Covid 19 Tenders
City Of Bais Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Various Improvement Of Operation Center, City Disaster Risk Reduction Management Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 717-24 Php 1,065,020.00 1 15 Lgth Angle 40mm X 40mm X 5mm Thk X 6.0m Lgth 2 15 Lgth Angle 50mm X 50mm X 5mm Thk X 6.0m Lgth 3 20 Lgth Pipe, Gi, Nps 50mm Ø (2" Ø) X 6.0m Lgth S40 4 8 Lgth Steel Plate, Galvanize, 4' X 8' Gauge 14 5 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M10 X 70mm 6 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 60mm 7 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 20mm 8 50 Pcs Bolt Expansion Screw Shell Anchor Expansion Bolt, M8 X 70mm 9 10 Pcs Grinding Disc For Metal, Depressed Center, Aluminum-oxide, 100 Mm Ø 10 75 Kilo Welding Electrode, 1/8" Ø, E6013 11 8 Can Roofing Sealant, High Grade, 1/2l/can 12 8 Set Marine Epoxy, 1/2l/can 13 4 Roll Galvanized Cyclone Wire Ga8, 5 Feet X 6m (2 Inch Opening) 14 50 Meter Chain Hot Dipped Galvanized, Heavy Duty 8mm 15 10 Pcs Laminated Padlock 40mm/50mm Keyed Pad Lock Security Lock Solid Anti-theft, Made Up Of Multiple Layers Of Laminated Steel 16 20 Pcs Hacksaw Carbon Steel Blade Hd (12") 17 800 Pcs Chb 4" 18 100 Bags Portland Cement 19 30 Cu.m. Fine Aggregate (sand), 4.75mm Ø Max Size 20 150 Lgth Deformed Bar, 10mm Diameter X 6.0m Length 21 20 Kilo Gi Tie Wire, #16 22 200 Pcs Polished Tile, 600mm X 600mm Beige 23 10 Sheet Marine Plywood, 4' X 8', 1/2" Thk 24 10 Sheet Marine Plywood, 4' X 8', 1/4" Thk 25 20 Pair Soft Close Drawer Guide Heavy Duty, 18 Inch 26 6 Pcs Tile Cutter Wheel (dry) 100mm Ø 27 4 Pack Tile Grout (2 Kilo/pack) Beige 28 8 Gallon Paint, Flat Wall Enamel, Alkyd-based 29 10 Can Paint Thinner (3l/can) 30 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white Wash/tulle White) 31 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white) 32 8 Gallon Paint, Single Complonent Zinc Phosphate, Anti-corrosive Metal Primer 33 10 Gallon Paint, Odourless Qde, Water-based (suede/light Tan) 34 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (red) 35 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (orange) 36 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (yellow) 37 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (white) 38 8 Can Acrytex Primer 39 8 Can Acrytex Cast 40 8 Can Acrytex Reducer 41 10 Pcs Paint Brush, 2" 42 10 Pcs Paint Brush, 4" 43 8 Set Paint Roller 7-inch With Pan 44 100 Pcs Sand Paper Waterproof # 120 45 100 Pcs Sand Paper Waterproof # 160 46 75 Box Acoustic Foam Panels Self-adhesive Fireproof Sound Proof Treatment Wall, 300mm X 300mm X 8mm, Polyester Fiber, 0.9 Sound Absorption, (12 Pcs/box) 47 20 Pcs Rubber Cement, (360cc/bottle) 48 15 Pcs All Purpose Silicon Sealant (black) 49 5 Rolls Tw Copper Wire # 10 Awg (5.5 Mm²) 50 3 Rolls Tw Copper Wire # 12 Awg (3.5 Mm²) 51 4 Rolls Tw Copper Wire # 14 Awg (2.0 Mm²) 52 10 Pcs Utility Box, 2" X 4" 53 15 Pcs Junction Box W/ Cover & Screws 54 6 Rolls Flexible Hose Pvc, 1/2" X 100m 55 10 Pcs Circuit Breaker W/ Inclosure, 30a 56 10 Pcs Circuit Breaker W/ Inclosure, 20a 57 15 Pcs Led Exit Signage Emergency Acrylic 3 Watts Clear Aluminum Box, Overcharge Protection, Led Charging Indicaton, Automatic Switch Ni-cd 1.2v Battery And Charger, Pmma (polymethyl Methacrylate) Board 58 20 Pcs Led Parlamp E27, 12w-15w, 180 - 265v, Daylight 59 20 Pcs Led Bulb E27, 12w-15w, 180 - 265v, Daylight 60 10 Rolls Electrical Vinyl Tape, Flame Retardant, Professional Grade, 3/4" X 66' X 0.007", 600v @ 80° C Rating 61 4 Pcs Gate Valve, Brass, 1 1/2" Heavy Duty, 150psi 62 4 Pcs Gate Valve, Brass, 1" Heavy Duty, 150psi 63 40 Pcs. Stainless Heavyduty Flexible Hose, 16" Length (1/2" X 1/2") 64 10 Set Stainless (304) Shower Set; With Shower Head Set, With Hose And Holder And Two Way Faucet 65 20 Set Toilet Flush Set Fittings Dual Button Flush Valve Toilet Inlet Valve Toilet Fittings 66 20 Pcs. Stainless (304) One Way Angle Valve (1/2" X 1/2") 67 20 Pcs. Stainless (304) Two Way Angle Valve (1/2" X 1/2" X 1/2") 68 20 Pcs. Stainless (304) Bidet Toilet Sprayer And Hose 69 20 Pcs. Stainless (304) Urinal Flush Valve 70 10 Pcs. Floor Drain, Anti-clogging, 4" X 4" Stainless (304) 71 20 Lgth Ppr Pipe Pn20, 20mm Ø Nominal X 4.0m 72 10 Pcs. Ppr Elbow Pn20, 20mm Ø 73 6 Pcs. Ppr Elbow Pn20, 25mm Ø 74 10 Pcs. Ppr Coupling Pn20, 20mm Ø 75 20 Pcs. Ppr Coupling Pn20, 25mm Ø 76 20 Pcs Ppr Tee Pn20, 20mm Ø 77 10 Pcs Ppr Tee Pn20, 25mm Ø 78 8 Pcs. Ppr Coupling Reducer Pn20, 25mm X 20mm 79 30 Pcs. Ppr Threaded Female Elbow W/ Brass Pn20, 20mm 80 10 Pcs. Ppr Threaded Female Tee W/ Brass Pn20, 20mm 81 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 20mm 82 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 20mm 83 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 25mm 84 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 25mm 85 15 Pcs. Ppr Threaded Male Union Pn20, 25mm 86 15 Pcs. Ppr Threaded Male Union Pn20, 20mm 87 15 Pcs. Ppr Threaded Female Union Pn20, 25mm 88 15 Pcs. Ppr Threaded Female Union Pn20, 20mm 89 10 Pcs. Ppr Gate Valve Pn20, 25mm 90 10 Pcs. Ppr Gate Valve Pn20, 20mm 91 10 Lgth Sanitary Pipe Pvc, S-1000, 100mmø X 3.0 92 10 Lgth Sanitary Pipe Pvc, S-1000, 50mmø X 3.0 93 4 Pcs Sanitary Tee Pvc, S-1000, 100mmø 94 2 Pcs Sanitary Elbow Pvc, S-1000, 100mmø 95 4 Pcs Sanitary Wye Pvc, S-1000, 100mmø 96 5 Pcs Sanitary Coupling Pvc, S-1000, 100mmø 97 6 Pcs Sanitary Clean-out Pvc, S-1000, 100mmø 98 10 Pcs Sanitary Tee Pvc, S-1000, 50mmø 99 10 Pcs Sanitary Elbow Pvc, S-1000, 50mmø 100 10 Pcs Sanitary Coupling Pvc, S-1000, 50mmø 101 4 Can Pvc Pipe Cement, 400cc 102 20 Pcs Teflon Tape Pipe Thread Seal Tape, 1" X 10m The Approved Budget For The Contract Is To Be Taken From Improvement Of Operation Center (res. No. 485 Series 2024 Ordinance No. 36). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 14, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 1 Million (USD 18.1 K)
Caraga Regional Hospital Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-15 (114) Supply And Delivery Of Various Cartridges And Filtering Materials For Hemodialysis Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 6,166,500.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Six Million One Hundred Sixty Six Thousand Five Hundred Pesos Only ( Php 6,166,500.00 ) As To Payment Under The Contract For Supply And Delivery Of Medicines And Fluids For Hemodialysis Under Single-year Framework Agreement (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Lot Bid. Item No Description Qty Unit Of Measure Unit Cost Total Cost Lot 1 Hemodialysis Supplies 1 Bicarbonate Cartridge 12,000 Pcs 324 ₱3,888,000.00 650gm 36 Months Shelf Compatible For B-bruan Machine Total ₱3,888,000.00 Lot 2 Ro Supplies 2.1 Ro Membrane 4021 10 Pcs 15,000.00 ₱150,000.00 Size (approximate): 4" Dia. X 21"l Flow Rate: 900 Gpd (3.41 M³/d) Applied Pressure: 225 Psig (15.5 Bar) Stabilized Salt Rejection: 99.5% Active Surface Area: 36 Sq. Ft. Single Element Recovery: 8% Exterior: Tape-wrapped Membrane Type: Polyamide Thin-film Composite Maximum Operating Temperature: 113°f (45°c) Maximum Operating Pressure:600 Psig (41 Bar) Maximum Pressure Drop:13 Psig (0.9 Bar) Maximum Feed Flow Rate:14 Gpm (3.2m³/h) Ph Range, Continuous Operation*:2-11 Ph Range, Short-term Cleaning**:1-13 Maximum Feed Silt Density Index:5 Fere Clorine Tolerance***: <0.1ppm 2.2 Ro Membrane 4040 10 Pcs 15,000.00 ₱150,000.00 Size 100*100*1000mm Membrane Type: T.f.c Effctive Membrane Area: 7.2m2 Test Pressure: 15.5bar Capacity 2500gpd Part Number Dry (wet) 356603 / (356602) Feed Spacer Thickness (mil) 28 Active Area – Ft2 (m2) 94 (8.7) Permeate Flow Rate Gpd (m3/d) 2500 (9.5) Min. Salt Rejection (%) 99.1 Stabilized Salt Rejection (%) 99.2 2.3 Uv Lamp 2gpm 10 Pcs 4,000 ₱40,000.00 2gpm Approximate Flow Rate: 453 Liters / Hour. Input / Output: 1/2 “npt Male. Maximum Pressure: 8,61 Bar. Average Life Of Use: 8,000 Hours Or 1 Year. Material: Stainless Steel Aisi-304. Includes Transformer 220-240v 50/60 Hz 0.13a. 2.4 Uv Lamp 12gpm 10 Pcs 6,000 ₱60,000.00 12gmp Dimension 3"x40" Flow Rate (gpm) 12 Electrical 110-130v/50-60 Hz Maximum Operating Pressure 125 Psi Lamp Life 9000 Hrs ( Approx. 1 Year Of Use) Audible Lamp Failure Yes Led "power-on" Indicator Yes 2.5 Industrial Salt 250 Sack 600 ₱150,000.00 Moisture 0.6-1.5 % Purity (nacl) Min. 98.5-99 % Water Insoluble Matter 0.33 % So4 0.23 % Ca 0.06 % Mg 0.11 % Cu 0.01 % K 0.02 % Caso4 0.2 % Mgso4 0.11 % Mgcl2 0.36 % 5-6mm Max. 3 % 3-5mm 20-40 % 1-3mm 20-40 % +0.8mm 10-15 % -0.8mm Max. 3 % Yps Anti-caking Agent 80-100 Ppm Granulation 0-3, 0-5, 3-12, 0-12mm 2.6 Sediment Filter Sl 10” 1 Micron 200 Pcs 264 ₱52,800.00 Material: Food-grade Polypropylene Fibers Size: 10sl Filter Fineness 1mm Length 10" Width: 2.7cm 2.7 Sediment Filter Sl 10” 5.0 Micron 200 Pcs 216 ₱43,200.00 Filter Micron: 10 Material: Polypropylene (pp) Length: 10" (25.4 Cm) Diameter: 2.35" (6 Cm) 2.8 Sediment Filter 5 Micron Bb20 200 Pcs 660 ₱132,000.00 Dia:4.5inch Height: 20inch 2.9 Sediment Filter 1 Micron Sl20 200 Pcs 660 ₱132,000.00 Filter Micron: 1 Material: Polypropylene (pp) Length: 20" Diameter: 2.5 2.10 Sediment Filter 0.2 Micron Sl20 200 Pcs 660 ₱132,000.00 Filter Micron: 0.2 Material: Polypropylene (pp) Length: 20" Diameter: 2.5 2.11 Carbon Block Filter Cartridge Sl20 200 Pcs 1,740.00 ₱348,000.00 Filter Media:100 % Coconut Shell Carbon Dimensions: Standard Type: 28 X 1 Mm Id, 67 X 1.5 Mm Od:20” L 2.12 Water Softener Cartridge Sl20 200 Pcs 1,740.00 ₱348,000.00 Reduced By Ion Exchange Water Hardness Scale Removal Make Hard Water Into Soft Water To Avoid Drinking Hard Water Body With Stones Material: Resin Size: 20” 2.13 Absolute Filter Sl 10 0.2 Micron 200 Pcs 1,620.00 ₱324,000.00 0.2 Micron Absolute Pleated Filter Cartridge To Fit All Sl10 Standard-size Housing (2.5" X 10") Total ₱1,390,000.00 Lot 3 Hemoperf Cartridge 3.1 Hemoperfusion Cartridge Ha 130 30 Pcs 8,950.00 ₱268,500.00 Ha130 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 195+2mm(l)*110+2mm(w)*110.5+2mm(h) 3,2 Hemoperfusion Cartridge Ha 230 5 Pcs 22,000.00 ₱110,000.00 Ha230 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 232+2mm(l)*114+2mm(w)*114+2mm(h) 3.3 Hemoperfusion Cartridge Ha 330 15 Pcs 34,000.00 ₱510,000.00 Ha330 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 285+2mm(l)*117+2mm(w)*108+2mm(h) Total ₱888,500.00 Grand Total ₱6,166,500.00 Terms Of Reference Bidders Must Submit The Following During Post-qualification: 1 Samples If Offered Item Is Not Previously Procured Or If Required By The Procuring Entity 2 Brochures Indicating Specification 3 Terms Of Delivery: 15 Calendar Days Upon Receipt Of Call-off 4 Delivery Schedule: Upon Call Off 5 This Procurement Is Under Framework Agreement -single Year Framework Agreement 6 Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. 7 This Procurement Is Lot Bid – Single Lot And Awarded In One Contract. Bidder Shall Bid All The Items In A Lot. 8 Product Expiration Date Must Be At Least 6 Months To 1 Year From Date Of Delivery 9 Validity Of The Contract / Contract Termination 10 Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: 11 A. When The Total Quantity Specified In The Contract Has Been Exhausted Within A Single Year 12 B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. 13 Repeat Order: 14 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Delivery Order Contract For A Specific Item Where The Estimated Quantity Has Been Exhausted, Or The Expiration Of The Contract. 15 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Aggregate Quantity Of Actual Items Ordered And Delivered. 16 General Conditions 17 All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Must Pertain To Hemodialysis Supplies Or Medical Supplies Or A Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 29, 2024 To January 15. 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 9, 2024 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86588532546?pwd=z6l92bxp5um395pdgzmejhiz1thly9.1 Meeting Id: 865 8853 2546 Passcode: 188233 Deadline Of Submission Of Bids January 15, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 15, 2025 At 2:00 P.m. Via Zoom Platform Join Zoom Meeting Https://us06web.zoom.us/j/82209192664?pwd=ofzrjrf2nipkrnbna9ziqj6xqjea6l.1 Meeting Id: 822 0919 2664 Passcode: 481797 Complete Philippine Bidding Documents Please Click The Link Below: Https://drive.google.com/drive/folders/1pt6urjgywj9uetpvfbbyig7x0stk0sxl?usp=sharing Amount Of Bidding Documents: Lot 1: Php 5,000.00 Lot 2: Php 5, 000.00 Lot 3: Php 1,000.00 This Bidding Document Fee Is Only Applicable If A Bidder Will Only Bid One Lot. However, Bidder Who May Participate All The Lots, Bidding Documents Is Amounting To Php 10,000.00. Payment Of The Bidding Documents Is Non-refundable It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 15, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 15, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee
Closing Date22 Jan 2025
Tender AmountPHP 6.1 Million (USD 105.2 K)
