.11ac Wave2, Wave1, 802.11a/b/g/n Spatial Streams: 2.4g 2x2mimo 5g 2x2mimo Antenna: Internal Antennas(2.4g: 2dbi,5g: 2dbi) Operating Bands: 802.11b/g/n: 2.4g ~ 2.4835ghz, 802.11a/n/ac: 5g:5.150~5.250ghz,5.725~5.850ghz 11b: -91dbm (1mbps), -88dbm (5mbps), -85dbm (11mbps) 11a/g: -89dbm (6mbps), -80dbm (24mbps), -76dbm (36mbps), -71dbm (54mbps) 11n: -83dbm@mcs0, -65dbm@mcs7, -83dbm@mcs8, -65dbm@mcs15 11ac Ht20: -83dbm (mcs0), -57dbm (mcs9) 11ac Ht40: -79dbm (mcs0), -57dbm (mcs9) 20 Units 7) Unmanaged Switch Ports:16 X 10/100base-x Poe+ Ports, 2 X 10/100/1000base-t Ports With 2-port Gigabit Rackmount Poe Switch Layer Type: Unmanaged Switching Capacity:7.2 Gbps Forwarding Rate:5.36 Mpps Mac Address Table:8000 Fan: Fanless Port Surge:6kv 4 Units 8) Ups 1kva Available Capacity : 1kva / 600w Line Interactive Switching Ups 2 X 12v7ah Battery Input Power : 190~240va (50~60hz) Output Power : 220~230va (50~60hz) 24 Units 9) Drone (quadcopter) Gimbal:3-axis Flight Control System: Gnss Support Gps, Beidou, Galileo Maximum Operating Distance:9.3 Miles / 15 Km Battery Capacity:5000 Mah / 77 Wh Charging Temperature 41 To 104°f / 5 To 40°c Maximum Ascent Speed 17.9 Mph / 8 M/s Maximum Descent Speed 13.4 Mph / 6 M/s Maximum Wind Resistance 26.8 Mph / 12 M/s Flight Ceiling 3.7 Miles / 6000 M Image Sensor:4/3″-type Cmos Sensor Resolution Effective: 20 Megapixel (5280 X 3956) Focal Length: 24mm (35mm Equivalent) Field Of View: 84° Maximum Aperture: F/2.8 Minimum Aperture: F/11 Minimum Focus Distance:3.3′/1 M Rotor Configuration: 4 Operating Temperature:14 To 104°f/-10 To 40°c With Complete Accessories, Controller Device, Bag And Extra Batteries And Propeller. Bundled With Formal Drone Pilot And Safety Training, Drone Pilot License & Rpas Certifications Acquisition. 1 Unit 4 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1 Lot 1,000,000.00 1,000,000.00 Managed Switch Bandwidth Stacking: At Least 80 Gbps Entries Of Flexible Netflow: 32,000 On 24 Or 48 Port Multigigabit Models Stacking Switch Capacity & Forwarding Rate: 256 Gbps & 190 Mbps Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Forwarding And Switching: At Least 130.95 Mbps And 176 Gbps Per Hour Mean Time Between Failures: At Least 346,270 Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Sfp Transceiver Module Hot Pluggable Sfp Msa Compliant To Maximize Uptime And Simplify Maintenance Modal Bandwidth Min :400 At Least 1804 Ft. Operating Distance Stackwise Cables Support 16 Gbps Speeds In Both Directions, Yielding A Traffic Total Of 32 Gbps Bandwidth Bidirectionally Cable Length:1.6 Ft Conductor: Copper Network Server Rack Cabinet Minimum Technical Specifications: Capacity: 22u With Exhaust Fans And Power Distribution Cables, I/o Ports And Accessories 1 Lot Roughing-in Materials For Horizontal And Backbone Distribution 1 Lot Roughing-in Materials For Fiber Backbone Distribution 1 Lot Mobilization / Demobilization 1 Lot Testing And Commissioning 1 Lot Preparation, Documentation Of As-built Plan Drawings And Turn-over Of Network Design And Diagram 1 Lot Cables, I/o Ports And Accessories 1 Lot Grand Total 16,432,000.00 All Equipment With 1 Year Warranty On Parts & Services. Drop Off Point: Da Rfo I, City Of San Fernando, La Union Delivery Schedule: 90 Calendar Days From Receipt Of Notice To Proceed (ntp). Delivery Of The Goods Is Required Within 90 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. 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. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Lot 1: Supply And Delivery Of Various Ict Equipment 10,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 5,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 5,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 1:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 27 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-032
Closing Date27 Jan 2025
Tender AmountPHP 16.4 Million (USD 280.1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, 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 Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0242. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation. the Sba Non-manufacturer Rule Is Applicable, And A Waiver Will Not Be Sought For This Potential Acquisition. See Required Documents/information Below For Statement Of Compliance For Nonmanufacturers. this Is A Solicitation For Nutrace Scanners. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03 Effective January 17, 2025. this Solicitation Is 100% Set-aside For Sdvosb. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113, With A Small Business Size Standard Of 800 Employees, And The Psc Is 6515. all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Promedical Nutrace For The Following: equipment Needed: item # description/part Number* qty Price Extended Amount 1 nutrace R+ Scanner 5 2 ratero Cleaning Solution System: Includes 32 Electrochemical, Fabric Tips And 32 Zip Tie Holders ratero Solution 900ml Bottle ratero Electrical Pen 1 â  Subtotal (products) â  salient Characteristics must Be Able To Read Off Bright, Reflective, Matte, And Low Contract Surfaces must Be Powered By A Laserless Beam 2mp Camera With Led Lighting And A Usb Outlet Supply From A Computer Is Needed must Be Able To Read 2d Matrix As Small As .010 X .010mm (4 Mils) it Must Come With Five 2d Data Matrix Readers For Code Verification And Use With Censitrac. 2d Scanner Must Be Fast At Reading Barcodes, With No Need To Push A Trigger To Scan The Barcodes 2d Scanner Should Read Code In Under 1 Second Irrelevant Of Instrument Contrast, Material, Or Position Of The Code must Have On-board Decoding Audible Notification And Led Flash Indicating Successful Read must Be Fully Compliant With All Applicable Standards And Regulations Set Forth By The Fda, Cdc must Have Small Footprint With Stainless Steel Design For Disinfection must Have Fully Configurable Export Options Keyboard Wedge Emulator, Virtual Com must Be Able To Operate On A Windows-based 10 And 11 Operating Software additional Information Sought: warranty Please Describe The Offered Warranty 52.211-6â brand Name Or Equal. as Prescribed Inâ 11.107(a), Insert The Following Provision: brand Name Or Equalâ (aug 1999) (a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation. (b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must- (1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number; (3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And (4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer. (d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation. (end Of Provision) delivery Fob Destination Is Preferred, 30 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The White City Va Medical Center Point Of Contact. place Of Delivery: white City Va Medical Center warehouse Bldg #225a 8495 Crater Lake Highway white City, Or 97503 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products addendum To Far 52.212-1 Instructions To Offerors Commercial 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (aug 2020) 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.211-6 brand Name Or Equal (aug 1999) 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) 52.225-2 buy American Certificate (oct 2022) (41 U.s.c. Chapter 83) 52.252-1 provisions Incorporated By Reference (feb 1998) (a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable. (b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. (c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. (d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. (e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations. (f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. (g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. (end Of Addendum To 52.212-1) far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers: special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement: sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation. price (a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov). the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018) addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum: http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) 52.203-17 contractor Employee Whistleblower Rights (nov 2023) 52.204-13 system For Award Management Maintenance (oct 2018) 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) 52.219-33 nonmanufacture Rule (sep 2021) 52.232-40 providing Accelerated Payments To Small Business Subcontractors (dec 2013) 52.252-2 clauses Incorporated By Reference (feb 1998) vaar Clauses: 852.203-70 commercial Advertising (may 2018) 852.212-71 gray Market Items (nov 2018) 852.219-73 va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Business (jan 2023) 852.219-76 va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) 852.232-72 electronic Submission Of Payment Requests (nov 2018) 852.242-71 administrative Contracting Officer (oct 2020) 852.246-71 rejected Goods (oct 2018) 852.247-73 packing For Domestic Shipment (oct 2018) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (jan 2025) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E. Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kapersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) Section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78) (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference: 52.204-27 prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328) 52.219-28 post Award Small Business Program Representation (mar 2023) (15 U.s.c 632(a)(2)) 52.222-3 52.222-19 convict Labor (jun 2003) (e.o. 11755) child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) 52.222-21 prohibition Of Segregated Facilities (apr 2015) 52.222-26 equal Opportunity (sep 2016) (e.o. 11246) 52.222-36 equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) 52.222-50 combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627) 52.225-1 buy American-supplies (oct 2022) (41 U.s.c. Chapter 83) 52.225-13 52.226-8 restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury) encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.232-33 payment By Electronic Funds Transfer System For Award Management (jul 2018) (31 U.s.c. 3332) all Quoters Shall Submit According To The Following: quotes Must Be Emailed To Maureen.sundstrom@va.gov And Received No Later Than 10:00 Am Pst On 02/10/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include The Completed Buy American Certificate 52.225-2, And If Not The Manufacturer, An Authorized Distributor Letter. Any Offer That Does Not Provide The Supporting Documentation May Be Considered Non-responsive. Required Supporting Documentation And Information: buy American Certificate authorized Distributor Letter If Not The Manufacturer completed Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above delivery Date if Not The Manufacturer, A Statement Indicating Whether Your Business Complies With The Following: Nonmanufacturers: (1) A Firm May Qualify As A Small Business Concern For A Requirement To Provide Manufactured Products Or Other Supply Items As A Nonmanufacturer If It: (i) Does Not Exceed 500 Employees (or 150 Employees For The Information Technology Value Added Reseller Exception To Naics Code 541519, Which Is Found At § 121.201, Footnote 18); (ii) Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied; (iii) Takes Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice; And (iv) Will Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States, Or Obtains A Waiver Of Such Requirement Pursuant To Paragraph (b)(5) Of This Section. the Government Intends To Make Award Without Discussions. for Information Regarding The Solicitation, Please Contact Maureen Sundstrom At Maureen.sundstrom@va.gov. a.1 52.225-2 Buy American Certificate (oct 2022) (a)(1) The Offeror Certifies That Each End Product, Except Those Listed In Paragraph (b) Of This Provision, Is A Domestic End Product And That Each Domestic End Product Listed In Paragraph (c) Of This Provision Contains A Critical Component. (2) The Offeror Shall List As Foreign End Products Those End Products Manufactured In The United States That Do Not Qualify As Domestic End Products. For Those Foreign End Products That Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Offeror Shall Also Indicate Whether These Foreign End Products Exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No . (3) The Offeror Shall Separately List The Line Item Numbers Of Domestic End Products That Contain A Critical Component (see Far 25.105). (4) The Terms Commercially Available Off-the-shelf (cots) Item, Critical Component, Domestic End Product, End Product, And Foreign End Product Are Defined In The Clause Of This Solicitation Entitled Buy American Supplies. (b) Foreign End Products: line Item No. country Of Origin exceeds 55% Domestic Content (yes/no) [list As Necessary] (c) Domestic End Products Containing A Critical Component: line Item No. [list As Necessary] (d) The Government Will Evaluate Offers In Accordance With The Policies And Procedures Of Part 25 Of The Federal Acquisition Regulation. (end Of Provision)
Closing Date10 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Notice Of Sources Sought The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses (sdvosb), Veteran Owned Small Businesses (vosb), And Small Businesses Interested And Capable Of Providing The Services Requested, As Well As Any Large Businesses. The Results From This Source Sought Notice Will Be Used To Determine The Appropriate Set-aside. The Intended Contract Is A Firm-fixed Price Service Contract. The Department Of Veterans Affairs, Nco20 Is Looking For Vendor Sources For The Following Requirement: A Blanket Purchase Order (base + 4 Option Years) For Urinalysis Testing See Attachments For More Information: Attachment A: V20 Estimated Urinalysis Test List Volume Attachment B: V20 Participating Medical Centers And Pocs Attachment C: V20 Bpa Price List (must Be Filled Out) Required Information In Your Response To Sources Sought: In Order To Be Considered A Valid Source That Can Impact The Set-aside Determination Of A Possible Future Solicitation, Potential Contractors Shall Provide, At A Minimum, The Following Information To Peter.park2@va.gov By Below Response Deadline: 1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Uei. Provide Any Existing Gsa/fss Contract Number This Requirement Can Be Fulfilled Under. 2) Please Identify Your Company S Size In Comparison To The Anticipated North American Industry Classification System (naics) Code 334516 Analytical Laboratory Instrument Manufacturing. To Be Considered A Small Business Your Company Must Have Less 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 3) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Provide A Sba Certification And Be Registered With U.s. Small Business Administration Veteran Small Business Certification (vetcert) Located At Https://veterans.certify.sba.gov/. 4) Only Authorized Service Representatives/providers Of The Manufacturer Will Be Considered. No Used, Refurbished, Remanufactured, Or Counterfeit Parts Will Be Allowed. Please Provide A Proof Of Authorized Service Provider Letter From Manufacturer. 5) Please Complete The Attached Price List (attachment C). This Is Not A Quote. 6) Capabilities Statement Addressing The Requirements In The Statement Of Work To Include: References For Similar Services Currently Being Provided Or Previously Provided At The Required Service Levels As Outlined In The Statement Of Work. The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This 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). Service Address: Various Stations In Nco 20 See Attachment Point Of Contact: Peter Park Contracting Officer Peter.park2@va.gov Response Deadline: 12/20/2024 By 3:00pm Pacific Time Statement Of Work: Bpa For Visn 20 Cprr Urinalysis Testing Bpa Language The Government Will Award A Cprr Bpa To A Single Contractor For Urinalysis Testing. Contractor Agrees To The Following Terms Of The Bpa Exclusively With Visn 20 And Awarded In The Final Bpa. Under This Agreement, The Bpa Holder Shall Provide Cprr Urinalysis Testing For All Visn20 Medical Facilities. The Vha Facilities Within Visn20 Listed On This Bpa Are Authorized To Order Any Item Listed On The Price/cost Schedule At The Listed Price. No Items May Be Ordered Off This Bpa Unless They Are Listed On The Price/cost Schedule. Additional, Related Items May Be Added Without Further Competition To The Price/cost Schedule With The Award Of A Modification By The Administering Contracting Officer (co). The Administering Co Is The Only Vha Employee Authorized To Modify This Bpa. Obligation Of Funds This Bpa Does Not Obligate Any Funds. The Government Is Only Obligated To The Extent Of Authorized Task Orders Issued Under This Bpa. Period Of Agreement This Bpa Is Effective From The Date Of Award For A Period Of 5 Years. Option To Extend The Term Of The Bpa The Government May Extend The Term Of This Bpa For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. By Written Notice To The Contractor At Any Time Prior To The Expiration Of The Bpa, Provided That The Government Shall Give The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Bpa Expires. The Preliminary Notice Does Not Commit The Government To An Extension. Prices And Terms Visn20 Has Provided An Estimated Annual Volume By Test As Reflected In Attachment A. Pricing Is Based On The Average Annual Test Volume. The Government Estimates The Volumes As Listed In Attachment A But Does Not Guarantee Volumes As Listed; They Are Estimates Only And The Government Doesn T Guarantee That All Listed Stations Will Participate In The Bpa. The Government Estimates, But Does Not Guarantee, That Individual Bpa Orders Placed Against This Agreement May Reach $825,000.00/per Order. This Order Limit May Be Increased By Mutual Agreement Of The Parties As Necessary, In Whole Or Part. The Authorized Ceiling Limit Of The Agreement Is Set At $4,500,000.00 Over The Period Covered By The Agreement; This Ceiling Is Also Not A Guarantee. The Ceiling Limit May Also Be Raised In Association With Order Limit Increases Or Other Conditions Which, By Mutual Agreement Of The Parties, Maybe Considered Necessary. Authorization For Individual Task Orders Above The Stated Task Order And/or Ceiling Limits Must Be Coordinated Through The Contracting Officer Before Larger Valued Orders Can Be Issued And Prior To Commencement Of Work. All Unauthorized Work, Regardless Of Amount, Will Be Processed Through The Ratification Process. Price/cost Schedule Estimated Quantities And Pricing Per Facility Order Placement All Properly Warranted Cos Serving Visn20 Are Authorized To Place Orders Under This Bpa. Task Orders Will Be Placed Against This Bpa Using Outlook Email Messages, Electronic Data Interchange (edi), Fax Internet Portal, Paper Or Oral Communications. Delivery Order Oversight Each Ordering Location Will Designate A Contracting Officer's Representative (cor) Or Poc (if Dollar Amounts Warrant A Cor, And Subject To Co Approval), Who Will Be Responsible For Verifying Contract Compliance And Certify Invoices. Requirement Specifications / Statement Of Work Scope: The Contractor Shall Provide Automated Clinical Laboratory Urinalysis Testing For Urine Dipstick Chemistries, Urine Microscopic Analysis, And Body Fluid Analysis (as Applicable) To Produce Cost Per Reportable Results (cprr) For The Locations Listed Below. Installation And Operational Training Will Be Provided By The Vendor At The Government S Facility. Vendor Will Provide Field Service Support. Vendor Will Also Supply Government With Sufficient Supplies, Reagents, And Training To Execute The Urinalysis Analyzer In The Performance Of The Testing Listed For Each Site Based On Estimated Patient Results Per Month. Equipment Will Be Defined By The Facility. Participating Locations: Alaska Va Healthcare System: 1201 North Muldoon Road, Anchorage, Ak 99504 Boise Va Medical Center: 500 West Fort Street. Boise, Id 83702 Eugene Health Care Center: 3355 Chad Dr., Eugene, Or 97408 Va Portland Health Care System: 3710 Sw U.s. Veterans Hospital Road, Portland, Or 97239 Roseburg Va Health Care System: 913 Nw Garden Valley Blvd., Roseburg, Or 97471 Va Southern Oregon Rehabilitation Center: 8495 Crater Lake Hwy., White City, Or 97503 Va Puget Sound Health Care System - American Lake Division: 9600 Veterans Dr Southwest, Tacoma, Wa 98493 Va Puget Sound Health Care System: 1660 S. Columbian Way, Seattle, Wa 98108 Mann-grandstaff Va Medical Center: 4815 N. Assembly Street, Spokane, Wa 99205 Jonathan M. Wainwright Memorial Va Medical Center: 77 Wainwright Drive, Walla Walla, Wa 