QUISAO INTEGRATED NATIONAL HIGH SCHOOL Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Rfq No.: Rfq-2025-01-001 Request For Quotation The Department Of Education – Quisao Integrated National High School Through Its Bids And Awards Committee, Will Undertake A Small Value Of Procurement For The Item/s Stated Below, In Accordance With Section 52.1(b), Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 Or The Government Procurement Reform Act (gpra): Description Approved Budget For The Contract (abc) Inclusive Of Vat Supply And Delivery To Quisao Integrated Nhs Of Various Ict Office Supplies Php 350,000.00 Delivery Date: 3 Calendar Days Upon Receipt Of Purchase Order Delivery Venue: Quisao Integrated National High School, J. P. Rizal St. Brgy. Quisao, Pililla, Rizal Award Of Contract Shall Be Made To The Bidder With The Lowest Quotation For The Subject Items Which Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein: Documents For Submission (certified True Copy If Not Original): 1. 2. 3. 4. 5. Latest Mayor’s Permit Dti Certificate Bir Registration Certificate Philgeps Registration Number Price Quotation 6. Tax Clearance Quotations/proposals And Documentary Requirements Shall Be Put In Sealed Expandable Brown Envelope And Must Be Delivered/submitted To The Address Below On Or Before January 30, 2025, 9:00 A.m. Late Proposals Shall Not Be Accepted. Opening Of Quotations / Proposals Shall Be On January 30, 2025 10:00 A.m. At Quisao Integrated National High School, J.p. Rizal St., Quisao, Pililla, Rizal. Please Quote Your Lowest Net Price To The Government, Taxes/ Vat Included, Stating The Terms Of Payment And The Shortest Time Of Delivery Of The Items Per Specifications Indicated Above And Furnishing Description, Brochures, Catalog And/or Literature, If Available. In Case You Are The Exclusive Manufacturer/distributor/dealer In The Locality, State So In Your Quotation. Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Note: Please Do Submit Quotation (hard Copy) And Required Documents In A Sealed Envelope To: Contact Person Contact No. Place Of Submission : : : Jennie T. Catacutan Bac Secretariat +63-933-649-5761 Bids And Committee (bac) Office, Quisao Integrated National High School, J. P. Rizal St., Quisao, Pililla, Rizal The Deped Rizal / Quisao Integrated Nhs – Bac Reserved The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Deped Rizal / Quisao Integrated Nhs – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Further Information, Please Refer To: Jennie T. Catacutan Bac Secretariat Quisao Integrated National High School J. P. Rizal St. Quisao, Pililla, Rizal Email Address: 301454@deped.gov.ph Erizza D. Terana Bac Chairperson Quisao Inhs Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Price Quotation Form Date: __________________ Bac Chairperson Department Of Education Quisao Integrated National High School Pilill, Rizal Sir / Madam: Annex A After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Quantity Unit Item Description Unit Cost 200 Ream Bond Paper A4 70gsm 500sheets Ream Bond Paper Letter 70gsm 500sheets Total Contract Cost 170 90 Ream Bond Paper Long 70gsm 500sheets Bottle Ink Black 003 Genuine 100 60 Bottle Ink Cyan 003 Genuine Bottle Ink Magenta 003 Genuine 60 60 Bottle Ink Yellow 003 Genuine Bottle Ink Black 664 Genuine 60 40 Bottle Ink Cyan 664 Genuine Bottle Ink Magenta 664 Genuine 40 40 Bottle Ink Yellow 664 Genuine Piece Sign Pen Fine Tip .3 Black 60 Bottle 60 All Purpose (white) 100g/100 Ml Box 10 Blue Ballpen 12 Pcs Per Box Box 10 Black Ballpen 12pcs Per Box Piece Masking Tape 1"x 30 M 60 70 Piece Transparent Tape 1" X 30m 1 Roll Transparent Plastic Cover Roll 48"x50m 2.6 Gauge 50 Piece Correction Tape 12m 4 Pack Specialty Board 8.5 X 11 180 Gsm 100 Sheets Per Pack Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School 1 Pack Specialty Board Long 180 8.5 X 13, Gsm, 100 Sheets Per Pack 45 Box Box Binder Clips Black 25mm 50 Binder Clips Black 32mm Box 50 Binder Clips Black 50mm Box 50 Fastener Plastic 1 Pack Laminating Film 100 Sheets Per Pack 125 Microns 50 Piece Double Adhesive Tape 1"x30m Piece Legal Size White Folder (ordinary) 250 100 Piece Short White Folder (ordinary) 4 Box Permanent Marker Black 12 Pcs Per Box 2 Box Whiteboard Marker Black 12 Pcs Per Box 1 Box Whiteboard Marker Blue 12pcs Per Box 1 Box Whiteboard Marker Red 12 Pcs Per Box 8 Box Pencil 12 Pcs Per Box 8 Bottle Whiteboard Marker Ink Black 8 Bottle Permanent Marker Ink 1 Piece Illustration Board 1 Whole 2 Pack Mailing Envelope White Long (500pcs Per Pack) 10.5 Cm X 24cm 2 Pack Parchment Paper 10 Pcs Per Pack 8x 11.5 3 Pack Gold Certificate Foil Seal 3 Inches Piece Expandable Brown Envelope Legal Size 100 1 Unit Printer 3 In 1 (print, Photocopy, Scan) Total Amount In Words: __________________________________________________________________ _________________________________________________________________________________ The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes Very Truly Yours, ____________________________ Name / Signature Of Representative ____________________________ Name Of Company ______________________ Contact No./email Address Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Annex B Technical Specifications I Hereby Certify To Comply All The Above Requirements: Quantity Unit Of Measure Item Description 200 Ream Bond Paper A4 70gsm 500sheets 170 Ream Bond Paper Letter 70gsm 500sheets 90 Ream Bond Paper Long 70gsm 500sheets 100 Bottle Ink Black 003 Genuine 60 Bottle Ink Cyan 003 Genuine 60 Bottle Ink Magenta 003 Genuine 60 Bottle Ink Yellow 003 Genuine 60 Bottle Ink Black 664 Genuine 40 Bottle Ink Cyan 664 Genuine 40 Bottle Ink Magenta 664 Genuine 40 Bottle Ink Yellow 664 Genuine 60 Piece Sign Pen Fine Tip .3 Black 60 Bottle All Purpose (white) 100g/100 Ml 10 Box Blue Ballpen 12 Pcs Per Box 10 Box Black Ballpen 12pcs Per Box 60 Piece Masking Tape 1"x 30 M 70 Piece Transparent Tape 1" X 30m 1 Roll Transparent Plastic Cover Roll 48"x50m 2.6 Gauge 50 Piece Correction Tape 12m 4 Pack Specialty Board 8.5 X 11 180 Gsm 100 Sheets Per Pack 1 Pack Specialty Board Long 180 8.5 X 13, Gsm, 100 Sheets Per Pack 45 Box Binder Clips Black 25mm 50 Box Binder Clips Black 32mm 50 Box Binder Clips Black 50mm 50 Box Fastener Plastic 1 Pack Laminating Film 100 Sheets Per Pack 125 Microns 50 Piece Double Adhesive Tape 1"x30m 250 Piece Legal Size White Folder (ordinary) 100 Piece Short White Folder (ordinary) 4 Box Permanent Marker Black 12 Pcs Per Box (refillable Ink) Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School 2 Box Whiteboard Marker Black 12 Pcs Per Box (refillable Ink) 1 Box Whiteboard Marker Blue 12pcs Per Box 1 Box Whiteboard Marker Red 12 Pcs Per Box 8 Box Pencil 12 Pcs Per Box Mongol 8 Bottle Whiteboard Marker Ink Black 8 Bottle Permanent Marker Ink Black 1 Piece Illustration Board 1 Whole 2 Pack Mailing Envelope White Long (500pcs Per Pack) 10.5 Cm X 24cm 2 Pack Parchment Paper 10 Pcs Per Pack 8x 11.5 3 Pack Gold Certificate Foil Seal 3 Inches 100 Piece Expandable Brown Envelope Legal Size 1 Unit Printer 3 In 1 (print, Photocopy, Scan) With Feeder For Photocopy Of Legal Size Paper _______________________________ Name Of Company / Bidder _____________________________________ _________ Signature Over Printed Name Of Representative Date Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Schedule Of Requirements Annex C Bidders Must State Either “comply” Or “not Comply” Or Any Equivalent Term In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Please Do Not Just Place Check In The Bidder’s “statement Of Compliance”. No. Specification Qty 1 Bond Paper A4 70gsm 500sheets 200 3 Working Days Upon Receipt Of Purchase Order Delivered 170 2 Bond Paper Letter 70gsm 500sheets 3 Bond Paper Long 70gsm 500sheets 3 Working Days Upon Receipt Of Purchase Order 90 4 Ink Black 003 Genuine 3 Working Days Upon Receipt Of Purchase Order 100 5 Ink Cyan 003 Genuine 3 Working Days Upon Receipt Of Purchase Order 60 6 Ink Magenta 003 Genuine 3 Working Days Upon Receipt Of Purchase Order 60 7 Ink Yellow 003 Genuine 3 Working Days Upon Receipt Of Purchase Order 60 8 Ink Black 664 Genuine 3 Working Days Upon Receipt Of Purchase Order 60 9 Ink Cyan 664 Genuine 3 Working Days Upon Receipt Of Purchase Order 40 10 Ink Magenta 664 Genuine 3 Working Days Upon Receipt Of Purchase Order 40 11 Ink Yellow 664 Genuine 3 Working Days Upon Receipt Of Purchase Order 40 12 Sign Pen Fine Tip .3 Black 3 Working Days Upon Receipt Of Purchase Order 60 13 All Purpose (white) 100g/100 Ml 3 Working Days Upon Receipt Of Purchase Order 60 14 Blue Ballpen 12 Pcs Per Box 3 Working Days Upon Receipt Of Purchase Order 10 15 Black Ballpen 12pcs Per Box 3 Working Days Upon Receipt Of Purchase Order 10 16 Masking Tape 1"x 30 M 3 Working Days Upon Receipt Of Purchase Order 60 17 Transparent Tape 1" X 30m 3 Working Days Upon Receipt Of Purchase Order 70 3 Working Days Upon Receipt Of Purchase Order 18 Transparent Plastic Cover Roll 48"x50m 2.6 Gauge 1 19 Correction Tape 12m 3 Working Days Upon Receipt Of Purchase Order 50 3 Working Days Upon Receipt Of Purchase Order 20 Specialty Board 8.5 X 11 180 Gsm 100 Sheets Per Pack 4 3 Working Days Upon Receipt Of Purchase Order 21 Specialty Board Long 180 8.5 X 13, Gsm, 100 Sheets Per Pack 1 22 Binder Clips Black 25mm 3 Working Days Upon Receipt Of Purchase Order 45 3 Working Days Upon Receipt Of Purchase Order Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph 23 Binder Clips Black 32mm 50 3 Working Days Upon Receipt Of Purchase Order 24 Binder Clips Black 50mm 50 3 Working Days Upon Receipt Of Purchase Order 25 Fastener Plastic 50 3 Working Days Upon Receipt Of Purchase Order 26 Laminating Film 100 Sheets Per Pack 125 Microns 1 3 Working Days Upon Receipt Of Purchase Order 27 Double Adhesive Tape 1"x30m 50 3 Working Days Upon Receipt Of Purchase Order 28 Legal Size White Folder (ordinary) 250 3 Working Days Upon Receipt Of Purchase Order 29 Short White Folder (ordinary) 100 3 Working Days Upon Receipt Of Purchase Order 30 Permanent Marker Black 12 Pcs Per Box 4 3 Working Days Upon Receipt Of Purchase Order 31 Whiteboard Marker Black 12 Pcs Per Box 2 3 Working Days Upon Receipt Of Purchase Order 32 Whiteboard Marker Blue 12pcs Per Box 1 3 Working Days Upon Receipt Of Purchase Order 33 Whiteboard Marker Red 12 Pcs Per Box 1 3 Working Days Upon Receipt Of Purchase Order 34 Pencil 12 Pcs Per Box Mongol 8 3 Working Days Upon Receipt Of Purchase Order 35 Whiteboard Marker Ink Black Hbw, Refillable 8 3 Working Days Upon Receipt Of Purchase Order 36 Permanent Marker Ink Hbw Refillable 8 3 Working Days Upon Receipt Of Purchase Order 37 Illustration Board 1 Whole 1 3 Working Days Upon Receipt Of Purchase Order 38 Mailing Envelope White Long (500pcs Per Pack) 10.5 Cm X 24cm 2 3 Working Days Upon Receipt Of Purchase Order 39 Parchment Paper 10 Pcs Per Pack 8x 11.5 2 3 Working Days Upon Receipt Of Purchase Order 40 Gold Certificate Foil Seal 3 Inches 3 3 Working Days Upon Receipt Of Purchase Order 41 Expandable Brown Envelope Legal Size 100 3 Working Days Upon Receipt Of Purchase Order 42 Printer 3 In 1 (print, Photocopy, Scan) 1 3 Working Days Upon Receipt Of Purchase Order I Hereby Certify To Comply And Deliver All The Above Requirements: _____________________________ _______________________________ _______________ Name Of Company / Bidder Signature Over Printed Name Of Representative Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Terms And Conditions Annex D 1. Service Provider Shall Provide Correct And Accurate Information Required In This Form. 2. The Service Provider Shall Ensure The Proper Disinfecting Of Goods Before Its Delivery To Quisao Integrated National High School. 3. The Service Provider Shall Observe Safety Protocols Against Covid-19 Especially In Proper Handling Of Goods. 4. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Quotations Provided Herein Shall Remain Unchanged And Shall Be Used From The Evaluation And Calculation Of The Lessor’s Total Quotation To Contract Implementation And Payment. 5. Price Quotation/s To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 6. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 9. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Quisao Inhs - Bac Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10. Payment For The Supplies Shall Be Made Upon Completion Of Each Delivery Schedule. I Hereby Certify To Comply With And Deliver All The Above Requirements: ____________________________ Name Of Company / Bidder _____________________________________________________ Signature Over Printed Name Of Representative Date Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph
Closing Date31 Jan 2025
Tender AmountPHP 350 K (USD 5.9 K)
City Of San Pedro Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Laguna City Of San Pedro City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Pr No. 2025-03-0236 1. The City Government Of San Pedro, Laguna Through The 2025 Budget Approved By The Sangguniang Panlungsod Intends To Apply The Sum Of Php 5,636,780.15 Being The Approved Budget Contract (abc) To Payments Under The Contract Supply And Delivery Of Medicines And Medical Supplies For Official Use Of Gavino Alvarez Lying-in Center (galic) Of City Of San Pedro, Laguna. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of San Pedro, Laguna Now Invites Bids For The Following: Quantity Unit Item Description Medical Supplies Clinical Chemistry- Reagent (mindray) Laboratory Department 5 Pcs Bed Mattress 25 Pcks Detergent Powder 10 Pcs Linens Cloth 10 Pcs Linens Rubberized 10 Pcs Curtain-emergency Room 10 Boxes Ampicillin 250mg 1 Boxes Aspirin 80mg Tablet 1 Boxes Betahistine 16mg Tablet 30 Boxes Budesonide 500mch/sml (neb) 10 Boxes Hyoscine N Butylbromide Amp. (hnbb) 1 Boxes Hyoscine N Butylbromide Tabs 120/box 30 Boxes Cefalexin 500mg Capsule 50 Boxes Cefuroxime 500mg 1 Boxes Cetirizine 10mg Tablet 40 Boxes Clonidine 75mcg Tablet 1 Boxes Clopidogrel 75mg Tablet 10 Boxes Diazepam Ampule 20 Boxes Diphenhydramine 50mg/ml 150 Boxes Epinephrine 30 Tube Erthromycin Ointment 10 Boxes Furosemide Ampule 100 Boxes Gentamicin 40mg/ml 2ml 10 Boxes Hydralazine Amp. 10 Boxes Hydrocortisone Vial 100mg 20 Boxes Hydrocortisone Vial 250mg/100mg 1 Boxes Isosorbide Di-nitrate 5mg Tablet Sublingual Tablet 10 Boxes Ketorolac 30 Boxes Lidocaine Vial 10 Boxes Magnesium Sulfate 250mg/20ml 20 Boxes Mefenamic Acid 500 Mg. 10 Boxes Methochlopramide Amp 4 Boxes Morphine 10mg/ml Ampule 10's 30 Amp Nubain 10mg/ml 100 Boxes Oxytocin 100 Boxes Paracetamol Amps 300mg/2ml 30 Boxes Phytomenadione Vit K Ampule 50 Boxes Omeprazole 40 Mg Vial 10 Boxes Ipatropium Bromide 500mcg/2.5mg/2.5ml 10 Boxes Ranitidine Amp 20 Tube Silver Sulfadiazine Cream 5 Boxes Tramadol 500mg/ml 100 Boxes Tetanus Serum Amp -immapet 85 Boxes Toxoid Amps 3 Box Drug Testing Kit (25's) 4 Box Drug Test Liquid Control 200 Piece Urine Drug Test Bottle (polyethyline) 30 Box Disposable Gloves (glomed) 30 Box Facemask 3ply, 50's 10 Gal Alcohol 70% Isoprophyl 6dl 100 Pack Tissue 5 Box Disinfectant Spray, 510 Grams 5 Box 1 Inch Micropore. 12's 1 Box Clinical Centrifuge 12 Placer W/timer 1 Box Mechanical Pipetor 10-100 Ul 1 Box Mechanical Pipetor 100-100 Ul 10 Tray 4ml Yellow Top Test Tube,100's 10 Tray 2 Ml Lavender Top Test Tube, 100's 5 Tray 3 Ml Red Top Test Tube , 100's 10 Tray 0.5 Ml Micro Tube (edta- Lav. Top), 100's 10 Box 3ml G23 Syringe , 100's 10 Box 5ml G23 Syringe , 100's 15 Box 1ml G23 Syringe, 100's 5 Pack Yellow Tips 1000's 5 Pack Blue Tips 1000's 20 Box Glucose Strips, 50's Strips + 50 Lancets 5 Box Capillets Sealer 10 Piece Tourniquet 5 Box Thin Coverslip, 100's 5 Box Sterile Lancet G21, 200's 1 Box Feather Lancet 10 Box Slide Unground Edges, 72's 30 Btl 4 Parameter- Urine Strip, 100's 5 Box Pregnancy Test 10 Box Applicator Stick , 1000's 5 Box 1 Inch Micropore. 12's 75 Box Medium Gloves, 100's 20 Box Face Mask, 50's 75 Btl Alchohol 70% Isoprophyl 500ml 3 Box Urinal Bag (weebag) 100's 100 Roll Tissue 100 Pack Specimen Bottle, 25pcs 2 Box Hema Stain 1 Btl Wbc Dil. Fluid, 500 Ml 1 Btl 10% Potassium Hydroxide (500ml) 1 Btl Rees And Ecker, 250ml 1 Btl Benedicts Solution (1l) 1 Btl Immersion Oil, 500ml 1 Btl Methanol (1l) 1 Btl Exton's Solution, (500 Ml) 1 Btl Xylene, 1 Lit. 1 Btl Lugol's Iodine (500ml) 2 Vial Anti-d Typing Sera (epiclone) 2 Vial Anti-a Typing Sera (epiclone) 2 Vial Anti-b Typing Sera (epiclone) 5 Box Hepa B- Screening Test Pack 5 Box Vdrl - Screening Test Pack 2 Box Dengue Igg/igm Test 2 Box Dengue Ns1 Ag Test 5 Box Covid-19 Antigen Test Nasopharyngeal 1 Box Typhidot Salmonella Test 6 Btl M-30d Diluent 20l 10 Btl M-20 Cfl Lyse 100ml 5 Btl Probe Cleanser 17ml 12's 5 Kit 3 Part (bc-3d Quality Control) 10 Box Cholesterol 4 Box Glucose 250ml 8 Box Bun/urea 30ml 4 Box Creatinine 250ml 10 Box Uric Acid 30ml 10 Box Triglycerides 30ml 5 Box Sgpt/alt 30ml 5 Box Sgot/ast 30ml 5 Box Direct Hdl - Cholesterol 40ml 4 Box Direct Hdl - Calibrator 3ml 6 Vial Clinical Chem Multi Control (level 1) 5ml 6 Vial Clinical Chem Multi Control (level 2) 5ml 1 Box Na+ Electrode 1 Box K+ Electrode 1 Box Cl- Electrode 1 Box Reference Electrode 1 Box Membrane Assembly 1 Box Internal Filling Solution 3 Kit Easylyte Bi Level Control 3 Box Easylyte Daily Rinse/cleaning Solution 2 Packs Easylye Solution Pack 30 Bot Glucose Dark 75grms (bottle) X-ray Equipment Film 2 Box 14 X 17 2 Box 11 X 14 2 Box 10 X 12 Envelope 5 Box 11 X 14 5 Box 10 X 12 Solution 8 Box Developer 8 Box Fixer 1 Pcs Liquid Waste Container Central Supply Room 2 Box Abbocath Adult Gauge 18 5 Box Abbocath Adult Gauge 20 5 Box Abbocath Adult Gauge 22 5 Box Abbocath Adult Gauge 24 5 Box Abbocath Adult Gauge 26 50 Pcs Alcohol 70% Ethyl Gallon 20 Pcs Povidone Iodine (gal) 50 Rolls Gauze Roll 70 Rolls Cotton Roll 5 Pcs Virusolve Eds+ 70 Pcs Oxygen Mask Adult 70 Pcs Oxygen Mask Pedia 80 Box Clean Gloves 15 Pcs Hydrogen Peroxide Solution 75 Box Face Mask, 50's 20 Box Micropore (1 Inch X 10 Yrds) 300 Packs Maternity Pad 100 Pcs Nasal Cannula Adult 10 Box Cord Clamp 5 Dozen Nylon 2.0 Cutting 5 Dozen Nylon 3.0 Cutting 5 Dozen Nylon 4.0 Cutting 10 Box D5 0.3 Sodium Chloride 1l 10 Box D5 0.3 Sodium Chloride 500ml 10 Box 0.9 Sodium Chloride 1l 10 Box 0.9 Sodium Chloride 500ml 10 Box Plain Lr 1l 10 Box D50.3% Nacl 500cc 10 Box D5 Lr 1l 10 Box Pnss 1l 10 Box D5 Imb 1l 10 Box Plain Lr 1l 10 Box D5 Water 1l 5 Piece Autoclave Tape 1 Inch 50meters 40 Pcs Bp Bulb 40 Pcs Bp Cuff (adult) 40 Pcs Bp Cuff (pedia) 40 Pcs Bp Cuff (neonate) 40 Pcs Bp Inflation Bag (neonate) 40 Pcs Bp Inflation Bag (child) 40 Pcs Bp Inflation Bag (adult) 20 Box Sterile Gloves Size 6.5 30 Box Sterile Gloves Size 7 20 Box Sterile Gloves Size 7.5 30 Box Heplock 15 Piece Leukoplast 1inch 85 Pcs Macroset Adult 85 Pcs Microset Pedia 80 Pcs Nebulizer Tube W/ Mask 4 Box Needle G.23 (25's) 1 Box Needle G.25 2 Box Needle G.26 30 Pcs Non-rebreathing Mask 4 Dozen Ethilon 2-0 Cutting 4 Dozen Ethilon 3-0 Cutting 4 Dozen Ethilon 4-0 Cutting 2 Dozen Silk 2-0 Cutting 2 Dozen Silk 3-0 Cutting 2 Dozen Silk 4-0 Cutting 2 Dozen Silk 2-0 Round 2 Dozen Sik 3-0 Round 2 Dozen Silk 4-0 Round 30 Box Sterile Water 50ml 2 Box Surgical Blade 10 5 Box Syringe -insulin 30 Box Syringe 1cc (100 Pcs/box) 30 Box Syringe 3cc (100 Pcs/box) 10 Box Syringe 5cc (100 Pcs/box) 5 Box Syringe 10cc (100 Pcs/box) 50 Box Folley Catheter Fr. 16 50 Box Folley Catheter Fr. 18 20 Pcs Cadaver Bag 10 Pcs Digital Thermometer 10 Pcs Pulse Oximeter Adult 10 Pcs Forehead Thermometer Dental 80 Box Local Anesthesia 100 Box Disposable Gloves 50 Rolls Big Cotton Rolls 100 Box Face Mask 15 Pcs Air Freshener 10 Pcs Heavy Duty Antibac Scrub Sponge 5 Pcs Bleaching Liquid 50 Packs Disposable Cups 50's 350 Pcs Newborn Screening Kit 1 Pcs Newborn Hearing Calibration 2 Pcs Strecher Ekonsulta 15 Box Amlodipine 5 Mg Tablet (as Besilate/camsylate) 15 Box Amlodipine 10 Mg Tablet (as Besilate/camsylate) 15 Box Amoxicillin (as Trihydrate) 500 Mg Capsule 15 Btl Amoxiclllin (as Trihydrate) 100 Mg/ml Granules/powder For Drops (suspension), 15 Ml 15 Btl Amoxicillin (as Trihydrate) 250 Rug/ 5 Ml Granules/powder For Suspension, 60 Ml 15 Box Aspirin 80mg Tablet 15 Box Aspirin 100 Mg Tablet 15 Box Chlorphenamine (chlorpheniramine) (as Maleate) _ 4 Mg Tablet 15 Btl Chlorphenamine (chlorpheniramine) (as Maleate) 2.5 Mg/smlsyrup, 60 Ml 15 Box Ciprofloxacin 500 Mg Tablet (as Hydrochloride) 15 Box Co-amoxiclav (amoxicillin + Potassium Clavulanate) 500 Mg Amoxicillin (as Trihydrate) + 125 Mg Potassium Clavulanate Per Tablet 15 Btl Co-amoxiclav (amoxicillin + Potassium Clavulanate) 400 Mg Amoxicillin (as Trihydrate) + 57 Mg Potassium Clavulanate Per 5 Ml Granules/powder For Suspension, 70 Ml 15 Box Gliclazide 60 Mg Mr Tablet 20 Box Gliclazide 80 Mg Tablet 20 Box Losartan (as Potassium Salt) 50 Mg Tablet 15 Box Losartan (as Potassium Salt) 100 Mg Tablet 15 Box Metformin (as Hydrochloride) 500 Mg Tablet 15 Box Metformin (as Hydrochloride) 500 Mg Tablet Film Coated 15 Box Nitrofurantoin 100 Mg Capsule (asmacrocrystals) 15 Box Oral Rehydration Salts (ors) 20-5 Sachet 15 Box Paracetamol 500 Mg Tablet 15 Btl Paracetamol 100 Mg/ml Drops, 15 Ml (alcohol-free) 15 Btl Paracetamol 120 Mg/5.ml (125 Mg/5 Ml) Syrup/suspension, 60 Ml (alcohol-free) 15 Btl Paracetamol120 Mg/5.ml (125 Mg/5 Ml) Syrup/suspension, 120 Ml (alcohol-free) 20 Btl Paracetamol 250 Mg/ 5 Ml Syrup/suspension. 60 Ml ( Alcohol-free) 15 Btl Paracetamol 250 Mg/ 5 Ml Syrup/suspension. 120 Ml ( Alcohol-free) 15 Pcs Salbutamol (as Sulfate) Metered Dose Inhaler (mdi):.100 Micrograms/dose X 200 Actuations 15 Box Salbutamol (as Sulfate) Breath Actuated Mdi.• 100 Micrograms/dose X 200 Actuations 15 Box Salbutamol (as Sulfate) Resp. Soln.: (for Nebulizatfon) 2111g/ml, 2.5 Ml (unitdose) 15 Pcs Lpratropium + Salbutamol Mdi: 20 Micrograms Ipratropium (as Bromide) + 100 Micrograms Salbutamol X 200 Doses X 10ml Lpratropium + Salbutamol Resp. So In.: (for Nebulizatfon) 500 Micrograms Ipratropium (as Bromide Anhydrous) + 2.5 Mg Salbutamol (as Base) X 2.5 Ml (unit Dose) 15 Box Simvastatin 40mg Tablet Delivery Of The Goods/services Is Required Within Twelve (12) Months (subject For Terms And Conditions) Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Five (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, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Otherwise Known As The “government Procurement Reform Act”. In Addition, Bidding Is Restricted To Filipino Citizen/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 And Regulations Of Which Grant Similar Rights To Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The City Government Of San Pedro, Laguna And Inspect The Bidding At The Address Given Below During 8:30am To 9:30am Only. Office Of The Bac Secretariat 4/f Conference Room, City Administrator’s Office City Hall Bldg., San Pedro, Laguna A Complete Set Of Bidding Document May Be Purchased By Interested Bidders On The Date, Time And Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Php 10,000.00. Issuance Of Eligibility And Bidding Documents: April 4 – April 24, 2025 8:30am To 9:30am Bac Secretariat 4/f Conference Room City Administrator’s Office City Hall Bldg., San Pedro, Laguna 5. Bids Must Be Delivered To The Address Below On Or Before The Specified Date And Time. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Deadline Of Submission Of Eligibility Requirements And Opening Of Bids: April 24, 2025 10:00am Bac Secretariat 4/f Conference Room City Administrator’s Office City Hall Bldg., San Pedro, Laguna Pre-bid Conference: April 14, 2025 Bid Opening Shall Be On The Same Date And Time For Deadline Of Submission Of Eligibility Requirements And Submission Of Bids And Shall Be Conducted At The Office Of Bac Secretariat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Given Above. Late Bids Shall Not Be Accepted. 6. The City Government Of San Pedro, Laguna Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bid. Further, City Government Of San Pedro, Laguna, Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Mr. Merlin B. Paala Office Of The Bac Secretariat Telefax No. 8847.1722 (signed)atty. Henry B. Salazar Chairman City Bids And Awards Committee
Closing Date24 Apr 2025
Tender AmountPHP 5.6 Million (USD 99.4 K)
Provincial Government Of Camarines Sur Tender
Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Sur Bids And Awards Committee Itb No. 035-03-2025 Invitation To Bid The Provincial Government Of Camarines Sur (pgcs) Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors, With Duly Approved License To Bid For The Hereunder Listed Goods: Particulars Abc Supply And Delivery Of Medical Supplies Requesting Office: Pho Source Of Fund: General Fund Amount Of Bidding Documents: P 50,000.00 Solicitation Number: Gds-124-2025 P 173,638,620.00 The Bac Will Issue Bidding Documents To Prospective Bidders At Bac Office, It Building, Capitol Complex Cadlan, Pili, Camarines Sur Upon Payment Of Non-refundable Amount For Bidding Documents At The Provincial Treasurer’s Office. The Complete Schedule Of Activities Are Listed As Follows: Schedule Of Activities Dates 1. Issuance Of Bid Documents March 3 - 24, 2025 2. Pre-bid Conference March 10, 2025; 3:00 P.m. 3. Submission Of Bid Documents, Opening Of Bids & Eligibility Check March 24, 2025; 2:00 P.m. 4. Bid Evaluation March 25 - 26, 2025 5. Post Qualification March 27 - 28, 2025 Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria And Will Conduct Post-qualification Of The Lowest Calculated And Responsive Bid (lcrb). This Bidding Shall Be Governed By Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (irr). The Pgcs Reserves The Right To Reject Any Or All Bids Without Offering Any Reason, To Waive Any Formality Or Technicality, And To Award To Any Bidder Whose Proposal Is Deemed Most Advantageous To The Pgcs. The Pgcs Neither Assumes Any Obligation For Any Loss Whatsoever That Maybe Incurred By The Bidders In The Preparation Of Their Respective Bids, Nor Does The Pgcs Guarantee That An Award Will Be Made. (sgd) Janis Ian B. Regaspi - Cleofe Bac Chairperson 150 Btls 1% Ammonium Oxalate (500 Ml) 250 Pcs 150 High Flux Dialyzer 250 Pcs 150 Low Flux Dialyzer 250 Pcs 180 High Flux Dialyzer 250 Pcs 180 Low Flux Dialyzer 250 Pcs 200 High Flux Dialyzer 250 Pcs 200 Low Flux Dialyzer 300 Roll Absorbent Cotton Roll 28x24 Mesh 100yards 10,000 Pcs Absorbent Cotton Roll 50g 500 Bxs Absorbent Gauze Sponge 40'sx40's 28x24 Mesh "4x4"- 8 Ply 100 Bxs Adhesive Bandages Wash Proof (band Aid) 50's 300 Pck Adult Diaper Large 10's 300 Pck Adult Diaper Medium 50's 20,000 Pc Alcohol 70% 250ml 500 Gal Alcohol 70% Gal 150 Bxs Alcohol Swab 100's 200 Bxs Applicator Stick (cotton Tipped) 6", 100's 500 Pcs Arm Sling Large 500 Pcs Arm Sling Medium 500 Pcs Arm Sling Small 100 Pcs Autoclave Tape 1/2 Inch 30 Pcs Bag Valve Mask Adult 30 Pcs Bag Valve Mask Children 30 Pcs Bag Valve Mask Infant 22 Pcs Bandage Scissor 5 1/2 Satinlees Steel 354x289x97mm 200 Gal Bleaching Solution Multipurpose 3785ml 300 Bxs Blood Cholesterol Strips 10's 300 Bxs Blood Uric Acid Strips 25's 30 Unit Bp Apparatus Pedia (sphygmomanometer) 30 Unit Bp Apparatus With Stethoscope Adult (sphygmomanometer - Desk/wall Type Aneroid) 30 Unit Bp Cuff (reusable) Child 30 Unit Bp Cuff (reusable) Infant 30 Vials Capillary Tube Micro Haematocrit Tubes 100's 150 Bxs Chromic 1/0 Cutgut Absorbable Suture Round Bodied 12's 150 Bxs Chromic 1/0 Suture Curved Cutting 12's 150 Bxs Chromic 2/0 Cutgut Absorbable Suture Round Bodied 12's 150 Bxs Chromic 2/0 Suture Curved Cutting 12's 150 Bxs Chromic 3/0 Absorbable Suture Round Bodied 12's 150 Bxs Chromic 3/0 Suture Curved Cutting 12's 150 Bxs Chromic 4/0 Absorbable Suture Round Bodied 12's 150 Bxs Chromic 4/0 Suture Curved Cutting 12's 300 Bxs Clean Gloves Large 100's 300 Bxs Clean Gloves Medium 100's 300 Bxs Clean Gloves Small 100's 50 Pcs Cold Spray Deep Freeze 150ml 5 Pcs Contra Angle Handpiece Low Speed Taxi Solution And Single Water Spray – Versatile Dental Tool For 2/4 Hole Air With Push Button 500 Pck Cotton Balls 150's 500 Bxs Cover Slip , 100's 22x22 50 Bxs Covid-19 Antigen Rapid Test 25's Cassette 10 Kit Cresent Rapi Stain 500ml/btls (hematology Staining Kit) 15 Set Delivery Set Intruments 500 Bxs Dengue Igg/igm 25's 500 Bxs Dengue Ns1 25's 500 Bxs Dental Anesthesia (lidocaine Hcl+epinephrine) 50's 10 Pcs Dental Mouth Mirror W/ Handle Stainless Steel 300 Bxs Dental Syringe G27 100's 300 Bxs Dental Syringe G30 100's 500 Pcs Dental Topical Anesthesia 10 Pcs Diamond Burs (round Straight, Inverted Cone) 200 Gal Disinfect (metricide/soaking Solution) 100 Btls Disinfectant Spray Aerosol 510g 500 Bxs Disposable Needle G25 100's 20 Set Disposable Defibrillator Pads 114mm X 114mm 100 Pcs Disposable Emesis Bags And Basins 38x17 Cm 1000ml 3,000 Pcs Disposable Infusion Set Pedia (microset - 60 Drops = 1ml) 2000 Bxs Disposable Needle G22 100's 2000 Bxs Disposable Needle G23 100's 2000 Bxs Disposable Needle G27 100's 500 Bxs Disposable Needle G30 100's 2000 Bxs Disposable Syringe W/ Needle 0.5cc (insulin Syringe)100's 200 Bxs Disposable Syringe W/ Needle 10cc 100's 500 Bxs Disposable Syringe W/ Needle 10cc 100's 500 Bxs Disposable Syringe W/ Needle 1cc 100's 500 Bxs Disposable Syringe W/ Needle 3cc 100's 500 Bxs Disposable Syringe W/ Needle 50cc 25's 100 Bxs Disposable Syringe W/ Needle 50cc 25's 500 Bxs Disposable Syringe W/ Needle 5cc 100's 100 Bxs Disposable Umbilical Cord Clamp 100's 500 Pck Disposable Underpads 10's 60 Pck Drug Of Abuse Urine Test Cassette, Met/thc 25's 2,500 Pcs Dvd-r 22 Units Ecg Machine, 12lead Ecg/ekg 100 Tray Edta Tube 3ml, 100's 20 Tray Edta Tubes 0.5ml, 100's 20 Tray Edta Tubes 2ml, 100's 200 Pcs Elastic Bandage 2 Inch 200 Pcs Elastic Bandage 3 Inch 200 Pcs Elastic Bandage 4 Inch 200 Pcs Elastic Bandage 5 Inch 1,000 Pcs Elastic Bandage 6" Roll 200 Pcs Elastic Bandage 8 Inch 200 Bxs Endotracheal Tube 7 10's 200 Bxs Endotracheal Tube Cuffed 6.0 10's 200 Bxs Endotracheal Tube Cuffed 7.0 10's 200 Bxs Endotracheal Tube Cuffed 8.0 10's 200 Bxs Endotracheal Tube Cuffed Fr. 16 10's 200 Bxs Endotracheal Tube Cuffed Fr. 19 10's 200 Bxs Endotracheal Tube Cuffed Fr. 20 10's 200 Bxs Endotracheal Tube Cuffed Fr. 23 10's 200 Bxs Endotracheal Tube Cuffed Fr. 26 10's 200 Bxs Endotracheal Tube Fr. 6 10's 200 Bxs Endotracheal Tube Fr. 8 10's 1,000 Bxs Face Maske-earloop 3-ply, 50's 300 Bxs Folley Ballon Catheter F-14 , 10's 300 Bxs Folley Ballon Catheter F-18 ,10's 300 Bxs Folley Catheter Fr.16 10's 300 Bxs Folley Catheter Fr.18 10's 300 Bxs Folley Catheter Fr.5 10's 100 Rolls Gauze 36x100 Yards 28x24 Mesh 100 Bxs Glass Slide 3x1 Plain China 72's 300 Bxs Glucose Strips, 50's 450 Bxs Hba1c Kit 20's 400 Bxs Hbsag + Hepa B Test Kit 25's 60 Pcs Heat Spray 10 Pcs High Speed Handpiece 50 Gal Hydrogen Peroxide Antiseptic/disinfectant 500 Bxs Insulin Syringe G-29.5 Inch 1ml 100's 1,500 Btls Iopromide Injection Ultravist 300mg/ml, 50ml 1,500 Btls Iopromide Injection Ultravist 370mg/ml, 50ml 200 Bxs Iv Cannula G. 20 100's 200 Bxs Iv Cannula G. 22 100's 200 Bxs Iv Cannula G. 24 100's 200 Bxs Iv Cannula G. 26 100's 200 Bxs Iv Cannula G.18 100's 500 Tubes Ky Lubricating Jelly 100 Rolls Laboratory Sealing Film (parafilm) 100mm X 38m 15 Bxs Laboratory Sealing Wax Plates 10's 600 Bxs Lancet, 100's 200 Btls Lidocaine 10% Solution 50ml Spray 300 Amps Lidocaine 10%, Sol 50 