99362 Map And Locations For Medical Centers And Clinics Within The Visn 20 Northwest Network Can Be Found At The Following Link: Https://www.va.gov/directory/guide/region.asp?id=1020. General Requirements: Leased (cost Per Reportable Result) Equipment. All Related Consumables And Supplies. All Necessary Service To Keep Equipment In Manufacturer's Operating Conditions, Both Preventive Maintenance And Emergency Repairs. Training For Personnel Operating Equipment. Cost Per Reportable Result Cprr: Cost Per Patient Reportable Result (cprr): As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers - Contractors Are Required To Provide A Price For A Reportable Patient Result. The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5-year Equipment Use, (2) All Reagents, Standards, Vendor Provided Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories, And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation Of A Patient Reportable Result. This Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution; Repeat And Confirmatory Testing Required To Produce A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi). (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation And Removal Of Equipment At No Additional Charge. Parameters: The Calculation For Price And Quantity Of Reagents In The Annual List Included In The Contract As Based On An Estimated Annual Number Of Reportable Results Provided By The Government. The Annual Quantities Of Supplies Shall Be Sufficient For Testing As Long As The Reportable Results Are Submitted In Compliance With The Following Parameters: Numbers Of Reportable Results Actually Performed By The Government Are Within Ten Percent Of The Annual Estimated Reportable Results As Indicated By The Annual Supply List. Use Of The Instrument(s) Are In Accordance With Instrument Usage Information Provided By Government (primary, Back-up Or Alternate). Test Volumes Are Determined By The Government. No More Than 10 Percent Repeats. Two Levels Of Quality Control To Be Run As Required By The Manufacturer Every Test Day. Calibrators For Periodic Calibration Checks And Demand To Validate Systems Following Major Repair Or Resolution Of Negative Quality Control Trends. Adjustments: The Government And Vendor Will Conduct Ongoing Reviews No Less Than Annually To Monitor Contract Performance Against Agreed Upon Efficiencies, Operational Assumptions, And Product Utilization (cppr Parameters). The Vendor Will Notify The Government When Such Reviews Indicate An Adjustment To The Quarterly Standing Order Shipments May Be Required. The Government Will Cooperate With The Vendor In The Conduct Of The Reviews. Vendor, Their Personnel, And Their Sub Vendors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.839.201 Contract Clause For Information And Technology Security. Equipment: Vendor Will Provide Urinalysis Analyzer(s) For Lease To Meet Visn20 Facilities Usage Needs. Installation: The Vendor Shall Deliver And Install All Rented Or Purchased Equipment Under This Contract After An Order Is Placed. Equipment Shall Be Installed Within 30 Business Days After Receipt Of Order. Equipment Shall Not Be Considered Installed Until Va Employee Certifies That The Equipment Is Properly Functioning And Has The Necessary Supplies To Perform Its Required Function. The Vendor Shall Maintain A Record Of Installation To Include: Location, Model Number, Serial Number, And Date Of Installation. Removal: The Vendor Shall Un-install And Remove All Rented Equipment Under This Bpa From The Requesting Facility Upon Request. Equipment Shall Be Removed Within 30 Days Of Request. Equipment Shall Be Considered Removed Upon A Va Employee Certification That The Equipment And All Accessories Have Been Taken By An Employee Of The Vendor And There Is No Disruption And /or Damage To The Surrounding Area. The Vendor Shall Maintain A Record Of Removal To Include: Location, Model Number, Serial Number, And Date Of Removal. Equipment Requirements: Vendor Shall Provide Urinalysis Systems That Meet The Following Requirements: Instrument Shall Include Chemical Analysis Of Urine (to Include Bilirubin, Urobilinogen, Ph, Specific Gravity, Glucose, Protein, Blood, Nitrites, Ketones And Leukoesterase) Without Interference From Urines With Common Abnormal Colors (red, Orange, Etc.). Instrument Shall Also Identify Formed Elements Including But Not Limited To, Red Blood Cells, White Blood Cells, Epithelial Cells (differentiating Transitional, Renal, And Squamous) Crystals, Casts, Bacteria, And Yeast Without The Need To Consistently Verify With Manual Microscopy. There Must Be A Direct, Automated Specimen Pathway Between The Chemistry Urinalysis Specimen Sampling And Testing And The Microscopic Urinalysis Sampling And Testing. Equipment Shall Provide Accurate Test Assay Results For Sample Specimens Up To The Manufacturer's Defined Maximum Tests Per Hour Without Excessive Malfunctions, Breakdowns, Or Service Calls. Instrumentation Shall Have Auto Reflex Testing Capability For Specimens Which Require Sediment Analysis. System Shall Have A Minimum Throughput Of 60 Samples Per Hour On The Microscopic Side. The Instrument Shall Have Customer Defined Rule Criteria To Reduce The Number Of Manual Reviews And Off-line Testing Required By The Operator. The System Shall Have The Ability For Auto-validation, Should The Facility Choose To Auto Validate Results. Instrument Shall Auto-classify Formed Elements With Limited Review By The Operator. Microscopic Analysis Must Be Fully Quantitative. Microscopic Analysis Must Have The Ability For The Instrument To Identify Cellular Microscopic Components And Provide Reviewable Digital Images. Instrument Must Offer Limited To No Carryover From Sample To Sample To Reduce Interference. Instrument Must Have The Ability To Continuously Feed At Least 300 Chemistry Strips Without Operator Re-load. Time From Standby To Operation Processing Samples Is Less Than 3 Minutes. Time Required For Routine Maintenance Activities Shall Take Less Than 30 Minutes Daily And Less Than 30 Minutes Weekly/monthly. All Testing Shall Be Fda Approved, Including Body Fluids If Available. Current Waste Stream Analysis And Sds (safety Data Sheets) Shall Be Provided To All Locations. Editable Electronic Copy In Clsi (clinical And Laboratory Standards Institute) Format Of Operating Procedures Shall Be Furnished With Each Instrument Supplied To All Participating Facilities. Testing Shall Include Current Laboratory Assays, But The Va Reserves The Right To Add Additional Tests To Test Menu. Protocols In Place For Various Degrees Of Urine Turbidity. A Selection Of Instruments Will Be Available Based On Volume, Test Menu Needs And Throughput Requirements Of Each Individual Facility. Instrument Shall Allow Patient Sample To Be Used For Repeats Or Reruns On The Same Or Different Instrument. All Instruments Must Be New (non-refurbished) Equipment. Contractor Shall Provide All Upgrades To The Equipment Hardware And Operating System Software, At No Additional Cost To The Government. (note Current Va Security Regulations Require Windows Based Operating Systems Be Windows 10 Or Higher). Instruments That Have The Ability To Have Access To The Internet Must Follow Va It Security Policies. The Internet Access Must Be Verified And Adhered To Before And During All Internet Access. Contractor S Software Is Required To Be Compatible And Interface Immediately Upon Award With Governmental Systems Which Include Cprs, Vista, And Cerner. Contractor Must Provide Evidence With Their Solicitation Response That Their Software Is Already Accepted For Use By Vha It Systems. All Equipment Shall Come With Any Required Accessories To Perform Normal Duties, To Include But Not Limited To, Properly Programmed Printers And Monitors, And Ups. The Analyzers Will Be Va Laboratory Information System (lis) Interfaceable, And The Vendor Will Supply Lis Specifications And Assist With The Interface Connections. Operation Of Software Uses Minimal Computer Strokes To Move From Testing To Reagent To Data Analysis Or/and Other Screens. Size Of Instrumentation Shall Be No More Than 65 W X 21 D. If Stand Is Required, It Is Included In The Contract At No Additional Cost. Upgrades Shall Be Delivered And Installed Within 60 Days Of Issuance To The Commercial Market. An Operator's Manual Shall Be Furnished With Each Instrument Supplied To Va And Updates To Manual Shall Be Provided In A Timely Manner. Uptime Guarantee/ Performance Penalty: Vendor Agrees That All Equipment Provided Shall Be Operable And Available For Use No Less Than 98% Of Operational Time Per Month. Each Instrument At Site Shall Be Computed Separately. Operational Time Is 24 Hours Per Day 7 Days A Week. Downtime Is Defined As When The Vendor Is Not Able To Produce Clinically Acceptable Results On The System Monitor And Will Be Computed From The Time The Government Notified The Hotline During Normal Working Hours Until The Field Service Engineer Returns The Instrument To The Government And The Government Can Produce Acceptable Clinical Results. Scheduled Maintenance Is Excluded From Downtime. Method Validations: Once The Instrument Has Been Installed According To The Vendor Specifications At The Government Location The Vendor Will Supply A Technical Representative To Perform Method Validation Studies During All Equipment Installations At All Facilities. The Method Validations Will Be Completed To Include The Necessary Studies Required For Clinical Laboratory Information Act (clia), College Of American Pathologist (cap) And Department Of Veterans Affairs (va) Regulatory Agencies And Shall Include Precision, Linearity And Current System To New System Correlations As Well As Establishment Of Normal And Therapeutic Ranges. The Va Will Not Accept Equipment Until It Passes All Validation Testing. Validation Testing Will Be Conducted On The Facilities Primary And Secondary Testing Methods. The Va Will Provide All The Samples Necessary For The Validation Studies. Maintenance And Repairs: Vendor Shall Provide Preventative And Corrective Maintenance Per Manufacturer's Recommendation. This Shall Include Software Upgrades And Parts And Labor, To Maintain All Urinalysis Equipment And Accessories. At A Minimum, Preventative Maintenance Shall Be Twice Annually, Beginning Six (6) Months After Installation. Vendor