Ml Amp 600 Vials Lidocaine 2% Solution 50ml Vial 10 Pcs Light Cured Machine 500 Btls Lubricating Jelly Tube 200 Btls Methyl Salicylate Camphor + Menthol 100ml 200 Btls Methyl Salicylate Menthol Crystal Eucalyptus Oil, 20ml 100 Bxs Micropore Plaster 2x2 ,6's 100 Bxs Micropore Plaster 5x5, 12's 100 Tray Microtainer Tube 0.5ml Edta 100's 11 Set Minor Set 100 Btls Multi Meter Strip 22 Pcs Nano Hybrid Composie Material Shade A2 22 Pcs Nano Hybrid Composie Material Shade A3 22 Pcs Nano Hybrid Composie Material Shade A3 G 1,000 Pcs Nasal Oxygen Cannula Adult 1,000 Pcs Nasal Oxygen Cannula Newborn 1,000 Pcs Nasal Oxygen Cannula Pedia 250 Bxs Nasogastric Tube Fr14 10's 250 Bxs Nasogastric Tube Fr15 10's 20 Set Nasopharengeal Airway Set 1,000 Pcs Nebulizer Kit Adult 1,000 Pcs Nebulizer Kit Pedia 100 Pcs Nitroglycerine Spray/sublingual/patch 500 Pcs Non-rebreather Mask Adult 500 Pcs Non-rebreather Mask Children 500 Pcs Non-rebreather Mask Infant 100 Btls Normal Saline Solution 0.85% Medic Diagnostic Solution Rdt 50 Kit Occult Blood Set,50's 20 Set Oropharengeal Airway Set Adult 20 Set Oropharengeal Airway Set Infant 500 Pcs Oxygen Cannula Adult 500 Pcs Oxygen Cannula Pedia 500 Pcs Oxygen Face Mask Adult 500 Pcs Oxygen Face Mask Children 500 Pcs Oxygen Face Mask Infant 300 Pcs Pipette Tips 1.0 - 5.0 Ul White Tip 300 Pcs Pipette Tips 1.0 - 5.0 Ul White Tip 300 Pcs Pipette Tips 2.0 - 200 Ul Yellow Tip 300 Pcs Pipette Tips 5.0-1000 Ul 100's Blue Tip 200 Pcs Plaster Of Paris 4 Inches 200 Pcs Plaster Of Paris 6 Inches 300 Pcs Plastic Sharp Container 3l 22 Pcs Polishing Burs 500 Gal Povidone Iodine 10% Solution 1000ml 10,000 Pcs Povidone Iodine 10% Solution 60ml 1,000 Pcs Ppe Isolation Gown 200 Bxs Pregnancy Test Kit 15 Pcs Pulse Oximeter Adult 15 Pcs Pulse Oximeter Pedia 200 Pcs Sample Cups 22 Set Scaler 1, 2, 3 300 Pcs Soluset 150ml 2500 Pc Specimen Container 50 Pck Sterile Burn Sheets 3,000 Pcs Sterile Iv Infusion Set W/ Needle Adult (macroset - 20 Drops = 1ml) 300 Bxs Sterile Latex Gloves 6.0 100's (s) 300 Bxs Sterile Latex Gloves 6.5 100's (m) 300 Bxs Sterile Latex Gloves 7.0 100's (l) 300 Bxs Sterile Latex Gloves 7.5 100's (xl) 100 Pck Sterile Occlusive Dressing 3x8 500 Btls Sterile Water For Injection Vial 100ml 50 Unit Stethoscope Adult 100 Bxs Sti Test (chlamydia/trichomonas/gonorrhea) 300 Bxs Straight Catheter Fr. 14 10's 300 Bxs Straight Catheter Fr. 16 10's 300 Bxs Straight Catheter Fr. 18 10's 300 Bxs Straight Catheter Fr. 5 10's 300 Bxs Straight Catheter Fr. 8 10's 300 Bxs Stylet Fr.10 10's 22 Pcs Surgical Scissor Straigt 5 1/2 200 Bxs Syphilis Test Kit 25's 200 Bxs Tb Igg/igm Rapid Test Kit 200 Roll Thermal Paper Type V (high Glossy Upp 110mm X 18 Meters 30 Unit Thermometer Infrared 30 Unit Thermometer Infrared Forehead Hospex 150 Bx Tissue Paper (pull-ups) 8's 150 Bxs Typing Sera (anti-a) 150 Bxs Typing Sera (anti-b) 150 Bxs Typing Sera (anti-c) 150 Bxs Typing Sera (anti-d) 500 Btls Ultrasound Transmission Gel 100ml 230 Pcs Urine Bag 3,000 Pc Urine Container, 50ml 200 Bxs Urine Strips 10sg 100's 200 Bxs Urine Strips 4sg 50's 200 Bxs Urinialysis Glass Slides 100's 200 Tray Vacuum Blood Collection Tube (red Top) 3ml, 100's 200 Tray Vacuum Blood Collection Tube (red Top) 5ml, 100's 150 Tray Vacuum Blood Collection Tube (violet Top) 5ml 100's 200 Tray Vacuum Blood Collection Tube (yellow Top) 3ml 100's 150 Tray Vacuum Blood Collection Tube (yellow Top) 4ml 100's 100 Pcs Wadding Sheet 4 Inches 100 Pcs Wadding Sheet 6 Inches 100 Pcs Wrap/blanket For Newborn 80 Rolls Xray Film 10x12 Size 80 Rolls Xray Film 11x14 Size 80 Rolls Xray Film 14x17 Size 80 Rolls Xray Film 8x10 Size 80 Pcs Xray Film Envelope 10x12 Size 80 Pcs Xray Film Envelope 11x14 Size 80 Pcs Xray Film Envelope 14x7 Size 80 Pcs Xray Film Envelope 8x10 Size *-*-*-*-*-*-*-*-*-*-*-*-* Date Of Posting: February 28, 2025
Closing Date24 Mar 2025
Tender AmountPHP 173.6 Million (USD 3 Million)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. 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, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below.
network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below:
Draft Performance Work Statement Draft
title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190
purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays.
background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7.
acronyms
als Advanced Life Support
aod Administrative Officers Of The Day
bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport
co Contracting Officer
cor Contracting Officer S Representative
cpr Cardiopulmonary Resuscitation
dol Department Of Labor
emt Emergency Medical Technician
iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan
qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service
scope/requirements
Types Of Ambulance Service
the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State.
and Local Regulations.
occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up.
Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff.
Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract.
emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel
emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed.
if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review.
all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor.
cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request.
investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees.
emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated.
tuberculosis Exposure Control Policy
the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination.
the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period.
Contractor Equipment, Vehicles, And Inspection
ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards.
the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va.
vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions.
the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours.
the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations.
the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In.
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To
the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients.
each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And
for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven.
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance.
the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves.
ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic.
emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government:
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed.
Transportation Request
4.5.1 Vetride Or Va-approved Transportation Software Utilization:
the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract.
department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed:
receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System.
all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission.
the Contractor S Invoice Must Be On The Hcfa 1500 To Include:
contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported.
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended.
Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices.
a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests.
va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization.
the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled.
only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co)
administrative Officer Of The Day (aod)
contracting Officer S Representative (cor)
ordering Officers (oo)
beneficiary Travel Office Staff
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change.
ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders.
non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests.
All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival
name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions
for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response.
the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale.
the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost.
the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable.
the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract.
the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport.
response Times*
orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance.
emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call.
for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance.
for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time.
for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System:
the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order.
pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions.
the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance.
* The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur.
cancellations
for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government.
4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation.
for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government.
Pick-up/drop-off/reporting Procedures
ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel.
when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And
transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician.
when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record.
in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available.
Patient Welfare
the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense.
the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients.
if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From.
Incident Reporting
the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day.
the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request.
Invoicing
each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes.
when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The
nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel.
if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles.
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage.
except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only.
upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name
contract Number
current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.)
payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract.
general Information
this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027
the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following:
va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044
va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs):
sepulveda Ambulatory Care Center
16111 Plummer Street North Hills, Ca 91343
818-891-7711
los Angeles Ambulatory Care Center
351 East Temple Street Los Angeles, Ca 90013
213-253-5000
east Los Angeles Va Clinic
5426 East Olympic Boulevard
commerce, Ca 90022-5113
313-725-7372
san Gabriel Valley Va Clinic
7 West Foot Boulevard, Suite D
arcadia, Ca 91006-2367
626-836-2300
bakersfield Outpatient Clinic
1801 Westwind Drive
bakersfield, Ca 93301
661-632-1800
lancaster Outpatient Clinic
340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941
661-729-8655
san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401
805-543-1233
santa Barbara Outpatient Clinic
4440 Calle Real
santa Barbara, Ca 93110
805-683-1491
Santa Maria Cboc
1550 East Main Street Santa Maria, Ca 93454
oxnard Outpatient Clinic
2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036
mariner Outpatient Clinic
5250 Ralston Street
ventura, Ca 93003-7318
877-251-7295
other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To:
facility
address
va Long Beach Health Care System
5901 E. 7th Street, Long Beach, Ca 90822
va San Diego Health Care System
3350 La Jolla Village Drive, San Diego, Ca 92161
va Greater Los Angeles Health Care System
11301 Wilshire Blvd, Los Angeles, Ca 90073
va Loma Linda Health Care System
11201 Benton St, Loma Linda, Ca 92357
other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va.
arroyo Grande Care Center
1212 Farroll Ace
arroyo Grande, Ca 93420-3718
telephone: 805-489-8137
parkview Julian Healthcare Center
1801 Julian Ave
bakersfield, Ca. 93304
telephone: (661) 831-9150
sierra View Care Center
14318 Ohio St.
baldwin Park, Ca. 91706
telephone: (626) 960-1971
topanga Terrace
22125 Roscoe Blvd
canoga Park, Ca 91304
telephone: (818) 883-7292
community Care Center
2335 S. Mountain Ave.
duarte, Ca. 91010
telephone: (626) 357-3207
clearview Sanitarium And Convalescent
15823 S. Western Ave.
gardena, Ca. 90247
telephone: (310) 538-2323
sunnyside Nursing Center
22617 S. Vermont Ave.
torrance, Ca 90502
telephone: (310) 320-4130
country Manor Healthcare Center
11723 Fenton Ave.
lakeview Terrace, Ca. 91342
telephone: (818) 899-0251
guardian Rehabilitation Hospital
533 S. Fairfax Ave
los Angeles, Ca 90036
telephone: (323) 931-1061
kei-ai Los Angeles Healthcare Center
2221 Lincoln Park Avenue
los Angeles, Ca 90031
telephone: (323) 276-5700
maple Healthcare Center
2626 Maple Drive
los Angeles, Ca 90011
telephone: 213-747-6371
new Vista Post-acute
1516 Sawtelle Blvd.
los Angeles, Ca. 90025
telephone: (310) 477-5501
sunray Healthcare Center
3210 W. Pico Blvd.
los Angeles, Ca. 90019
telephone: (323) 734-2171
university Park Healthcare Center
230 E. Adams Blvd.
los Angeles, Ca 90011
telephone: 213-748-0491
view Heights Convalescent Hospital
12619 S. Avalon
los Angeles, Ca. 90061
telephone: (323) 757-1881
windsor Gardens Convalescent Hospital
915 S. Crenshaw Blvd.
los Angeles, Ca. 90019
telephone: (323) 937-5466
bayside Care Center
1405 Teresa Drive
morro Bay, Ca. 93442
telephone: (805) 772-2237
sherman Village Healthcare Center
12750 Riverside Dr.
north Hollywood, Ca 91607
telephone: (818) 766-6105
valley Village Care Center
13000 Victory Blvd.,
north Hollywood, Ca 91606
telephone: (818) 985-5990
maywood Acres Healthcare
2641 S. C St.,
oxnard, Ca 93033
telephone: (805) 487-7840
shoreline Care Center
5225 South "j" Street
oxnard, Ca 93033
telephone: (805) 488-3696
mission View Healthcare Center
1425 Woodside Drive
san Luis Obispo, Ca 93401
telephone: (805) 543-0210
brentwood Healthcare Center
1321 Franklin Street
santa Monica, Ca. 90404
telephone (310) 828-5596
fireside Healthcare Center
94 7 Third St.
santa Monica, Ca. 90403
telephone: (310) 393-7117
chanel Islands Post-acute
3880 Via Lucero,
santa Barbara Ca 93110
telephone: (805) 687-6651
new Vista Nursing & Rehab Center
8647 Fenwick Ave.
sunland, Ca. 91040
telephone: (818) 352-1421
sylmar Health & Rehab
12220 Foothill Blvd.
sylmar, Ca. 91342
telephone: (818) 834-5082
the Care Center On Hazeltine
6835 Hazeltine Ave.
van Nuys, Ca 91405
telephone: 818-997-1841
coastal View Healthcare Center
4904 Telegraph Road
ventura, Ca. 93003
telephone: (805) 642-4101
veteran S Residence.