Will Furnish All Transportation, Equipment, Tools And Labor To Accomplish The Required Maintenance. Emergency Repairs Shall Be Performed After Initial Telephone Notification That The Equipment Is Inoperative. The Field Service Representative Will Call To Schedule Onsite Service Within 2 Hours Of Notification From Technical Assistance Hotline If Necessary. The Vendor Shall Provide The Government With A Designated Point Of Contact And Telephone Number And Shall Make Arrangements To Enable His Maintenance Representative To Receive Such Notification. Telephone Service Support Shall Be Available 24 Hours/day,7days A Week. Onsite Field Service Support Shall Be Available Monday- Friday 8am- 4:30 Pm (local Time). Onsite Repairs Shall Be Initiated Within 24 Hours Of First Notification From Technical Hotline To Field Service Engineer. Efforts Shall Be Made By The Vendor To Minimize Disruption To Governments And Employees (i.e. Reschedule If Work Interferes With Normal Operation, Access Equipment When Convenient To The Needs Of The Va, Etc.) Vendor Shall Maintain Cleanliness Of Work Area And Minimize Dust And Contaminants To Areas Adjacent To The Job Site. Vendor Shall Furnish A Malfunction Incident Report To The Installation Upon Completion Of Repair Call Within 2 Business Days After The Completion Of Work. The Report Shall Include As A Minimum The Following: Date And Time Notified. Date And Time Of Arrival. Serial Number, Type And Model Number(s) Of Equipment. Time Spent For Repair. Description Of Malfunction And Repair. Proof Of Repair That Included Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. Each Instrument Provided By The Vendor Shall Maintain An Uptime Of 98% In Each Month Of The Term Of The Agreement. During The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 5% Or Greater Of The Normal Working Days In One Calendar Month, It Is The Responsibility Of The Vendor To Immediately Replace The Broken Laboratory Equipment With New Equipment At No Additional Cost To The Government. The Responsibility For Maintaining The Equipment Furnished In Operating Condition In Accordance To Manufacturer's Instruction, Shall Solely Be The Responsibility Of The Vendor. The Contractor Shall Not Leave A Service Call Open Pending Verification That Repairs Are Completed By The Contractor's Maintenance Personnel. For Each Instrument Provided, The Vendor Shall Treat Each Notification For An Emergency/repair Service Call Form The Government As A Separate And New Service Call. The Following Are Guaranteed Throughout The Life Of This Contract: Priority Scheduling Of Requests For Service. Unlimited Emergency Service. No Charges For Labor, Travel Or Any Other Related Expenses. Unlimited Parts. No Charge For Replacement Parts Which Become Marginal Or Defective Due To Normal Use During Agreement Period. Factory Authorized Product Updates And Modifications. Installed At No Additional Charge For Improved Product Performance And Reliability. Factory Trained And Authorized Service Engineers. Continual Upgrading And Certification Of Engineers In Latest Instrument Technology. Training: With The Exception Of Specific Training Requirements Stated Herein, Which Shall Have Precedence; Vendor Shall Provide "operator" Training In Accordance With The Terms, Conditions, And Provisions Of The Vendor's Existing Federal Supply Service Contract. Listed Below Are The Training Requirements: The Vendor Shall Provide, At No Cost To The Government, On-site Training And Key Operator Training For At Least 2 Operators Per Instrument Per Site. Provide Initial In-depth Training For Two Key Operators At The Facility And For Each Individual Instrument Provided. Provide Annual Training For One Va Equipment Operator, Per Each Instrument, For The Participating Medical Center. Provide On-site Vendor Operator Training For All Personnel Who Will Run Instrument With Training Provided For All Applicable Shifts. The Vendor Shall Have An On-going Training Program For Employees By The Technical Service Representatives On Any New Products Or Updates On The Product Lines. All Materials For Training Will Be Provided At No Additional Cost To The Government. The Vendor Will Provide Competency Assessment Protocols For Use At Each Site Consistent With Federal (clia) And Cap Training Requirements. Reagents, Controls And Supplies: Routine Reagents, Controls And Disposables (supplies) For Chemical And Microscopic Urinalysis Testing Shall Be Provided By The Vendor And Shall Adhere To The Following Requirements. Reagents Including Controls And Disposables Shall Be Identified Prior To Delivery. Reagents Including Controls And Disposables To Be Listed In A Separate Table. The Table Should Include Annual Reagent Volumes, Costs, And Shipping Charges For Each Quarterly Standing Order Delivery. Reagent Manufacturer Shelf Life Shall Be No Less Than 12 Months. Reagents For The Analyzer Are Marked For Easy Recognition By The Operator And Shall Contain The Appropriate Facility Purchase Order Number In The Delivery Address. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Order. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By The Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Delivery Shall Be Within Four (4) Business Days Of The Prior Agreed Upon Shipment Date Or It Shall Be Considered Late. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. Consumables Will Be Provided On Demand As Needed If The Consumable Allotments Are Insufficient To Meet The Needs Of The Facility. Vendor Shall Supply All Changes To The Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes And Shall Be Coordinated With The Va Facility Point Of Contact To Implement The Changes In Accordance With Manufacturer's Recommendations. Space Availability: All Proposed Urinalysis Equipment Must Fit The Existing Space At Each Visn 20 P&lms Facility's, Without The Need For Renovation Work. Small Scale Re-arrangement Of Furniture Is Acceptable. Fitting Existing Space Shall Include Conforming To The Current Structural Parameters Of Each Lab, In Each Facility, In Terms Of Delivery, Installation And Lab Space. (i.e., Equipment Size, Weight, Packaged Size For Delivery, Electrical/voltage). Special Requirements: In Addition To The General Requirements For The Urinalysis Cprr Requirements Stated Above, The Contractor Shall Meet The Following Special Requirements: Equipment Shall Have A Fully Established Va Veterans Health Information Systems And Technology Architecture (vista) Computer System And Cerner Interface Program Via Data Innovations Middleware, With All Downloads/software Necessary To Transfer Data Into Patient Files In Va Vista And Cerner Computer Systems Via Data Innovations Middleware, At No Additional Cost To Va. Provide Bi-directional Interface With Data Innovations And Appropriate Quality Control Analysis System And All Components Necessary To Interface With Va Vista And Cerner Computer System. The Contractor Shall Provide An Auto Verification Package Through Data Innovations For Validation Utilizing The Instrument Manager Which Includes Rules And Technical Support For The Duration Of This Contract. Contractor Shall Assist In The Establishment, Testing, Deployment, And Troubleshooting In The Full Capacity Of The Middleware Before Implementation Date. The Contractor Is Responsible For Verifying Any Software Upgrades With The Instrument During Its Life, Will Be Compatible With Data Innovations Middleware. Contractor Shall Provide Automated, Walk-away Urinalysis Chemistry Analyzer With Peripherals With Direct, Automated Sample Pathway To An Automated, Walk-away Microscopic Urinalysis Analyzer With Peripherals For Sampling And Testing. Shall Provide Data Backup. Systems Shall Provide Ease Of Use (uncomplicated Menus), With Minimal Maintenance Required. Shall Provide Flexibility In Test Volumes. Shall Be Easy To Troubleshoot. Provide Extended Expiration Date Of Supplies. Uninterruptible Power Supply (surge Protection, Battery Backup) Provided By Vendor For All Associated Electrical Instruments And Ancillary Components Excluding Printer. Provide A Water System, If Required. If A Printer Is Required To Produce Patient Or Qc Reports, One Shall Be Provided Per System And Replaced If Broken. Cessation Of Testing: If, For Any Reason, Contractor Ceases Testing Of Any Urinalysis Assays, The Contractor Must Notify The Va Contracting Office And Laboratories, 60 Calendar Days Prior To The Change. Until A New Solicitation Can Be Issued, Or The Problem Resolved, The Contractor Shall Be Held Liable For All Costs If Performance Is Ceased, As The Lab Facility May Have To Resort To Outsourcing The Tests In Order To Continue Patient Care. The Vendor Will Be Responsible For The Following: Cost Per Reportable Result Program Reagents, Controls And Supplies: Routine Reagents And Disposables. Reagents Including Controls And Disposables To Be Listed In Separate Table. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Agreement. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. The Quality Of The Products Shall Be High Enough To Satisfy Proficiency Testing Standards Of The College Of American Pathologists (cap) And The Joint Commission (tjc). Changes In Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes Will Be Approved By The Vendor In Accordance With Manufacturer's Recommendations. Additional Reagents, If Required, Will Be Provided By The Vendor At No Additional Charge. The Government Will Be Responsible For The Following: Cost Per Reportable Result Program: Cppr Periodic Payments: Refer To Attachment A For Volumes. Test Description Estimated Volume Per Year Price Per Reportable. During The Agreement The Government Will Report By The 10th Of Each Month, To The Vendor In Writing Or Electronically, The Number Of Reportable Results Generated In The Previous Month. The Vendor Will Invoice The Government Based On The Report Of Reportable Tests. Laboratory Manager Or Designee Will Act As Contracting Officer Representative (cotr) For This Contract. Security: Returning Leased Equipment Constitutes A Risk. Va Employees Must Sanitize Va Sensitive Information Residing On Leased Equipment Before Releasing That Equipment From Direct Va Control, Or The Media Will Not Be Returned Upon Termination Of The Contract. Per Visn 20 Va Information Security Policies, No Hard Drives Or Computer Disks Containing Va Patient Information Will Be Removed From Va Facilities. At The Time Of Turn-in Or Removal Due To Failure, The Va Facility Will Remove All Sensitive Data From Information Systems Storage Devices Or Render The Data From These Systems Unreadable. No Federal Information Processing Equipment Will Be Discontinued From Rental/lease Or Exchange Without Compliance With This Require. Contract Personnel Will Not Have Direct Access To A Va System Or Va Sensitive Information. All Work/maintenance Will Be Accomplished By Va Laboratory Personnel As An Intermediary. If Contract Leased/purchased Equipment Contains Sensitive Information (pii/phi) To Be Directly Uploaded To/downloaded From Va Systems, A Mou/isa Shall Be Established Between The Vendor And Va. Unidirectional, Deidentified Data From Contract Leased/purchased Equipment To The Va Network Shall Be Protected In Accordance With Established Va Security Policy. Quality Assurance Monitoring: The Contractor Service Requirements Are Summarized Into Performance Objectives That Relate Directly To Mission Essential Items. The Performance Thresholds Briefly Describe The Minimum Acceptable Levels Of Service Required For Each Requirement. These Thresholds Are Critical To Mission Success. Information And Information System Security/privacy General Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. Access To Va Information And Va Information Systems A Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. Custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. The Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor's Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. Va Information Custodial Language Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor's Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va's Information Is Returned To The Va Or Destroyed In Accordance With Va's Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. Prior To Termination Or Completion Of This Contract, Contractor/ Subcontractor Must Not Destroy Information Received From Va, Or Gathered/ Created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations, And Policies In This Contract. The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. If A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. The Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. The Contractor/subcontractor's Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va's Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va's Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. Notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. For Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor. Information System Design And Development Information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. The Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. The Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default "program Files" Directory And Silently Install And Uninstall. Applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. The Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. The Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. The Contractor/subcontractor Agrees To: Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: The Systems Of Records (sor); And The Design, Development, Or Operation Work That The Contractor/ Subcontractor Is To Perform Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. In The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. "operation Of A System Of Records" Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. "record" Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person's Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. "system Of Records" Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual. The Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As "systems"), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. The Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 10 Days. When The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 10 Days. All Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. Information System Hosting, Operation, Maintenance, Or Use For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerablity Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor's Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va's Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor's Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government- Owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. The Contractor/subcontractor's System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va's Poa&m Management Process. The Contractor/subcontractor Must Use Va's Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/ Subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re- Authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. The Contractor/subcontractor Must Conduct An Annual Self Assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. Va Prohibits The Installation And Use Of Personally-owned Or Contractor/ Subcontractor- Owned Equipment Or Software On Va's Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va- Approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/ Subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: Vendor Must Accept The System Without The Drive; Va's Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; The Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And Any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre- Approved And Described In The Purchase Order Or Contract. A Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. Security Incident Investigation The Term "security Incident" Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/ Subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/ Subcontractor Has Access. To The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. Liquidated Damages For Data Breach Consistent With The Requirements Of 38 U.s.c. 5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. The Contractor/subcontractor Shall Provide Notice To Va Of A "security Incident" As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: Nature Of The Event (loss, Theft, Unauthorized Access); Description Of The Event, Including: Date Of Occurrence; Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; Number Of Individuals Affected Or Potentially Affected; Names Of Individuals Or Groups Affected Or Potentially Affected; Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; Amount Of Time The Data Has Been Out Of Va Control; The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); Known Misuses Of Data Containing Sensitive Personal Information, If Any; Assessment Of The Potential Harm To The Affected Individuals; Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $42.00 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: Notification; One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; Data Breach Analysis; Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. Security Controls Compliance Testing On A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day's Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. Training All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document - E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] The Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Adela Serra Ty Memorial Medical Center Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For The Procurement Of Clinical Chemistry Reagents (tie-up Basis) With Ib No. 2025-02-04 (09) 1. The Adela Serra Ty Memorial Medical Center, Using A Single Year Framework Agreement, Through The Astmmc Fund Intends To Apply The Sum Fifteen Million One Hundred Forty Two Thousand Pesos Only [php 15,142,000.00], Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 2. The Adela Serra Ty Memorial Medical Center Now Invites Bids For The Procurement Of Clinical Chemistry Reagents (tie-up Basis). Delivery Of The Goods Is Required Within 15 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Adela Serra Ty Memorial Medical Center And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday Thru Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 4, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos Only [php 25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment In Person. 6. The Adela Serra Ty Memorial Medical Center Will Hold A Pre-bid Conference On January 23, 2025; 11:00 Am At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 11:00 Am; February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 11:01 Am; February 4, 2025 At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Adela Serra Ty Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Office, 2nd Floor Opd Bldg. Astmmc, Tandag City, Sds, 8300 Tel No. 086-211-4306 Astmmcprocurement@gmail.com 12. For Downloading Of Bidding Documents, You May Visit: Philgeps.gov.ph January 15, 2025 Date Issued Dominador B. Toral, Rn, Md, Dpbohns Hbac Chairman Lot / Item Number Description Quantity Unit Unit Cost Total Delivered, Weeks/ Months Winning Bidder Responsibilities: > Must Provide And Install An Iso Certified, Fully Automated Chemistry Analyzer For Free Of Use. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >in Case Of Breakdown, Prompt Replacement (not Later Than 48 Hrs. Upon Notice Of Breakdown) With Another Unit Of Machine Or Parts. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Possess A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have At Least 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 > Must Provide A Back- Up Machine With The Same Brand To Serve The Purpose, Aside From The Back-up Machine, The Supplier Must Shoulder Expenses Incurred For The Sending Out Of Samples To Other Laboratories Due To Machine Breakdown And Unresponsiveness Of Supplier. > National Reference Laboratory Result Of Eqas Must Be Excellent For The Past 2 Years. Machine Should Be Officially Enrolled Or Have Record At Qcnet.com. It Should Have Multiple Installation And Has Been Proven To Provide Satisfactory Laboratory Test Results. > Meet Laboratory Quality Objective Performance #1, The Turnaround Time (tat) To Release Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week > Must Provide And Free Of Charge (foc): - All Consumables Needed For The Machine To Function - Controls (level I, Ii, Iii) & Calibrators - Computer Sets, Ups With More Than 3kva, Avr, Printer - Calibration & Preventive Maintenance - Any Parts Or Accessories Of Machine >install Own Water Tank For Water Source To Provide Adequate Uninterrpted Water Supply For The Machine To Consumption. Machine W/ Built In Water Filtration System To Provide Unlimited And Uninterrupted Distilled Water Supply For The Machine To Function. In Case That Built-in Water Station Cannot Serve Its Purpose, Distilled Water Can Be Provided By The Laboratory But Cost Incurred Shall Be Charged Against The Supplier And Supplier's Performance Will Be Affected During The Monthly Performance Evaluation Report By The End Users. > Quantity Of Reagents Must Be Delivered In A Quarterly Basis Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies > A Framework Agreement For A 1-year Contract Shall Be Made. >machine Specifications Of Fully Automated Chemistry Analyzer: > Floor Type Machine >analytical Principle/system Description: Photometric/potentiometric/turbidimetric/clia/spectrophotometry >test Throughput Per Hour: 1000-1200 >sample Type For Analysis: Whole Blood/serum/plasma/csf Or Other Fluids/urine >sample Tube Size Used For Analysis: 13x100mm & 12x75mm >sample Capacity: At Least 60-150 Sample Positions >sample Volume 1.5-3.5 Ml >machine Water Requirements: With Machine For Water System Necessary To Its Operation >machine Quality Assurance: Autocalibration, Auto-qc, Auto Westgard Rules/levy Jennings Plotting Of Real Time Qc >machine Diagnostics System & Services: Online/remote Access/ With Color Touchscreen Monitor >machine Patient Data Storage: At Least 100,000 > Machine Must Be Brandnew Or Not Less Than 5 Years Old From The Manufacture Date >stat Samples Priority Placement/program >programmed With Automatic Sample Dilution >able To Detect Sample Clot & Bubbles >sample Transparency Measurement (hemolysis, Icteric & Lipemic) >remote Diagnostics Online Error >at Least 5 Or 6 Sigma Metrics Glucose (at Least 300 Tests) / Packaging 35 Cart/box/bottle/cassette 18,000.00 630,000.00 15 Calendar Days After Issuance Of A Call-off Total Cholesterol (at Least 300 Tests/cart) 30 Cart/box/bottle/cassette 18,000.00 540,000.00 15 Calendar Days After Issuance Of A Call-off Triglyceride (at Least 300 Tests/cart) 30 Cart/box/bottle/cassette 22,000.00 660,000.00 15 Calendar Days After Issuance Of A Call-off Hdl Direct (at Least 300 Tests/cart) 30 Cart/box/bottle/cassette 34,000.00 1,020,000.00 15 Calendar Days After Issuance Of A Call-off Creatinine (at Least 350 Tests/cart) 40 Cart/box/bottle/cassette 20,000.00 800,000.00 15 Calendar Days After Issuance Of A Call-off Bun (at Least 300 Tests/cart) 50 Cart/box/bottle/cassette 18,000.00 900,000.00 15 Calendar Days After Issuance Of A Call-off Bua (at Least 250 Tests/cart) 50 Cart/box/bottle/cassette 18,000.00 900,000.00 15 Calendar Days After Issuance Of A Call-off Sgpt (at Least 250 Tests/cart) 40 Cart/box/bottle/cassette 16,000.00 640,000.00 15 Calendar Days After Issuance Of A Call-off Sgot (at Least 250 Tests/cart) 60 Cart/box/bottle/cassette 16,000.00 960,000.00 15 Calendar Days After Issuance Of A Call-off Total Protein (at Least 350 Tests/cart) 10 Cart/box/bottle/cassette 16,000.00 160,000.00 15 Calendar Days After Issuance Of A Call-off Albumin (at Least 250 Tests/cart) 12 Cart/box/bottle/cassette 16,000.00 192,000.00 15 Calendar Days After Issuance Of A Call-off Total Bilirubin (at Least 350 Tests/cart) 10 Cart/box/bottle/cassette 18,000.00 180,000.00 15 Calendar Days After Issuance Of A Call-off Direct Bilirubin (at Least 200 Tests/cart) 10 Cart/box/bottle/cassette 18,000.00 180,000.00 15 Calendar Days After Issuance Of A Call-off Calcium (at Least 300 Tests/cart) 35 Cart/box/bottle/cassette 21,000.00 735,000.00 15 Calendar Days After Issuance Of A Call-off Magnesium (at Least 200 Tests/cart) 35 Cart/box/bottle/cassette 16,000.00 560,000.00 15 Calendar Days After Issuance Of A Call-off Lipase (at Least 100 Tests/cart) 10 Cart/box/bottle/cassette 30,000.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Amylase (at Least 250 Tests/cart) 10 Cart/box/bottle/cassette 18,000.00 180,000.00 15 Calendar Days After Issuance Of A Call-off Alkaline Phosphatase (at Least 250 Tests/cart) 10 Cart/box/bottle/cassette 30,000.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Lactate Dehydrogenase (at Least 250 Tests/cart) 10 Cart/box/bottle/cassette 30,000.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Sodium, Potassium, Chloride Module (20,000 Tests/module) 2 Module 550,000.00 1,100,000.00 15 Calendar Days After Issuance Of A Call-off Reagent And Machine For Point-of-care For Electrolytes 1 Set 750,000.00 750,000.00 15 Calendar Days After Issuance Of A Call-off Serum C3 (100/box) 1 Box 100,000.00 100,000.00 15 Calendar Days After Issuance Of A Call-off Serum Phosphorus 100 Tests/box 5 Box 21,000.00 105,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 12,192,000.00 Lot 2 Winning Bidder Responsibilities: > Must Provide And Install An Iso Certified, Fully Automated Hba1c Analyzer For Free Of Use. >"if It's Not Brand New Machine, It Must Have Been Used For Not More Than Three (3) Years." Provide Certificate Of Machine Purchase And Any Proof From Its Usage. >should Have Atleast 2 Current Installations To Secondary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Reagents, Controls, Calibrators And All Consumables Must Be Compatible With The Machine. > Service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of Our Problems Or Concern Immediately. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder Connectivity Fee/charges For Lis Services And Coordinate With Astmmc Lis Provider For The Lis Connection. > In Case Of Breakdown, Prompt Replacement (not Later Than 48 Hrs Upon Notice Of Breakdown) With Another Unit Of Machine Or Parts. > Must Provide A Back-up Machine To Serve The Purpose, Aside From The Back-up Machine,supplier Must Shoulder Expenses Incurred For The Sending Out Of Samples To Other Laboratories Due To Machine Breakdown And Unresponsiveness Of Supplier. > Must Shoulder Expenses Incurred For The Sending Out Of Samples For Testing To Other Laboratories Due To Machine Breakdown And Unresponsiveness Of The Supplier. > Meet Laboratory Quality Objective Performance #1, The Turnaround Time (tat) To Release Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week. > Must Provide And Free Of Charge (foc): - All Consumables Needed For The Machine To Function - Calibrators - Controls - Computer Sets, Ups, Avr, Printer - Calibration & Preventive Maintenance - Any Parts Or Accessories Of Machine - All Not Mentioned/others > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Hence, Renewable Yearly After Evaluation, Deliberation And Recommendation Report From The End Users. Machine Specifications: > Principle: High Performance Liquid Chromatography (hplc) > Automatic System Start-up Checklist And Touch Screen Operation > One-step Cartridge Switching > Automatic Sample Barcode Reading > Onboard Monitoring > Lis Ready > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 Hba1c (250 Tests/box) 30 Box 90,000.00 2,700,000.00 Subtotal 2,700,000.00 Lot 3 Winning Bidder Responsibilities: > Must Provide And Install Two (2) Units Of Iso Certified, Fully Automated Portable Ise Electrolyte Analyzer For Free Of Use That Can Be Usedsimultaneously. > "if It's Not Brand New Machine, It Must Have Been Used For Not More Than Three (3) Years." Provide Certificate Of Machine Purchase And Any Proof From Its Usage >should Have Atleast 2 Current Installations To Secondary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Reagents, Controls, Calibrators And All Consumables Must Be Compatible With The Machine. > Service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of Our Problems Or Concern Immediately. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Possess A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > In Case Of Breakdown, Prompt Replacement (not Later Than 48 Hrs Upon Notice Of Breakdown) With Another Unit Of Machine Or Parts. > National Reference Laboratory Result Of Eqas Must Be Excellent For The Past 3 Years. Machine Should Be Officially Enrolled Or Have Record At Qcnet.com. It Should Have Multiple Installation And Has Been Proven To Provide Satisfactory Laboratory Test Results. > Meet Laboratory Quality Objective Performance #1, The Turnaround Time (tat) To Release Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week. > Must Provide A Back-up Machine To Serve The Purpose, Aside From Back-up Machine The Supplier Must Shoulder Expenses Incurred For The Sending Out Of Samples To Other Laboratories Due To Machine Breakdown And Unresponsiveness Of Supplier. > Must Provide And Free Of Charge (foc): - All Consumables Needed For The Machine To Function - Daily Cleaning Kits - Controls - Calibrators - Ups, Avr, Printer - Any Parts Or Accessories Of Machine > Quantity Of Reagents Must Be Delivered In A Quarterly Basis Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: > Sample Type: Serum, Plasma Or Urine > Sample Size: 100 Ul Serum, 60 Ml Capillary > Principle: Direct Measurement Ion Selective Electrode (ise) > Automatic Or Un-demand Calibration, Automatic Probe Wiping > Simple And Easy To Use, Result Printed Automatically > Easy To Maintain. All Calibrants Contained In Convenient, Disposable Solution Packs, All Wastes Collected In Solution Pack, Disposable Electrodes Require No Maintenance.> Must Provide And Free Of Charge (foc): - All Consumables Needed For The Machine To Function - Daily Cleaning Kits - Controls - Calibrators - Ups, Avr, Printer - Any Parts Or Accessories Of Machine > Quantity Of Reagents Must Be Delivered In A Quarterly Basis Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: > Sample Type: Serum, Plasma Or Urine > Sample Size: 100 Ul Serum, 60 Ml Capillary > Principle: Direct Measurement Ion Selective Electrode (ise) > Automatic Or Un-demand Calibration, Automatic Probe Wiping > Simple And Easy To Use, Result Printed Automatically > Easy To Maintain. All Calibrants Contained In Convenient, Disposable Solution Packs, All Wastes Collected In Solution Pack, Disposable Electrodes Require No Maintenance. Ise Electrolytes (na+, K+, Cl-) Solution Packs (at Least 500 Tests/pack) 10 Pack 25,000.00 250,000.00 Subtotal 250,000.00 Total Amount 15,142,000.00 Purpose For Clinical Chemistry Section Use.