local Airports Including:
los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045
john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707
long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808
ontario Airport: Ontario, Ca 91761
hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505
oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030
zip Codes By County Include But Are Not Limited To:
san Barbara County
93013
93014
93067
93101
93102
93103
93105
93106
93107
93108
93109
93110
93111
93116
93117
93254
93427
93429
93434
93436
93437
93438
93440
93441
93454
93455
93456
93457
93458
93460
93463
93464
ventura County
93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390
kern County
93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390
los Angeles County
90001
90002
90003
90004
90005
90006
90007
90008
90009
90010
90011
90012
90013
90014
90015
90016
90017
90018
90019
90020
90021
90022
90023
90024
90025
90026
90027
90028
90029
90030
90031
90032
90033
90034
90035
90036
90037
90038
90039
90040
90041
90042
90043
90044
90045
90046
90047
90048
90049
90050
90051
90052
90053
90054
90055
90056
90057
90058
90059
90060
90061
90062
90063
90064
90065
90066
90067
90068
90069
90070
90071
90072
90073
90074
90075
90076
90077
90078
90079
90080
90081
90082
90083
90084
90086
90087
90088
90089
90090
90091
90093
90094
90095
90096
90099
90189
90201
90202
90209
90210
90211
90212
90213
90220
90221
90222
90223
90224
90230
90231
90232
90233
90239
90240
90241
90242
90245
90247
90248
90249
90250
90251
90254
90255
90260
90261
90262
90263
90264
90265
90266
90267
90270
90272
90274
90275
90277
90278
90280
90290
90291
90292
90293
90294
90295
90296
90301
90302
90303
90304
90305
90306
90307
90308
90309
90310
90311
90312
90401
90402
90403
90404
90405
90406
90407
90408
90409
90410
90411
90501
90502
90503
90504
90505
90506
90507
90508
90509
90510
90601
90602
90603
90604
90605
90606
90607
90608
90609
90610
90701
90702
90703
90704
90706
90707
90710
90711
90712
90713
90714
90715
90716
90717
90723
90731
90732
90733
90734
90744
90745
90746
90747
90748
90749
90755
90801
90802
90803
90804
90805
90806
90807
90808
90809
90810
90813
90814
90815
90822
90831
90832
90833
90834
90835
90840
90842
90844
90845
90846
90847
90848
90853
91001
91003
91006
91007
91008
91009
91010
91011
91012
91016
91017
91020
91021
91023
91024
91025
91030
91031
91040
91041
91042
91043
91046
91101
91102
91103
91104
91105
91106
91107
91108
91109
91110
91114
91115
91116
91117
91118
91121
91123
91124
91125
91126
91129
91182
91184
91185
91188
91189
91199
91201
91202
91203
91204
91205
91206
91207
91208
91209
91210
91214
91221
91222
91224
91225
91226
91301
91302
91303
91304
91305
91306
91307
91308
91309
91310
91311
91313
91316
91319
91320
91321
91322
91324
91325
91326
91327
91328
91329
91330
91331
91333
91334
91335
91337
91340
91341
91342
91343
91344
91345
91346
91350
91351
91352
91353
91354
91355
91356
91357
91361
91362
91364
91365
91367
91371
91372
91376
91380
91381
91382
91383
91384
91385
91386
91387
91388
91390
91392
91393
91394
91395
91396
91401
91402
91403
91404
91405
91406
91407
91408
91409
91410
91411
91412
91413
91416
91423
91426
91436
91470
91482
91495
91496
91497
91499
91501
91502
91503
91504
91505
91506
91507
91508
91510
91521
91522
91523
91526
91601
91602
91603
91604
91605
91606
91607
91608
91609
91610
91611
91612
91614
91615
91616
91617
91618
91702
91706
91714
91715
91716
91722
91723
91724
91731
91732
91733
91734
91740
91741
91744
91745
91746
91747
91748
91749
91750
91754
91755
91756
91759
91765
91766
91767
91768
91769
91770
91771
91772
91773
91775
91776
91778
91780
91788
91789
91790
91791
91792
91793
91801
91802
91803
91804
91841
91896
91899
5.2.8. Contracting Officer Representative
Tbd
Phone:
Email:
5.2.9. Hours Of Operation:
vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays.
5.2.10. Recognized Holidays:
the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Christmas Day
independence Day
note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports.
5.2.11. Identification Of Contractor Employees:
a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported.
b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials.
c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed.
5.2.12. Site Visit:
va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors.
vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los
angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At:
Wp:
Email:
quality Control Plan
Quality Control
the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following:
a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors.
a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service.
a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs.
a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract.
a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7).
a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios.
contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly.
the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The
contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp).
the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor.
the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance.
Minimum Performance Standards
the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract.
the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan.
task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports
covid-19 Or Other Similar Infectious Diseases
contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients.
Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop).
contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees.
contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract.
conformity To Regulations
8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services.
8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy.
wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract.
9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s).
9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D.
evidence Of Coverage
10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract.
worker S Compensation
11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory
limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer.
contractor Personnel Security Requirements
12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va.
position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk.
background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries.
contractor Responsibilities:
The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language.
The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt:
All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/
The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause.
the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines.
12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va.
12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately.
medical Liabilities Insurance
13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services.
annual Vha Training
14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files.
in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files.
in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files.
conformance With Environmental Management Systems
15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract.
all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff.
contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars)
16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies.
16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/
or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative.
16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer.
16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond.
surveillance Checklist
va Greater Los Angeles Healthcare System
contract: Ground Ambulance
date/time Of Inspection:
government Poc Primary:
government Poc Alternate:
organization:
va Greater Los Angeles Healthcare System
location: 11301 Wilshire Blvd, Los Angeles, Ca 90073
ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein.
1
95% Compliance
100% Surveillance Of Each Patient Pick-up.
ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard.
4.4.3
95% Compliance
100%
surveillance
ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period.
4.4.3
95% Compliance
100%
surveillance
ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
4.3.1
100% Compliance
100%
surveillance
ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
4.3.1
100% Compliance
100%
surveillance
ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol.
attachment B
100% Compliance
100%
surveillance
Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. 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. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million).
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date26 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. 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, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below.
network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below:
Draft Performance Work Statement Draft
title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190
purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays.
background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7.
acronyms
als Advanced Life Support
aod Administrative Officers Of The Day
bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport
co Contracting Officer
cor Contracting Officer S Representative
cpr Cardiopulmonary Resuscitation
dol Department Of Labor
emt Emergency Medical Technician
iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan
qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service
scope/requirements
Types Of Ambulance Service
the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State.
and Local Regulations.
occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up.
Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff.
Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract.
emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel
emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed.
if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review.
all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor.
cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request.
investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees.
emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated.
tuberculosis Exposure Control Policy
the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination.
the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period.
Contractor Equipment, Vehicles, And Inspection
ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards.
the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va.
vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions.
the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours.
the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations.
the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In.
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To
the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients.
each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And
for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven.
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance.
the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves.
ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic.
emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government:
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed.
Transportation Request
4.5.1 Vetride Or Va-approved Transportation Software Utilization:
the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract.
department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed:
receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System.
all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission.
the Contractor S Invoice Must Be On The Hcfa 1500 To Include:
contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported.
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended.
Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices.
a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests.
va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization.
the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled.
only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co)
administrative Officer Of The Day (aod)
contracting Officer S Representative (cor)
ordering Officers (oo)
beneficiary Travel Office Staff
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change.
ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders.
non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests.
All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival
name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions
for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response.
the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale.
the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost.
the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable.
the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract.
the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport.
response Times*
orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance.
emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call.
for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance.
for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time.
for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System:
the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order.
pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions.
the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance.
* The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur.
cancellations
for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government.
4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation.
for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government.
Pick-up/drop-off/reporting Procedures
ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel.
when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And
transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician.
when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record.
in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available.
Patient Welfare
the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense.
the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients.
if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From.
Incident Reporting
the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day.
the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request.
Invoicing
each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes.
when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The
nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel.
if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles.
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage.
except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only.
upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name
contract Number
current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.)
payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract.
general Information
this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027
the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following:
va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044
va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs):
sepulveda Ambulatory Care Center
16111 Plummer Street North Hills, Ca 91343
818-891-7711
los Angeles Ambulatory Care Center
351 East Temple Street Los Angeles, Ca 90013
213-253-5000
east Los Angeles Va Clinic
5426 East Olympic Boulevard
commerce, Ca 90022-5113
313-725-7372
san Gabriel Valley Va Clinic
7 West Foot Boulevard, Suite D
arcadia, Ca 91006-2367
626-836-2300
bakersfield Outpatient Clinic
1801 Westwind Drive
bakersfield, Ca 93301
661-632-1800
lancaster Outpatient Clinic
340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941
661-729-8655
san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401
805-543-1233
santa Barbara Outpatient Clinic
4440 Calle Real
santa Barbara, Ca 93110
805-683-1491
Santa Maria Cboc
1550 East Main Street Santa Maria, Ca 93454
oxnard Outpatient Clinic
2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036
mariner Outpatient Clinic
5250 Ralston Street
ventura, Ca 93003-7318
877-251-7295
other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To:
facility
address
va Long Beach Health Care System
5901 E. 7th Street, Long Beach, Ca 90822
va San Diego Health Care System
3350 La Jolla Village Drive, San Diego, Ca 92161
va Greater Los Angeles Health Care System
11301 Wilshire Blvd, Los Angeles, Ca 90073
va Loma Linda Health Care System
11201 Benton St, Loma Linda, Ca 92357
other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va.
arroyo Grande Care Center
1212 Farroll Ace
arroyo Grande, Ca 93420-3718
telephone: 805-489-8137
parkview Julian Healthcare Center
1801 Julian Ave
bakersfield, Ca. 93304
telephone: (661) 831-9150
sierra View Care Center
14318 Ohio St.
baldwin Park, Ca. 91706
telephone: (626) 960-1971
topanga Terrace
22125 Roscoe Blvd
canoga Park, Ca 91304
telephone: (818) 883-7292
community Care Center
2335 S. Mountain Ave.
duarte, Ca. 91010
telephone: (626) 357-3207
clearview Sanitarium And Convalescent
15823 S. Western Ave.
gardena, Ca. 90247
telephone: (310) 538-2323
sunnyside Nursing Center
22617 S. Vermont Ave.
torrance, Ca 90502
telephone: (310) 320-4130
country Manor Healthcare Center
11723 Fenton Ave.
lakeview Terrace, Ca. 91342
telephone: (818) 899-0251
guardian Rehabilitation Hospital
533 S. Fairfax Ave
los Angeles, Ca 90036
telephone: (323) 931-1061
kei-ai Los Angeles Healthcare Center
2221 Lincoln Park Avenue
los Angeles, Ca 90031
telephone: (323) 276-5700
maple Healthcare Center
2626 Maple Drive
los Angeles, Ca 90011
telephone: 213-747-6371
new Vista Post-acute
1516 Sawtelle Blvd.
los Angeles, Ca. 90025
telephone: (310) 477-5501
sunray Healthcare Center
3210 W. Pico Blvd.
los Angeles, Ca. 90019
telephone: (323) 734-2171
university Park Healthcare Center
230 E. Adams Blvd.
los Angeles, Ca 90011
telephone: 213-748-0491
view Heights Convalescent Hospital
12619 S. Avalon
los Angeles, Ca. 90061
telephone: (323) 757-1881
windsor Gardens Convalescent Hospital
915 S. Crenshaw Blvd.
los Angeles, Ca. 90019
telephone: (323) 937-5466
bayside Care Center
1405 Teresa Drive
morro Bay, Ca. 93442
telephone: (805) 772-2237
sherman Village Healthcare Center
12750 Riverside Dr.
north Hollywood, Ca 91607
telephone: (818) 766-6105
valley Village Care Center
13000 Victory Blvd.,
north Hollywood, Ca 91606
telephone: (818) 985-5990
maywood Acres Healthcare
2641 S. C St.,
oxnard, Ca 93033
telephone: (805) 487-7840
shoreline Care Center
5225 South "j" Street
oxnard, Ca 93033
telephone: (805) 488-3696
mission View Healthcare Center
1425 Woodside Drive
san Luis Obispo, Ca 93401
telephone: (805) 543-0210
brentwood Healthcare Center
1321 Franklin Street
santa Monica, Ca. 90404
telephone (310) 828-5596
fireside Healthcare Center
94 7 Third St.
santa Monica, Ca. 90403
telephone: (310) 393-7117
chanel Islands Post-acute
3880 Via Lucero,
santa Barbara Ca 93110
telephone: (805) 687-6651
new Vista Nursing & Rehab Center
8647 Fenwick Ave.
sunland, Ca. 91040
telephone: (818) 352-1421
sylmar Health & Rehab
12220 Foothill Blvd.
sylmar, Ca. 91342
telephone: (818) 834-5082
the Care Center On Hazeltine
6835 Hazeltine Ave.
van Nuys, Ca 91405
telephone: 818-997-1841
coastal View Healthcare Center
4904 Telegraph Road
ventura, Ca. 93003
telephone: (805) 642-4101
veteran S Residence.
local Airports Including:
los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045
john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707
long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808
ontario Airport: Ontario, Ca 91761
hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505
oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030
zip Codes By County Include But Are Not Limited To:
san Barbara County
93013
93014
93067
93101
93102
93103
93105
93106
93107
93108
93109
93110
93111
93116
93117
93254
93427
93429
93434
93436
93437
93438
93440
93441
93454
93455
93456
93457
93458
93460
93463
93464
ventura County
93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390
kern County
93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390
los Angeles County
90001
90002
90003
90004
90005
90006
90007
90008
90009
90010
90011
90012
90013
90014
90015
90016
90017
90018
90019
90020
90021
90022
90023
90024
90025
90026
90027
90028
90029
90030
90031
90032
90033
90034
90035
90036
90037
90038
90039
90040
90041
90042
90043
90044
90045
90046
90047
90048
90049
90050
90051
90052
90053
90054
90055
90056
90057
90058
90059
90060
90061
90062
90063
90064
90065
90066
90067
90068
90069
90070
90071
90072
90073
90074
90075
90076
90077
90078
90079
90080
90081
90082
90083
90084
90086
90087
90088
90089
90090
90091
90093
90094
90095
90096
90099
90189
90201
90202
90209
90210
90211
90212
90213
90220
90221
90222
90223
90224
90230
90231
90232
90233
90239
90240
90241
90242
90245
90247
90248
90249
90250
90251
90254
90255
90260
90261
90262
90263
90264
90265
90266
90267
90270
90272
90274
90275
90277
90278
90280
90290
90291
90292
90293
90294
90295
90296
90301
90302
90303
90304
90305
90306
90307
90308
90309
90310
90311
90312
90401
90402
90403
90404
90405
90406
90407
90408
90409
90410
90411
90501
90502
90503
90504
90505
90506
90507
90508
90509
90510
90601
90602
90603
90604
90605
90606
90607
90608
90609
90610
90701
90702
90703
90704
90706
90707
90710
90711
90712
90713
90714
90715
90716
90717
90723
90731
90732
90733
90734
90744
90745
90746
90747
90748
90749
90755
90801
90802
90803
90804
90805
90806
90807
90808
90809
90810
90813
90814
90815
90822
90831
90832
90833
90834
90835
90840
90842
90844
90845
90846
90847
90848
90853
91001
91003
91006
91007
91008
91009
91010
91011
91012
91016
91017
91020
91021
91023
91024
91025
91030
91031
91040
91041
91042
91043
91046
91101
91102
91103
91104
91105
91106
91107
91108
91109
91110
91114
91115
91116
91117
91118
91121
91123
91124
91125
91126
91129
91182
91184
91185
91188
91189
91199
91201
91202
91203
91204
91205
91206
91207
91208
91209
91210
91214
91221
91222
91224
91225
91226
91301
91302
91303
91304
91305
91306
91307
91308
91309
91310
91311
91313
91316
91319
91320
91321
91322
91324
91325
91326
91327
91328
91329
91330
91331
91333
91334
91335
91337
91340
91341
91342
91343
91344
91345
91346
91350
91351
91352
91353
91354
91355
91356
91357
91361
91362
91364
91365
91367
91371
91372
91376
91380
91381
91382
91383
91384
91385
91386
91387
91388
91390
91392
91393
91394
91395
91396
91401
91402
91403
91404
91405
91406
91407
91408
91409
91410
91411
91412
91413
91416
91423
91426
91436
91470
91482
91495
91496
91497
91499
91501
91502
91503
91504
91505
91506
91507
91508
91510
91521
91522
91523
91526
91601
91602
91603
91604
91605
91606
91607
91608
91609
91610
91611
91612
91614
91615
91616
91617
91618
91702
91706
91714
91715
91716
91722
91723
91724
91731
91732
91733
91734
91740
91741
91744
91745
91746
91747
91748
91749
91750
91754
91755
91756
91759
91765
91766
91767
91768
91769
91770
91771
91772
91773
91775
91776
91778
91780
91788
91789
91790
91791
91792
91793
91801
91802
91803
91804
91841
91896
91899
5.2.8. Contracting Officer Representative
Tbd
Phone:
Email:
5.2.9. Hours Of Operation:
vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays.
5.2.10. Recognized Holidays:
the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Christmas Day
independence Day
note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports.
5.2.11. Identification Of Contractor Employees:
a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported.
b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials.
c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed.