Closing Date4 Feb 2025
Tender AmountPHP 15.1 Million (USD 258.9 K)

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Is(spmym325q6015). This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 November 12, 2024, And Dfars Change Notice Publication Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: Https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html. the Fsc Code Is (3439) And The Naics Code Is (333992). The Small Business Standard Is (1,250 Employees).this Requirement Is Being Processed Utilizing (100% Small Business Set-aside). evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104. *offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.* the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing: interested Parties Must Fill Out The Required Request For Quote Titled, “25q6015 Rfq Required” In The Attachment Section. item Description Qty U/i 0001 Filler, Weld (covered Electrode) 1200 Lb Spec: T9074-bc-gib-010/0200 Appendix C Per Attachment 0001 0002 Data Requirements 1 Ea A001 Exhibit A, Seq A001 See Exhibit “a” Seq A001: Di-misc-82386 (certificate Of Quality Conform). 0003 Data Requirements 1 Ea A002 Exhibit A, Seq A002 See Exhibit “a” Seq A002: Di-misc-80678 (ccdd) (certificate Of Compliance). note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With their Offer. far Clauses And Provisions 52.204-7, System For Award Maintenance 52.204-9, Personal Identity Verification Of Contractor Personnel 52.204-13, Sam Maintenance 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-24* See Attachment For This Provision 52.204-26* See Attachment For This Provision 52.204-29 Fascsa Representation* See Attachment For This Provision 52.211-14, Notice Of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery Of Excess Quantities 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services 52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services 52.212-4, Contract Terms And Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs 52.232-39, Unenforceability Of Unauthorized Obligations 52.233-2 Service Of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.o.b-destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement: 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law For Breach Of Contract Claim 52.204-27 prohibition On A Bytedance Covered Application 52.204-30 fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition 52.219-6 notice Of Total Small Business Set-aside 52.219-28 post-award Small Business Program Representation 52.222-3 convict Labor 52.222-19 child Labor 52.222-21 prohibition Of Segregated Facilities 52.222-26 equal Opportunity 52.222-36 equal Opportunity For Workers With Disabilities 52.222-50 combating Trafficking In Persons 52.223-11 ozone Depleting Substances 52.223-18 encouraging Contractors To Ban Text Messaging While Driving 52.225-1 buy American-supplies 52.225-13 restriction On Certain Foreign Purchases 52.232-33 payment By Eft-sam 52.232-36 payment By Third Party 52.247-64 preference For Privately Owned Us-flag Commercial Vessels dfars Clauses And Provisions 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials, 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7003. Control Of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training For Contractors. 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.204-7016, * See Attachment For This Provision. 252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services. 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations. 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials. 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048, Export Controlled Items 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7003, Electronic Submission Of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests For Equitable Adjustment 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation Of Supplies By Sea note: Vendor Shall List The Country Of Origin For Each Line Item. dlad Clauses And Provisions (see Attachment For Full Text) 52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution dla Procurement Notes (see Attachment For Full Text) c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023) c04 Unused Former Government Surplus Property (dec 2016) c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017) c20 Vendor Shipment Module (vsm) (aug 2017) e05 Product Verification Testing (jun 2018) g01 Additional Wide Area Workflow (wawf) Information (aug 2017) h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020) l06 Agency Protests (dec 2016) l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations l31 Additive Manufacturing (jun 2018) m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016) local Clauses (see Attachment For Full Text): ym3 A1: Additional Information ym3 C500: Mercury Control (supplies) ym3 C501: Correction Of Certifications ym3 C524: Controlled Industrial Material ym3 C528: Specification Changes ym3 D2: Marking Of Shipments ym3 D4: Preparation For Delivery ym3 D8: Prohibited Packing Materials ym3 E2: Inspection And Acceptance (destination) ym3 E504: Notice Of Constructive Acceptance Period ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard ym3 M8: Single Award For All Item quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam. this Announcement Will Close(1/17/2025 At 3pm). The Point Of Contact For This Solicitation Is (jannell Moriarty) Who Can Be Reached At (jannell.moriarty@dla.mil). All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/. ifnot The Actualmanufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. please Submit Quotations Via Email At (jannell.moriarty@dla.mil). quotes Also To: Dla-kme-quotations@dla.mil all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. *if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf. ******* End Of Combined Synopsis/solicitation ********
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Software and IT Solutions
United States
Details: 1. Synopsis this Is A Sources Sought Announcement In Accordance With Far 15.201 And In Anticipation Of A Potential Future Procurement. This Is Not A Request For Proposal (rfp). No Solicitation Exists At This Time. The Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. the Naval Sea Systems Command (navsea) Is Conducting Market Research To Assess Industry Capability To Support The U.s. Navy In Continued Fielding And Maintenance Of The Total Ship Computing Environment Infrastructure (tscei) And The Zumwalt Combat System (zcs) Total Ship Computing Environment (tsce) Core Software. Tscei Hardware And Tsce Core Software Is The Heart Of Zcs. The Government Is Seeking Responses From Sources With The Facilities And Proficiency Required To Execute Any Of The Capabilities Listed In Enclosure 1. 2. Response Requirements responses Shall Be Limited To A Total Of 10 Pages, 1-inch Margins, Single-sided, 10-point Times New Roman Font Or Larger. Figures/graphs/tables Can Be Included Within The Page Limit With 8-point Font Or Larger Text. Responses Shall Be Submitted In Microsoft Word Or Adobe Acrobat Portable Document Format (pdf) And Reference: N00024-25-r-5507 – Sources Sought Navy Tscei. Each Page Must Be Counted Except For The Following: cover Page company Information size Status interested Parties Shall Submit One White Paper Including The Company Name, Telephone Number, Mailing Address, Duns Number, Cage Code And E-mail Address Of One Point Of Contact. provide Number Of Employees Employed By Company’s Business Unit Considering This Opportunity, And The Geographic Locations. identify Contracts Within The Last Five (5) Years With Similar Scope And Provide Brief Overview Of Company Responsibilities And Magnitude Of Its Role. if A Small Business, Identify Type Of Small Business (e.g. 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned). industry Shall Address Whether They Have A Minimum Secret Level Facility Security Clearance. the White Paper Should Demonstrate The Company's Capabilities And Experience To Design, Build, Integrate, Test, And/or Produce Applicable Combat System Elements And/or Subsystems To Support The Tscei. Failure To Provide A Response Does Not Preclude Participation In Any Possible Future Rfp, If Issued. a.) Introduction — Provide A Brief Company Introduction And Relevant Details Of The Company/organization, Including Any Potential Teaming Approach. Additionally, Interested Parties Shall Identify If Their Company Has The Capability To Be A Prime Contractor Or If It Is Only Interested In Subcontracting Opportunities. b.) Capabilities — Succinctly Address The Contractor’s Ability To Manage The Types And Magnitude Of Tasking, Technical Ability To Perform The Task, And The Capacity To Conduct The Requirements Of The Task. c.) Experience —this Section Should Include Specific Demonstrated Capabilities, Knowledge, And Experience For Each Capability. Identify Any Demonstrated Expertise And Experience That Can Be Directly Applied To The Development And Evaluation Of Navy Combat System Capabilities. Does Your Company Have A Satisfactory Performance Record For The Type Of Work Required? Please Provide Examples Of Relevant And Recent (within Five Years) Past Performance. d.) Place Of Performance — Provide The Expected Place Of Performance. Identify Existing Facilities For Manufacturing, Assembly, And Component, Subsystem, And System Integration, Qualification, Production, And Testing Required To Support Tscei On Zumwalt Class Destroyers. e.) Barriers To Competition — Identify Any Obstacles To Competition As A Prime And/or Subcontractor For The Proposed Scope For This Tscei Effort. In Addition, The Company May Recommend Solutions Or Mitigation Paths For The Navy To Overcome The Obstacles. 