5.2.12. Site Visit:
va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors.
vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los
angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At:
Wp:
Email:
quality Control Plan
Quality Control
the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following:
a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors.
a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service.
a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs.
a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract.
a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7).
a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios.
contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly.
the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The
contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp).
the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor.
the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance.
Minimum Performance Standards
the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract.
the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan.
task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports
covid-19 Or Other Similar Infectious Diseases
contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients.
Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop).
contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees.
contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract.
conformity To Regulations
8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services.
8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy.
wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract.
9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s).
9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D.
evidence Of Coverage
10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract.
worker S Compensation
11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory
limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer.
contractor Personnel Security Requirements
12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va.
position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk.
background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries.
contractor Responsibilities:
The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language.
The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt:
All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/
The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause.
the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines.
12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va.
12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately.
medical Liabilities Insurance
13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services.
annual Vha Training
14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files.
in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files.
in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files.
conformance With Environmental Management Systems
15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract.
all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff.
contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars)
16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies.
16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/
or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative.
16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer.
16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond.
surveillance Checklist
va Greater Los Angeles Healthcare System
contract: Ground Ambulance
date/time Of Inspection:
government Poc Primary:
government Poc Alternate:
organization:
va Greater Los Angeles Healthcare System
location: 11301 Wilshire Blvd, Los Angeles, Ca 90073
ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein.
1
95% Compliance
100% Surveillance Of Each Patient Pick-up.
ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard.
4.4.3
95% Compliance
100%
surveillance
ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period.
4.4.3
95% Compliance
100%
surveillance
ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
4.3.1
100% Compliance
100%
surveillance
ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
4.3.1
100% Compliance
100%
surveillance
ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol.
attachment B
100% Compliance
100%
surveillance
Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. 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. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million).
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date26 Feb 2025
Tender AmountRefer Documents
AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender
Others
United States
Details: **this Solicitation Has Been Updated To Reflect Overseas Comparability Pay, As Updated In Aapd 25-02. All Other Information Remains The Same. **
solicitation Number: 7200aa25r00013
issuance Date: December 5, 2024
closing Date And Time: January 6, 2025, 1:00 Pm Eastern Standard Time (est)
subject: Solicitation For U.s. Personal Service Contractor (uspsc)
dear Prospective Offerors:
the United States Government (usg), Represented By The U.s. Agency For International
development (usaid), Is Seeking Offers From Qualified U.s. Citizens To Provide Personal
services As Deputy Country Representative – Senegal (fs-03) Under A Personal Services Contract,
as Described In The Attached Solicitation.
offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time
specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of
all Offer Materials For Their Records.
usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All
individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The
solicitation.
offerors Interested In Applying For This Position Must Submit The Following Materials:
1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include:
(a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours
worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas
field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates
(month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting
the Solicitation Requirements.
(b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work.
(c) Names And Contact Information (phone And Email) Of Your Current And/or Previous
supervisor(s).
(d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related
skills, Or Job-related Honors, Awards Or Accomplishments.
(e) U.s. Citizenship.
note: Your Resume Should Contain Explicit Information To Make A Valid Determination That
you Fully Meet The Experience Requirements As Stated In This Solicitation. This Information
1 | Page
should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To
determine Your Qualifications For The Position Will Result In Loss Of Full Consideration.
2. Uspsc Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors
are Required To Complete And Sign The Form. We Are Currently Accepting Electronic And
typed Signatures On The Aid 309-2 Form.
additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be
considered. Your Complete Resume And The Aid 309-2 Form Must Be Emailed To
otijobs@usaid.gov
offerors Can Expect To Receive A Confirmation Email When Offer Materials Have Been Received.
offerors Should Retain For Their Records Copies Of All Enclosures Which Accompany Their Offers.
this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit
usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer.
offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance. Any Questions
on This Solicitation May Be Directed To:
oti Recruitment Team
e-mail Address: Otijobs@usaid.gov
website: Www.otijobs.net
sincerely,
maria Del Carmen Grizzard
contracting Officer
m/oaa/cps
2 | Page
7200aa25r00013
attachment I
i. General Information
1. Solicitation No.: 7200aa25r00013
2. Issuance Date: December 5, 2024
3. Closing Date And Time For Receipt Of Offers: January 6, 2025, 1:00 Pm
eastern Time
4. Point Of Contact: Oti Recruitment Team, Email At Otijobs@usaid.gov.
5. Position Title: Deputy Country Representative
6. Market Value: This Position Has Been Designated At The Fs-03 Equivalent Level,
overseas Non-locality Pay ($98,697 - $144,940). Final Compensation Will Be Negotiated Within
the Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History,
salary And Educational Background. Salaries Over And Above The Pay Range Will Not Be
entertained Or Negotiated.
please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency
onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of
record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel
to The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must
have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile
dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process
will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50
miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal
expense.
7. Period Of Performance: One Year, With Four One-year Option Periods.
start Date: Within 45 Days Of Receiving Notification That Required Security And Medical
clearances Have Been Obtained.
8. Place Of Performance: Senegal
overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location
within The Country Of Performance, In Accordance With Mission Policy. Telework Or
remote Work From Outside The Country Of Performance May Only Be Authorized In Certain
situations In Accordance With The Terms And Conditions Of The Contract.
3 | Page
9. Eligible Offerors: United States Citizens
10. Security Level Required: Secret
11. Statement Of Duties
position Description
background
usaid’s Office Of Transition Initiatives (oti) Is Seeking Highly Motivated, Highly Qualified
individuals Who Want The Opportunity To Help Support Rapid International Transition Programs For
priority Conflict-prone Countries. Created In 1994 As A Distinct Operating Unit Within Usaid, Oti
helps Local Partners Advance Peace And Democracy In Politically-transitioning Countries. In
support Of U.s. Foreign Policy, Oti Seizes Emerging Windows Of Opportunity In The Political
landscape To Promote Stability, Peace, And Democracy By Catalyzing Local Initiatives Through
adaptive And Agile Programming.
countries Experiencing A Significant Political Transition In The Midst Of A Disaster Or Emerging
from Civil Conflict Have Unique Needs That Cannot Be Fully Addressed By Traditional Disaster Relief.
timely And Effective Assistance To Promote And Consolidate Peaceful, Democratic Advances Can
make The Difference Between A Successful Or A Failed Transition. Oti Assists In Securing Peace By
aiding Indigenous, Mostly Non-governmental, Civil Society And Media Organizations. Oti Uses
such Mechanisms As Support For Re-integration Of Ex-combatants Into Civilian Society;
development Of Initiatives To Promote National Reconciliation; Identification Of Quick-impact
community Self-help Projects To Meet Urgent Economic Needs; And Aid To Independent Media
outlets And Community-based Organizations To Help Promote Informed Debate And Broaden Public
participation.
to Respond Quickly And Effectively And Meet Its Program Objectives And Mandate Oti Retains A
group Of High Level Professionals And Experts Under U.s. Personal Services Contracts (uspscs).
these Knowledgeable And Skilled Professionals Make Up The Vast Majority Of The Oti Work Force
and Are At Its Forefront Implementing And Achieving The Office’s Programmatic Goals And
objectives.there Are Several Benefits That Uspscs May Participate In, Such As Partial
reimbursement For Health And Life Insurance Costs, As Well As Full Coverage Of Workers’
compensation, Among Other Benefits. For More Complete Information On Uspsc Benefits, Please
see Section Vi Of This Solicitation.
oti’s Core Values:
agility
4 | Page
oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And
strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates
timely Positive Change.
political
oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We
acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power
dynamics And Harness Them For Transformation.
accountability
oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of
responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance
with Our Implementing Partners, And The Taxpayer.
curiosity
oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder
about People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid
uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches.
diversity & Inclusion
oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective
responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The
diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect.
courage
oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With
intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle
difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change.
oti’s Deia Vision Statement: Oti Is A Collaborative Environment That Represents The Global
community At All Levels Of Our Organization. Uniting Diverse Backgrounds And Experiences, We
value Individual Expertise To Advance Peace And Democracy Around The World.
values And Associated Behaviors That Will Enable This Vision Are:
trust
● Model Open Communication, Active Listening And Candor.
● Believe Others When They Share Their Experiences.
5 | Page
respect
● A Respectful Attitude Should Be Shown To Everyone.
● Allow For Others To Express Complete Opinion/thoughts Without Interruption, While
recognizing That There Are Other Perspectives And Lived Experiences.
belonging (accessibility)
● Serve As An Ally To Those Who Feel Excluded (professionally, Socially, Personally, Etc.).
● Promote Togetherness And Acceptance Through Equitable Behavior.
empathy
● Listen To Understand, Create Space To Be Real/feel.
● Remind Yourself To Be Conscious Of How Others May Feel Or Receive Your Words
self-awareness/accountability
● Supervisors Hold Their Peers To Account On Their Expectations And Behaviors.
● Seek Regular, Constructive Feedback To Understand How Your Words And Actions Affect And
influence Others, And How They Are Being Perceived And Interpreted.
● Acknowledge Unconscious Bias And Be Willing To Learn And Change Behavior When
confronted/corrected.
for More Information About Oti And Its Country Programs Please See:
https://www.usaid.gov/stabilization-and-transitions
introduction
the Oti Deputy Country Representative – Senegal Is A Member Of The Cps/oti West And
central Africa (wca) Regional Team, And Reports To The Oti Country Representative In
senegal. The Deputy Country Representative’s Principal Responsibility Will Be Development,
oversight And Management Of Usaid/oti's Senegal Country Program. The Incumbent Will Be
called On To Support The Oti Country Representative With Managing An Implementing Partner
and May Be Called Upon To Represent Oti’s Program To Local Partners, Senior-level U.s.
government Officials, In-country Visitors, Senior Officials From Other International Organizations,
bilateral Donors And Local Government Officials.
core Functional Areas Of Responsibility
duties And Responsibilities
the Work Of The Deputy Country Representative Requires Teamwork, The Exercise Of Discretion,
judgment, And Personal Responsibility. As A Member Of A Highly Operational Office, You Are
willing And Able To Perform A Wide Range Of Administrative Functions To Help Ensure
programmatic Success. You Have A High Level Of Integrity And Attention To Detail To Ensure The Use
of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds,
programming, And Monitoring And Evaluation. You Are Highly Flexible And Willing To Work Under
6 | Page
conditions Of Ongoing Changes, And Remain Professional And Respectful Of Colleagues And
authority In A Diverse Workforce. You Place A Premium On The Building Of Positive Relationships
with Your Respective Team In Washington, D.c., Colleagues In The Field, And With Key Stakeholders
both In And Outside Of Usaid. You Are Able To Prioritize And Complete Tasks Without Follow-up
by The Supervisor, While Also Filling In Gaps As Needed To Ensure The Responsiveness Of The Team.
you Are A Strategic Thinker, Articulate Innovative Ideas, Present Solutions, And Are A Positive Role
model For Colleagues Both In And Outside Of Oti. You Are Also Committed To Upholding
usaid/oti’s Diversity, Equity, Inclusion, And Accessibility’s (deia) Vision And Values As
outlined In The Background.
under The Direct Supervision Of The Washington-based Cps/oti Country Representative For
senegal Or Their Designee, The Deputy Country Representative Will Perform The Following Duties:
● Represent Oti Interests During Meetings With Usaid Mission Personnel, U.s. Embassy
staff, Host-country Government Officials, International Organizations, Indigenous And
international Non-governmental Organizations (ngos), And International Donors
interested In Cps/oti Activities;
● Provide Guidance On The Identification And Development Of Projects That Meet Oti
funding Criteria, Further Oti Programmatic Objectives, And Complement Other Projects
and Programs Implemented By Other Usaid Offices, U.s. Government Agencies And
donor Organizations;
● Provide Support For The Design And Execution Of Programs That Follow Oti’s Quick Impact
programming Model In Us Embassies Or Usaid Missions. Support To Us Embassies And
usaid Missions May Include Attendance And/or Facilitation Of Program Management
processes For Follow-on Programming, Including Rolling Assessments, Strategy Review
sessions, Program Performance Reviews And Management Reviews;
● Review Proposals And Grant Concepts And Work With Diverse Groups, Many Of Which Have
not Previously Had International Funding;
● Collaborate With The Country Representative In Monitoring The Performance Of Oti
implementing Partners In The Implementation Of Oti-financed Activities Designed To
achieve Strategic Objectives;
● Travel To Monitor And Assess Political Conditions, Implementing Partner Operational
platforms, Meet With Potential Grantees, Host-country Government And Other Program
counterparts, And Develop Activity Ideas;
● Mentor And Train Other Oti And Implementing Partner Field Staff;
● Assume The Lead On Collecting Information And Drafting/editing Regular Reporting
products;
7 | Page
● Assume Higher Representational Responsibilities, Potentially Serving As Acting Oti
country Representative In Their Absence;
● Perform A Wide Range Of Administrative Functions Including Budget Preparation, Financial
management, Records Management, And Travel Assistance To Help Ensure Programmatic
success;
● Coordinate With The Oti Country Representative To Develop An Exit Strategy That Ensures
reasonable Time To Transition From Oti Programs To Follow-on Usaid Or Other Donor
programs;
● Communicate Regularly And Share Program Information With Other Usaid Project
managers, The Us Embassy, Bilateral Donors, Un Organizations, International
organizations, And Indigenous And International Ngos To Ensure Visibility And Synergy Of
usaid/oti Activities;
● Support The Country Representative To Ensure The Use Of Oti Systems And Procedures To
maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And
evaluation;
● Report To The Oti Country Representative And Oti/washington On The Status Of: 1) Grant
development And Implementation, 2) Oti Contractor Performance, 3) Foreign Service
national (fsn) Staff Support Needs And Morale, 4) Communication And Coordination
issues Among Oti Offices With Other U.s. Government Entities, 5) Security Concerns, 6)
relations With Local Partners Including Local, State And National Government
representatives, And 7) Other Pertinent Information Required To Achieve Oti’s Program
objectives;
● Manage And/or Supervise The Fsn Staff, Including Program Officers, Administrative
assistants And Drivers Alongside Of The Country Representative;
● Supervise Staff As Delegated By The Country Representative (e.g. Program Managers,
program Assistants, Administrative Program Assistants, Etc.). Provide Orientation,
training And Mentoring For Usaid Staff Supervised; Assign Work, Explain How Duties Are
to Be Performed To Meet Expectations, And Communicate How The Successful Performance
of Those Duties Will Be Measured; Evaluate Staff Performance; Recognize Good
performance; Communicate Where Performance Needs To Be Improved; Resolve
complaints; And Approve Leave Requests And Timesheets As Well As Training, Travel And
program And Operations Requests;
● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s.
government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6)
months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work,
but May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co)
approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months
8 | Page
requires Co Approval.
supervisory Relationship:
the Deputy Country Representative Will Be Supervised By The Oti Country Representative Or
his/her Designee In Senegal. The Incumbent Is Expected To Take Initiative, Act Independently, And
manage His/her Tasks With Minimal Supervision. Though This Is A Senior Field-based Position, The
incumbent Is Expected To Actively And Proactively Collaborate With Oti/washington Leadership,
and To Fully Utilize, Embrace, And Become An Expert On Oti Systems And Processes. Failure To
adequately Perform The Scope Of Work Above And/or Failure To Take Direction From The Supervisor
may Result In Corrective Actions, Including Denial Of Step Or Grade Increases, Extension Of Contract
probationary Periods, Performance Improvement Plans, And/or Termination For The Convenience Of
usaid/oti.
supervisory Controls:
at The Fs-03 Level, The Incumbent’s Supervisor Sets Overall Objectives. The Incumbent And
supervisor Together Develop Deadlines, Projects, And Work To Be Done. The Incumbent
independently Plans, Designs, And Carries Out Projects, Studies, And Programs. Completed Work Is
reviewed Only From An Overall Standpoint In Terms Of Feasibility, Compatibility With Other Work,
or Effectiveness In Meeting Requirements, Or Expected Results. Technical Problems Are Generally
resolved Without Reference To Supervisors.
12. Physical Demands
while In Senegal, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands.
however, The Position May Require Travel Throughout The Country Of Assignment, Which May
involve Some Additional Physical Exertion, Including Long Periods Of Standing, Walking Over
rough Terrain, Or Carrying Of Moderately Heavy Items (less Than 50 Pounds).