3. Disclaimer this Sources Sought Is Issued Solely For Market Research Purposes. It Does Not Constitute A Rfp Or A Promise To Issue An Rfp In The Future. This Sources Sought Does Not Commit The Government To Solicit Offers Or Award A Contract. The Information Provided In This Sources Sought Is Subject To Change And Is Not Binding On The Government. The Government May Request Further Information Regarding Respondents’ Self-assessed Capabilities And May Request A Presentation And/or A Site Visit. Any Such Requests Would Not Signify Preference Nor Solicitation. Respondents Are Advised That All Costs Associated With Responding To This Sources Sought Will Be Solely At The Interested Parties’ Expense, And The U.s. Government Will Not Pay For Any Information Or Costs Incurred Or Associated With Submitting A Response To This Sources Sought. Information Submitted In Response To This Source Sought Will Become The Property Of The United States Government. Submitters Should Properly Mark Their Responses With The Appropriate Restrictive Markings. Information That Is Proprietary Or Competition Sensitive Will Be Protected From Disclosure Under The Public Records Law Only If Properly Labeled As Such.anticipated Place Of Performance Will Be At The Awarded Contractor's Location. 4. Response Due Date And Government Points Of Contact interested Companies Should Provide A Response On Or Before 3:00 Pm Est, 13 Jan 2025. The Submission Should Include One Electronic (virus Scanned) Copy Sent Via E-mail To The Contracting Officer At William.j.jee.civ@us.navy.mil. Please Include The Source Sought Title In The Subject Of The E-mail. all Information Received That Includes Proprietary Markings Will Be Handled In Accordance With Applicable Statutes And Regulations. An Acknowledgement Of Receipt Will Be Provided For All Responses Received. If You Do Not Receive An Acknowledgement Within Two Working Days, Please Notify The Points Of Contact Listed In This Notice. enclosure (1): a.) Several Assumptions And Constraints Of The Total Ship Computing Environment Infrastructure (tscei) And Total Ship Computing Environment (tsce) Systems Should Be Taken Into Account For Any Responses, Including: tscei Which Includes Core Data Processing And Ship-wide Network Infrastructure Will Be Modernized To Support Infrastructure As A Service (iaas). Tscei Integrates The Ship's Combat System, Sensors, Weapons, Command-and-control Ship Control, And Integrated Communications Functions Into A Cohesive And Unified System. primary Mission Of The Ddg 1000 Class Is Surface Strike. a Technical Data Package (tdp) Is Not Available For Either Tscei Hardware Or Tsce Software At This Time. b.) Specific Elements That Interface With Tscei Include, But Are Not Limited To: mk57 Peripheral Vertical Launching System (vls)​ cooperative Engagement Capability (cec)​ identification Friend Or Foe (iff)​ tomahawk Tactical Weapon Control System (ttwcs)​ evolved Sea Sparrow Missile (essm) All Up Round(aur)​ sps-73/surface Search Radar horizon And Surface Search Phased Array Radars standard Missile Aur Family​ tomahawk Aur​ surface Electronic Warfare Improvement Program(sewip) / Slq-32​ integrated Communications Controller (icc)​ inertial Navigation System (ins) / Wsn-7/9​ engineering Control System (ecs)​ conventional Prompt Strike (cps)​ / Large Missile Vertical Launch System (lmvls) zumwalt Operating Environment Trusted Virtualenvironment (zoetve) global Command And Control System-maritime (gccs-m) common Data Link Management System (cdlms) shipboard Gridlock System With Auto Correlation (sgs/ac) navigation Sensor System Interface (navssi)/ Global Positioning System-based Positioning, Navigation And Timing Services (gpnts) moriah Wind System (mws) mk46 Gun Weapon System nixie / Slq-25c/e on-board Trainer (obt) / Navy Continuous Training Environment (ncte) electro-optics Surveillance integrated Broadcast System (ibs) satellite Communication (satcom) c.) The Government Is Seeking Input From Industry To Determine If There Are Sources With The Facilities And Proficiency Required To Execute Any Or All Of The Below Capabilities. Providing A Subset Response To The Below Capabilities Is Acceptable: technical Leadership, Including Integration, Coordination, And System Engineering Across The Program For Successful Integration Of All Combat System, Strategic System, Hm&e Control System, And Command, Control, Communication, Computer, Cyber And Intelligence (c5i) System Elements systems Engineering, Including Model-based Systems Engineering, To Support The Zumwalt Class Destroyer Platform Combat System Design, Development And Testing . Engineering Development Efforts Include: requirements Analysis system Architecture subsystem, Component, And Test Requirements Development design Analysis And Design Integration cybersecurity Engineering network Engineering modeling & Simulation system Integration, Verification And Validation Testing To Support Combat System Certification software Development Within A Devsecops Environment, Including Coding, Testing, Integration, Deployment, And Maintenance Of Software Products. Software Development Efforts Include: compute Hardware And Network Switch Obsolescence Management infrastructure As A Service platform As A Service software As A Service continuous Authority To Operate/certificate-to-ship experience With Goals Questions Indicators Metrics (gqim) Approach To Software Sustainment And Development sustainment / Integrated Logistics Support (ils), Including Lifecycle Support Necessary To Maintain Tscei Hardware. Sustainment / Ils Efforts Include: diminishing Manufacturing Sources And Material Shortages (dmsms) Management, Includes Identifying Obsolescence Issues, Implementing Resolutions, Providing Crew And In-service Engineering Agent (isea) Technical Reach Back On Dmsms Issues ils Product Maintenance, Including Interactive Electronic Technical Manuals (ietms)/tech Manuals, Planned Maintenance System (pms) Maintenance Installation Plan (mip)/maintenance Requirement Cards (mrcs), Fleet Introductory Training (fit), Configuration/provisioning Data, Incorporating Baseline Updates Stemming From Engineering Change Proposals (ecps) Or Feedback Report Changes configuration Management repair Support And Services, Including Support As Interim Depot For Repair/replace Of Failed Depot Level Repairable Assets life Cycle Transition Support reliability, Maintainability And Availability (rma)/failure Reporting Analysis And Corrective Action System (fracas) depot Capability participation In Government Chaired Software And Hardware Sustainment/ Improvement/maintenance Process For Configuration Control Boards (ccbs) And Other Related Meetings Including, But Not Limited To Risk Review Boards, Executive Steering Committees, Technical Interchange Meetings, Integrated Product Team Meetings, And In-process Reviews. capability To Maintain/update Software And Hardware Related Documentation, Specifications, And Operational Training Curriculum. capability To Develop, Deliver, And Maintain Technical Data Packages (tdps). capability To Develop And Maintain Zcs Baseline Configuration Definition Documents (cdds). experience With Software Installation Aboard In-service And Shore Installations. technical Team Support To The Fleet Via The Deployment Of Ship Riders. integrated Activation And Testing, Including Test Plan Development, Test Sequencing, And Support. facilities And Manpower To Manufacture, Integrate, Install, And Support Combat System Equipment On The Zumwalt Class. facilities And Manpower To Support Land-based Integration, Testing, And Certification. d.) These Potential Efforts Do Not Reflect Any Endorsement By The Department Of Defense Nor Do They Reflect Any Policy Considerations That May Apply To Any Given Concept (e.g., Basing Arrangements, Treaty Compliance, Etc.). e.) This Sources Sought And Related Information Will Be Available Only Through The Internet At The Sam.gov Website (https://sam.gov/). The Government Will Not Provide Information In Response To Any Written, Telephone, Or Facsimile Requests. f.) Distribution Of All Future Information About This Sources Sought Will Be Through The Sam.gov Website. Interested Parties Are Responsible For Monitoring The Sam.gov Website To Assure They Have The Most Up-to-date Information On This Notice. Please Visit Said Website And Faqs For Information And Assistance Regarding Any Downloading Or Other Issues.
Closing Date13 Jan 2025
Tender AmountRefer Documents 
8311-8320 of 8416 archived Tenders