13. Work Environment:
while At Post, The Work Is Generally Performed In An Office Environment. However, The Position
also Requires Travel Throughout The Region, Which May Additionally Involve Special Safety And/or
security Precautions, Wearing Of Protective Equipment, And Exposure To Severe Weather
conditions.
ii. Minimum Qualifications Required For This Position
(determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And
experience Factors Are Considered Not Qualified For The Position. See Detailed Instructions For
demonstrating Education/experience Under “submitting An Offer”)
education/experience Required:
at A Minimum, The Offeror Must Have:
(1) A Master’s Degree With Five (5) Years Of Work Experience;
or
9 | Page
a Bachelor’s Degree With Seven (7) Years Of Work Experience;
or
an Associate’s Degree With Eight (8) Years Of Work Experience;
or
a High School Diploma With Nine (9) Years Of Work Experience;
and
(2) Five (5) Years Of Project Management Experience With A U.s. Government Foreign Affairs
agency, Domestic Or International Assistance Organization, Or Non-governmental
organization In Community Development, Economic Development, Mediation/arbitration,
conflict Resolution, Democracy And Governance, International Law, Political Analysis,
and/or Human Rights Activities;
(3) One (1) Year Of Overseas Field Experience (in Person Or Virtual). A Virtual Temporary Duty
(tdy) Is Defined As Work That Would Have Been Conducted In An Overseas Location If Not
for The Covid Pandemic;
(4) One (1) Year Of Supervisory Experience (including But Not Limited To Mentoring, Training,
and Guiding Staff);
(5) Demonstrated Experience Using French In A Professional Setting Is Required.
iii. Evaluation And Selection Factors
(determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And
experience Factors Are Considered Not Qualified For The Position.
the Government May Award A Contract Without Discussions With Offerors In Accordance With
far 52.215-1. The Co Reserves The Right At Any Point In The Evaluation Process To Establish
a Competitive Range Of Offerors With Whom Negotiations Will Be Conducted Pursuant To
far 15.306(c). In Accordance With Far 52.215-1, If The Co Determines That The Number Of
offers That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient
competition Can Be Conducted, The Co May Limit The Number Of Offerors In The Competitive Range
to The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated
offers. Far Provisions Of This Solicitation Are Available At
https://www.acquisition.gov/browse/index/far.
selection Factors:
(determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Selection
factors Are Considered Not Qualified For The Position.)
● Offeror Is A U.s. Citizen;
10 | Page
● Complete Resume Submitted. See Cover Page For Resume Requirements. Experience That
cannot Be Quantified Will Not Be Counted Towards Meeting The Solicitation Requirements;
● Ability To Obtain A Secret Level Security Clearance (note: Dual Citizens May Be
asked To Renounce Second-country Citizenship);
● Ability To Obtain A Department Of State Medical Clearance;
● Satisfactory Verification Of Academic Credentials.
a Usaid Secret Level Security Clearance And Department Of State Medical Clearance Are Required
prior To Issuance Of The Contract For This Position.
note: If A Full Security Investigation Package Is Not Submitted By The Selected Within 30 Days
after It Is Requested, The Offer May Be Rescinded. If A Security Clearance Is Not Able To Be Obtained
within Four Months After The Selected Submits The Initial Security Clearance Documentation, The
offer May Be Rescinded.
note: The Selected Must Obtain Department Of State Medical Clearance Within Four Months
after Offer Acceptance. If Medical Clearance Is Not Obtained Within This Period, The Offer May Be
rescinded.
due To Anticipated Program Needs, Individuals Should Be Able To Travel To Post Within 60 Days
after A Contract Is Awarded.
offeror Rating System
the Offeror Rating System Factors Are Used To Determine The Competitive Ranking Of Qualified
offerors In Comparison To The Technical Evaluation Criteria. Offerors Must Demonstrate The Rating
factors Outlined Below Within Their Resume, As They Are Evaluated Strictly By The Information
provided.
note: Supplemental Documentation With Written Responses Is Not Required And Will Not Be
reviewed For This Solicitation.
note: Offerors Are Required To Address Each Factor Of The Offeror Rating System In Their Resume,
describing Specifically And Accurately What Experience, Training, Education, And/or Awards They
have Received As It Pertains To Each Factor. Failure To Address The Selection Factors And/or Offeror
rating System Evaluation Factors May Result In Not Receiving Credit For All Pertinent Experience,
education, Training And/or Awards.
the Evaluation Factors Are As Follows:
industry Experience (20 Points):
● Demonstrated Experience In The Design, Management, And Implementation Of
post-conflict, Political Transition, And/or Political Reform Programs.
● Demonstrated Experience Independently Managing Projects In High-visibility And
high-pressure Environments, Including Transitional, Crisis, Or Conflict Zones.
11 | Page
program Operations And Management (30 Points):
● Demonstrated Experience In Contract And Grant Management Of A Non-federal
organization Implementing An Assistance Or Acquisition Activity Under A Federal Contract,
grant, Or Cooperative Agreement.
● Demonstrated Experience Monitoring The Performance Of Implementing Partners.
● Demonstrated Experience Mentoring, Guiding, Training, And Evaluating Staff, Including
local Staff.
representation (20 Points):
● Demonstrated Experience Interacting With And Representing An Organization To U.s.
government Agencies, Host-country Government Counterparts, Civil Society, And Other
stakeholders.
● Demonstrated Experience Building And Managing Relationships With Local Counterparts
including Beneficiaries.
basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements And
selection Factors Will Be Further Evaluated In Accordance With The Offeror Rating System. Those
offerors Determined To Be Competitively Ranked May Also Be Evaluated On Interview Performance
and Satisfactory Professional Reference Checks. In The Event That A Offeror Has Fully Demonstrated
their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forego
the Interview Process.
the Offeror Rating System Is As Follows:
evaluation Factors – 70 Points
interview Performance - 30 Points
satisfactory Professional Reference Checks - Pass/fail (no Points Assigned)
total Possible Points: 100
the Most Qualified Offerors May Be Interviewed, Required To Provide A Writing Sample, And
demonstrate An Ability To Operate Commonly Used Office Applications. Oti Will Not Pay For Any
expenses Associated With The Interviews. In Addition, Offers (written Materials And Interviews)
will Be Evaluated Based On Content As Well As On The Offerors Writing, Presentation, And
communication Skills. In The Event That An Offeror Has Fully Demonstrated Their Qualifications And
there Are No Other Competitive Offerors, Oti Reserves The Right To Forego The Interview Process.
professional References And Academic Credentials Will Be Evaluated For Offerors Being Considered
for Selection. Offerors Must Submit At Least Three (3) Professional References, One (1) Of Which
must Be A Current Or Former Supervisor. Oti Reserves The Right To Contact Previous Employers To
verify Employment History. If The Offeror Had A Previous Position With Usaid, The Tec And/or
co Are Encouraged To Obtain Reference Checks From The Previous Supervisor(s) Or Co(s). See
ads 309.3.1.11.a.4
iv. Submitting An Offer
12 | Page
offers Must Be Received By The Closing Date And Time At The Address Specified In Section I, Item
3, And Submitted To The Point Of Contact In Section I, Item 4.
qualified Offerors Are Required To Submit:
1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include:
(a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours
worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas
field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates
(month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting
the Solicitation Requirements.
(b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work.
(c) Names And Contact Information (phone And Email) Of Your Current And/or Previous
supervisor(s).
(d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related
skills, Or Job-related Honors, Awards Or Accomplishments.
(e) U.s. Citizenship.
your Resume Should Contain Explicit Information To Make A Valid Determination That You
fully Meet The Minimum Qualification Requirements As Stated In This Solicitation. This
information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit
information To Determine Your Qualifications For The Position Will Result In Loss Of Full
consideration.
note: The Offeror Rating System Evaluation Factors Are Worth 70 Out Of 100 Points.
offerors Are Required To Address Each Factor Of The Offeror Rating System In Their Resume,
describing Specifically And Accurately What Experience, Training, Education, And/or Awards
they Have Received As It Pertains To Each Factor. Failure To Address The Selection Factors And/or
offeror Rating System Factors May Result In Not Receiving Credit For All Pertinent Experience,
education, Training And/or Awards.
2. Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are
required To Complete And Sign The Form. The Form Can Be Found At Https://www.usaid.gov/forms.
we Are Currently Accepting Electronic Signatures On The Aid 309-2 Form.
3. Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors - The Offeror
will Be Required To Show Proof That The Offeror Is Fully Vaccinated Against Covid-19 On Or
before The First Date Of Onboarding, Or Submit An Approved Reasonable Accommodation To The Co.
if The Contractor Does Not Meet This Requirement The Contract May Be Terminated.*
*see Notice Regarding Any Court Order Affecting The Implementation Of E.o. 14042 In
section Viii Below.
additional Documents Submitted Will Not Be Accepted.
13 | Page
to Ensure Consideration Of Offers For The Intended Position, Offers Must Prominently Reference The
solicitation Number In The Offer Submission.
offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance.
document Submittals
via Email: Otijobs@usaid.gov
please Note In Your Document Submittal Where You Heard About This Position.
note Regarding Government Obligations For This Solicitation
this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit
usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer.
all Qualified Offerors Will Be Considered Regardless Of Age, Race,
color, Sex, Creed, National Origin, Lawful Political Affiliation,
non-disqualifying Disability, Marital Status, Sexual Orientation,
affiliation With An Employee Organization, Or Other Non-merit
factor.
v. List Of Required Forms Prior To Award
once The Contracting Officer (co) Informs The Successful Offeror About Being Selected For A
contract Award, The Co Will Provide The Successful Offeror Instructions About How To Complete
and Submit The Following Forms. Forms Outlined Below Can Found At Http://www.usaid.gov/forms/
1. Declaration For Federal Employment (of-306).
2. Medical History And Examination Form (ds-1843).
3. Questionnaire For Sensitive Positions (for National Security) (sf-86), Or Questionnaire
for Non-sensitive Positions (sf-85).
4. Finger Print Card (fd-258).
vi. Benefits And Allowances
as A Matter Of Policy, And As Appropriate, A Uspsc Is Normally Authorized The Following
benefits And Allowances:
1. Benefits:
a) Employer's Fica Contribution
b) Contribution Toward Health & Life Insurance
c) Pay Comparability Adjustment
d) Annual Increase (pending A Satisfactory Performance Evaluation)
e) Eligibility For Worker's Compensation
14 | Page
f) Annual And Sick Leave
g) Paid Parental Leave
h) Relocation Expense Benefit
2. Allowances:
section Numbers Refer To Rules From The Department Of State Standardized Regulations
(government Civilians Foreign Areas), Available At
https://aoprals.state.gov/content.asp?content_id=282&menu_id=101
(a) Post Differential Chapter 500 And Tables In Chapter 900.
(b) Living Quarters Allowance Section 130.
(c) Temporary Lodging Allowance Section 120.
(d) Post Allowance Section 220.
(e) Supplemental Post Allowance Section 230.
(f) Payments During Evacuation Section 600.
(g) Education Allowance Section 270.
(h) Separate Maintenance Allowance Section 260.
(i) Danger Pay Allowance Section 650.
(j) Education Travel Section 280.
vii. Taxes
uspscs Are Required To Pay Federal Income Taxes, Fica, Medicare And Applicable State Income
taxes.
viii. Usaid Regulations, Policies And Contract Clauses Pertaining
to Pscs
usaid Regulations And Policies Governing Uspsc Awards Are Available At These Sources:
1. Usaid Acquisition Regulation (aidar), Appendix D, “direct Usaid Contracts
with A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad,” Including
contract Clause “general Provisions,” Available At
https://www.usaid.gov/ads/policy/300/aidar.
2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms.
<choose Applicable Table For Positon Based On Period Of
performance>
one Base Year Table – Deputy Country Representative
item Services (description) Qty Unit Unit Price Amount
15 | Page
no
(a) (b) (c) (d) (e) (f)
0001 Base Year 1 - Compensation
award Type: Cost
product Service Code: R497
accounting Info: [insert From Phoenix]
1 Lot $____ $____
fringe Benefits/other Direct Costs (odcs)
award Type: Cost
product Service Code: R497
accounting Info: [insert From Phoenix]
total Estimated Cost $____
four Option Years Table- Deputy Country Representative
item
no
(a)
services (description)
(b)
qty
(c)
unit
(d)
unit Price
(e)
amount
(f)
100
1
option Period (op) 1 - Compensation
award Type: Cost
product Service Code: R497
accounting Info: [insert From Phoenix]
1 Lot $____ $____
op 1 - Odcs
award Type: Cost
product Service Code: R497
accounting Info: [insert From Phoenix]
200
1
op 2 - Compensation
award Type: Cost
product Service Code: R497
accounting Info: [insert From Phoenix]
1 Lot $____ $____
op 2 - Odcs
award Type: Cost
product Service Code: R497
16 | Page
accounting Info: [insert From Phoenix]
300
1
option Period (op) 3 - Compensation
award Type:cost
product Service Code: R497
accounting Info: [insert From Phoenix]
1 Lot $____ $____
op 3 - Odcs
award Type: Cost
product Service Code: R497
accounting Info: [insert From Phoenix]
400
1
option Period (op) 4 - Compensation
award Type: Cost
product Service Code: R497
accounting Info: [insert From Phoenix]
1 Lot $____ $____
op 4 - Odcs
award Type: Cost
product Service Code: R497
accounting Info: [insert From Phoenix]
total Estimated Cost [base + Options] $____
3. Acquisition And Assistance Policy Directives/contract Information Bulletins
(aapds/cibs) For Personal Services Contracts With Individuals Available At
http://www.usaid.gov/work-usaid/aapds-cibs.
4. Ethical Conduct. By The Acceptance Of A Usaid Personal Services Contract As An
individual, The Contractor Will Be Acknowledging Receipt Of The “standards Of Ethical
conduct For Employees Of The Executive Branch,” Available From The U.s. Office
of Government Ethics, In Accordance With General Provision 2 And 5 Cfr 2635.
see Https://www.oge.gov/web/oge.nsf/oge%20regulations
aapds And Cibs Contain Changes To Usaid Policy And General Provisions In Usaid
regulations And Contracts. Please Refer To Http://www.usaid.gov/work-usaid/aapds-cibs#psc To
determine Which Aapds And Cibs Apply To This Contract.
5. Psc Ombudsman The Psc Ombudsman Serves As A Resource For Any Personal Services
contractor Who Has Entered Into A Contract With The United States Agency For International
development And Is Available To Provide Clarity On Their Specific Contract With The Agency. Please
visit Our Page For Additional Information:
https://www.usaid.gov/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman
17 | Page
the Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov.
6. Far Provisions Incorporated By Reference
52.204-27 Prohibition On The Bytedance Covered
application
(date)
aapd 06-10 – Psc Medical Expense Payment Responsibility
general Provision 28, Medical Expense Payment Responsibility
(october 2006)
(a) Definitions. Terms Used In This General Provision Are Defined In 16 Fam 116 Available At
http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal Services Contractors Are Not
eligible To Participate In The Federal Employees Health Programs.
(b) Medical Evacuation (medevac) Services – Please See Attachment 2 To This
solicitation For Information On Aapd No. 18-02.
(c) When The Contractor Or Eligible Family Member Is Covered By Health Insurance, That Insurance Is
the Primary Payer For Medical Services Provided To That Contractor Or Eligible Family Member(s) Both
in The United States And Abroad. The Primary Insurer’s Liability Is Determined By The Terms,
conditions, Limitations, And Exclusions Of The Insurance Policy. When The Contractor Or Eligible
family Member Is Not Covered By Health Insurance, The Contractor Is The Primary Payer For The Total
amount Of Medical Costs Incurred And The U.s. Government Has No Payment Obligation (see
paragraph (f) Of This Provision).
(d) Usaid Serves As A Secondary Payer For Medical Expenses Of The Contractor And Eligible Family
members Who Are Covered By Health Insurance, Where The Following Conditions Are Met:
(1) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Is Incurred, Caused, Or
materially Aggravated While The Eligible Individual Is Stationed Or Assigned Abroad;
(2) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Required Or Requires
hospitalization And The Expense Is Directly Related To The Treatment Of Such Illness, Injury, Or Medical
condition, Including Obstetrical Care; And
(3) The Office Of Medical Services (m/med) Or A Foreign Service Medical Provider (fsmp)
determines That The Treatment Is Appropriate For, And Directly Related To, The Illness, Injury, Or Medical
condition.
(e) The Mission Director May, On The Advice Of M/med Or An Fsmp At Post, Authorize Medical Travel
for The Contractor Or An Eligible Family Member In Accordance With The General Provision 10, Travel
and Transportation Expenses (july 1993), Section (i) Entitled “emergency And Irregular Travel And
18 | Page
transportation.” In The Event Of A Medical Emergency, When Time Does Not Permit Consultation, The
mission Director May Issue A Travel Authorization Form Or Medical Services Authorization Form
ds-3067, Provided That The Fsmp Or Post Medical Advisor (pma) Is Notified As Soon As Possible
following Such An Issuance. The Contractor Must Promptly File A Claim With His Or Her Medevac
insurance Provider And Repay To Usaid Any Amount The Medevac Insurer Pays For Medical Travel, Up
to The Amount Usaid Paid Under This Section. The Contractor Must Repay Usaid For Medical Costs
paid By The Medevac Insurer In Accordance With Sections (f) And (g) Below. In Order For Medical
travel To Be An Allowable Cost Under General Provision 10, The Contractor Must Provide Usaid
written Evidence That Medevac Insurance Does Not Cover These Medical Travel Costs.
(f) If The Contractor Or Eligible Family Member Is Not Covered By Primary Health Insurance, The
contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred. In The Event Of A
medical Emergency, The Medical And Health Program May Authorize Issuance Of Form Ds-3067,
authorization For Medical Services For Employees And/or Dependents, To Secure Admission To A
hospital Located Abroad For The Uninsured Contractor Or Eligible Family Member. In That Case, The
contractor Will Be Required To Reimburse Usaid In Full For Funds Advanced By Usaid Pursuant To The
issuance Of The Authorization. The Contractor May Reimburse Usaid Directly Or Usaid May Offset
the Cost From The Contractor’s Invoice Payments Under This Contract, Any Other Contract The Individual
has With The U.s. Government, Or Through Any Other Available Debt Collection Mechanism.
(g) When Usaid Pays Medical Expenses (e.g., Pursuant To Form Ds-3067, Authorization For
medical Services For Employees And/or Dependents), Repayment Must Be Made To Usaid Either By
insurance Payment Or Directly By The Contractor, Except For The Amount Of Such Expenses Usaid Is
obligated To Pay Under This Provision. The Contracting Officer Will Determine The Repayment Amount
in Accordance With The Terms Of This Provision And The Policies And Procedures For Employees
contained In 16 Fam 521. When Usaid Pays The Medical Expenses, Including Medical Travel Costs
(see Section (e) Above), Of An Individual (either The Contractor Or An Eligible Family Member) Who Is
covered By Insurance, That Individual Promptly Must Claim His Or Her Benefits Under Any Applicable
insurance Policy Or Policies. As Soon As The Individual Receives The Insurance Payment, The Contractor
must Reimburse Usaid For The Full Amount That Usaid Paid On The Individual’s Behalf Or The
repayment Amount Determined By The Contracting Officer In Accordance With This Paragraph,
whichever Is Less. If An Individual Is Not Covered By Insurance, The Contractor Must Reimburse
usaid For The Entire Amount Of All Medical Expenses And Any Travel Costs The Contractor Receives
from His/her Medevac Provider.
(h) In The Event That The Contractor Or Eligible Family Member Fails To Recover Insurance Payments Or
transfer The Amount Of Such Payments To Usaid Within 90 Days, Usaid Will Take Appropriate Action
to Collect The Payments Due, Unless Such Failure Is For Reasons Beyond The Control Of The
uspsc/dependent.
(i) Before Departing Post Or Terminating The Contract, The Contractor Must Settle All Medical Expense
and Medical Travel Costs. If The Contractor Is Insured, He Or She Must Provide Proof To The Contracting
officer That Those Insurance Claims Have Been Submitted To The Insurance Carrier(s) And Sign A
repayment Agreement To Repay To Usaid Any Amounts Paid By The Insurance Carrier(s).
19 | Page
attachment Ii
title 48 Of The Code Of Federal Regulations (cfr) Chapter 7.
usaid Acquisition Regulation (aidar)
appendix D – Direct Usaid Contracts With A U.s. Citizen Or A U.s.
resident Alien For Personal Services Abroad
gp 25. Medical Evacuation (medevac) Services (dec 2019)
a Contractor Who Is Required To Relocate Abroad And Accompanying Eligible Family Members; Or A
contractor On Official Travel Status Abroad On Temporary Duty Or Training, Will Be Provided Medevac
services Through The Department Of State, Bureau Of Medical Services, Similar To That Provided To
u.s. Government Employees In 16 Fam 300 Medical Travel. Medevac Costs That Will Be Covered By
usaid Include Travel And Per Diem, But Do Not Include Medical Care Costs.
to Be Eligible For Medevac Services Covered By The Department Of State Medevac Program, The
contractor And Accompanying Eligible Family Members Must Obtain And Maintain International Health
insurance Coverage In Accordance With The Clause Of The Contract Entitled, “insurance.”
gp 29. Incentive Awards (dec 2019)
the Contractor Is Eligible To Receive Certain Monetary And Non-monetary Usaid Incentive Awards In
accordance With The Aidar And Usaid Internal Policy.
20 | Page
Closing Date6 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: This Request For Information (rfi) - Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e).
see Attachment For Details:
Audiology Booth Baltimore Vamc - Cambridge Cboc
Brand Name Or Equal To Eckel Iaw Statement Of Work
Must Provide An Authorized Distributor Letter If You Are Not The Manufacturer At The Time Rfi Will Close To Qualify For This Solicitation .
Must Provide The Country Of Origin (coo) For Each Line Item
this Is A Requirement For:
u.s. Department Of Veterans Affairs Va Medical Center (vamc).
description:
the Baltimore Cboc Vamc Requires The Contractor To Deliver Within 90 Days From Contract Award To The Va Medical Facility Warehouse Below During Normal Business Hours From 8:00 A.m. To 3:30 P.m. (est), Monday Through Friday:
delivery To:
u.s. Department Of Veterans Affairs
baltimore Va Medical Center
cambridge Cboc
warehouse/attn:
830 Chesapeake Drive
cambridge, Md 21613
disclaimer:
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. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
note: The Contractor Shall Deliver Required Commodities (please See Attachments) No Later Than 90 Days Or Less From Date Of Award, Unless Otherwise Directed By The Contracting Officer (co). Commodities Shall Not Be Delivered To The Government Site On Federal Holidays Or Weekends Unless Directed By The Co. Delivery Shall Be Made Between The Hours Of 8:00 Am And 3:30 Pm Of The Delivery Location, During Normal Workday Business Hours.
the U.s. Government Is Performing Market Research To Identify Responsible Sources Who Have The Skills, Experience, And Knowledge Required To Successfully Meet The Requirements. Information Received From Market Research Will Determine The Best Acquisition Strategy And If Responsible Sources Exist For Competition, And/or A Total Small Business Set-aside. This Is Only For Market Research But May Result In An Invitation To An Open Discussion With The U.s. Government. This Notice Is Not To Be Construed As A Commitment By The U.s. Government. All Information Is To Be Submitted At No Cost Or Obligation To The U.s. Government.
any Information Submitted By Respondents To This Notice Is Strictly Voluntary. Propriety Information Or Trade Secrets Should Be Clearly Marked. Information Received Will Not Be Returned. The U.s. Government Reserves The Right To Reject, In Whole Or In Part, Any Private Sector Input As A Result Of This Sources Sought Notice/market Survey.
the U.s. Government Is Not Obligated To Notify Respondents Of The Results Of This Notice. All Responses To This Sources Sought Must Be Submitted To The Point Of Contact Listed Herein. This Does Not Constitute A Commitment, Implied Or Otherwise, That Procurement Will Be Accomplished And Is Not A Request For Proposal Or Invitation For Bid. Responding To This Notice In No Manner Guarantees A Contract Will Be Awarded.
**respondents To This Source Sought Announcement Capable Of Manufacturing These Items Should At A Minimum Provide The Following Information For U.s. Government Review**
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
are You The Manufacturer Or Distributor Of The Items Being Referenced Above?
what Is The Place Of Manufacturing For The Requested Items? 52.212-3(j)
if Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission. Must Complete Place Of Manufacturer.
(j) Place Of Manufacture. (the Solicitation Is Predominantly For The Acquisition Of Manufactured End Products.) For Statistical Purposes Only, The Offeror Shall Indicate Whether The Place Of Manufacture Of The End Products It Expects To Provide In Response To This Solicitation Is Predominantly
(1) __ In The United States (check This Box If The Total Anticipated Price Of Offered End Products Manufactured In The United States Exceeds The Total Anticipated Price Of Offered End Products Manufactured Outside The United States); Or
(2) __ Outside The United States.
if You Are Not A Manufacturer. Company Shall Provide An Authorized Distributor Or Reseller Letter From Original Equipment Manufacturers (oem) To Qualify For This Requirement.
does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number And Sin Number?
if You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract/sin?
must Provide Manufacture Name (oem) & Manufacturer Part # (mpn).
please Provide General Pricing For Your Products/solutions For Market Research Purposes.
Legal Business/company Name (as It Is Indicated In Https://sam.gov ).
Unique Entity Id Uei (sam) & Duns Number.
Warranty Information (can Be A Separate Attachment).
Point Of Contact Name, Telephone Number And Email Address.
must Provide The Estimated Delivery Time Frame After Award. For Example: Within 60 Days Aro, Within 90 Days Aro.
the Government Intends To Award A Firm-fixed Price (ffp) Contract For This Purchase.
to Be Considered For Award, Prospective Quoters Must Be Registered With The System For Award Management (sam) Website And Complete Representations And Certifications At Https://www.sam.gov . Prospective Awardees Must Be Registered With The System For Award Management (sam) At Http://www.sam.gov. Prior To Award And Through Final Payment And Must Complete The Online Representations And Certifications Application (orca) At Http://www.sam.gov Prior To Award And Through Final Payment. Contract Will Not Be Awarded Until Sam Registration Has Been Completed. Sdvosb And Vosb Socio-economic Categories Must Be Verified In The Sba Website, U.s. Small Business Administration: Https://veterans.certify.sba.gov, At The Time Of Receipt Of Quotes And At The Time Of Award.
responses To This Notice Shall Be Submitted Via Email: Mohsin.abbas2@va.gov. No Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Friday, Feb 28, 2025, By 2:00 Pm (est).
responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sam.gov/open Market Or Gsa Ebuy.
statement Of Work (sow)
audiology Booth
va Maryland Health Care System
baltimore, Md
purpose:
the Va Maryland Health Care System Is Seeking To Procure And Install An Audiology Booth At The Cambridge Va Clinic. This New Audiology Booth Will Replace A Nonfunctional Audiology Booth. The Audiology Booth Will Provide A Soundproof Suite For Patients And Employees To Conduct Hearing Exams In An Isolated Area For Precise Results. The Primary Function Of The Audiology Booth Is To Provide An Isolated Acoustical Room To Measure Hearing Acuity In Patients. Isolated Acoustic Rooms Are Crucial To Eliminating Background Noise To Acquire A Reliable Diagnosis In Patients. Audiology Booth Will Include A Rubber Ramp For Wheelchair Access. Key Criteria Include System Size, Weight, And Acoustic Installation.
scope:
the Contractor Shall Deliver And Install The System With All Specified Salient Characteristics. Only New Equipment Will Be Accepted.
the Contractor Shall Provide Shipping, Transport, Installation, And All Equipment Necessary To Meet The Requirements And Capabilities Listed Within The Scope.
the Contractor Shall Deliver The Audiology Booth To The Cambridge Facility As Specified Below.
the Assembly And Validation Of The System Must Be Performed By A Vendor Service Trained Representative.
the Contractor Is Responsible For Identifying Any Missing Parts Or Components Not Included In The Order For The Audiology Booth To Be Successfully Installed And Validated To Their Full Potential.
the Contractor Shall Include Accessories And Consumables That Have Been Detailed On The Provided Quotes.
salient Characteristics: Please Note, All Items Listed Below Must Be Technically Equivalent To Eckel Noise Control Technologies Audiology Booth.
one Cl-123 Pr Sing Wall Cont, Double Wall Exam Suite
manufacturer: Eckel Noise Control Technologies
model: Cl-123 Fp7 Prime
must Include An Acoustically Engineered Independent Ventilation System That Is Mounted External To The Unit.
unit Provides Recessed Incandescent Lighting.
unit Must Have An Acoustic Door With Cam -lift Hinges, Providing At Least 914 Mm X 2032 Mm (36 X 80 ) Clear Opening.
must Include A Double Glazed, Safety Glass Window That Is At Least 6 Mm (1/4 ) Thick And At Least 762 Mm X 762 Mm (30 X 30 ).
unit Must Be Electrically Serviced Via A Grounded Cable, Having A Length Of At Least 20 Feet.
unit Floor Must Be Acoustically Isolated In Both The Control And Exam Room.
unit Must Have A Noise Reduction Coefficient Of 1.05, While Having An Absorption Coefficient Range Of 0.79-1.10 When Measuring The Center Frequency (hz) Between A Range Of 125-400 Hz.
noise Reduction In A Double Wall Room Must Be Able To Reduce The Center Frequency (hz) Of 2000hz And 4000hz To 100, 125hz To 44, 250hz To 62, 500hz To 81, 1000hz To 93, And 8000hz To 95. Noise Reduction Measured From The Outside To The Inside.
door Size Must Be At Least 36 W By 80 H Clear Opening.
door Handles Must Be A C-shape While Providing A Minimum Clearance Of 1 ½ Behind It.
doors Cannot Require More Than 5psi Constant Pressure To Open, Once The Magnetic Seal Is Broken.
double Glazes Acoustic Windows For The Doors On The Booth, Size Options Must Include: 20 W By 22 H Or 20 W By 60 H.
unit Includes A Standard Fan Exhaust And Fan Inlet Silencers Suspended To The Ceiling. Silencers Mist Be Capable Of 10 To 12 Full Air Exchanges Per Hour. Fans Include A 6 Or 8 Diameter Hvac Collar Option.
unit Must Include Two Ventilation Silencers Built Into The Booth S Ceilings, One Supply And One Exhaust Provided.
unit Must Include An Accessible Jack Panel That Provides At Least 12 (trs 3-wire), ¼ Phone Jacks, Two Usb Ports, And 1 ¾ Pass Through. Panel Face Must Be Removable And Does Not Impact The Rooms Acoustical Performance.
total Rise From The Host Floor To The Door Opening Must Be No Larger Than 7 ½ .
sprinkler Holes Must Be At Least 3 In Diameter.
unit Must By Supplied With Standard Carpet Or Carpet Tile In Both Rooms.
must Be Able To Provide Empty Utility Boxes With Pull Wires For Data, Thermostats, And Alarms.
room Must Require No More Than 120v, 15/20 Amp, Or 60 Hz Supply Circuit.
unit Must Provide At Least 2 Duplex Outlets And Light/fan Switches.
unit Wall Panels Must Be At Least 4 Thick In Both Rooms.
unit Ceiling Panels Must Be At Least 6 Thick In Both Rooms.
both The Control And Exam Room Must Have A Minimum Clear Interior Height Of 83 For All Features Attached To The Ceiling Panels.
light Switches Must Be At Least 44 From The Floor Inside Of The Unit, In Both Rooms.
outlets Must Be At Least 15 From The Floor Inside Of The Unit, In Both Rooms.
must Include Rubber Mat As Floors Inside The Booth At A Height No Greater Than 10mm (3/8 ) Height For Wheelchair Access.
booth Doors Must Be At Least 75 Mm (2 7/8 ) Thick.
booth Doors Mounted With Heavy Duty Cam Lift Hinges.
door Sealing System Must Have At Least A Double Magnetic Gasket Sealing System And Flush Sill Seal Design For An Accurate Acoustic Seal.
both Rooms Must Have At Least A 60 Minimum Turning Radius For Wheelchair Access.
panels In The Unit Must Have A Flame Spread Rating Of 3.
panels In The Unit Must Have A Smoke Density Rating Of 2.
both The Control And Exam Room Must Come With Standard Sprinkler Penetrations For Onsite Installation.
all Electrical In The Unit Must Be Hospital Grade.
unit Wall Shells Must Be Fabricated With Cold Rolled Steel Frames (14 Ga) And Steel Outer Surfaces (16 Ga).
framing Members On Unit Wall Shell Should Not Be Spaced Out Any Further Than 610 Mm (24 ) Centers.
unit Wall Inner Panels Should Be Fabricated With Cold Rolled Steel (22 Ga) That Includes Holes No Greater Than 2.4 Mm (3/32 ) Diameter, Where Holes Are Staggered On 4 Mm (5/32 ) Centers.
panels Must Interlock And Provide An Acoustic Seal That Utilizes A Minimum Of Two Sets Of Closed Cell Acoustic Rubber Seals And At Least Two Interlocking Panel Connectors.
implementation And Installation
installation And Validation Shall Be Included In The Procurement Cost And Shall Include But Not Limited To:
assembly Of Devices And Validation.
all Materials Required To Assemble The Audiology Booth Shall Be Provided By The Contractor.
the Contractor Will Deliver The Audiology Booth And Accessories To The Addresses Below:
cambridge Va Outpatient Clinic, 830 Chesapeake Drive, Cambridge, Md 21613-9408
one (1) Audiology Booth, Sloped Rubber Ramp
accessories
training
the Contractor Shall Provide Onsite Training For All Vamhcs Staff That Requires Training.
delivery
the Contractor Shall Deliver Necessary Equipment To The Cambridge Va Facility As Required In The Quantity Specified Above.
the Contractor Must Deliver The Audiology Booth To The Cambridge Facility With A Small Bed Truck That Has A Lift Because This Location Does Not Have A Loading Dock.
the Contractor Must Give Vamhcs Staff 3 Weeks Notice Of Shipment And Delivery Of The Audiology Booth And Accessories.
the Contractor Shall Deliver Equipment And All Items Required For Installation Only When The Site Is Ready For Installation To Proceed. Installation Can Proceed 90 Days After Award Of Contract.
the Contractor Shall Coordinate All Deliveries, Installation, And Parking Arrangements With The Cor.
delivered Materials Will Arrive In Manufacturer S Original Sealed Containers With The Associated Purchase Order Number Listed On The Outside Of The Box.
the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Of The Equipment And Shall Provide The Cor A List Of Missing Or Damaged Items Found Upon Inspection.
the Contractor Shall Remove All Related Shipping Debris And Packing From The Vamhcs Facilities.
inspection And Acceptance
the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Equipment.
the Contractor Shall Provide The Va Cor A List Of Missing And /or Damaged Items Found Upon Inspection And Have Those Items Replaced At No Cost To The Government.
the Cor Shall Ensure All Work Is Completed Satisfactorily Prior To Acceptance. Disputes Shall Be Resolved By The Va Contracting Officer.
deliverables
operation And Maintenance Manuals
deliver Compilation Of All Manufacturers Recommended Maintenance Schedules And Operation Materials Packaged Upon Delivery. Manuals Shall Be Made Available In An Electronic Format.
operator Training
onsite Education And Training By A Vendor Service Trained Representative Will Be Provided To Vamhcs Clinical Staff, Facilities And Engineering Staff, And The Biomedical Engineering Staff. The Scheduling Of Operator Training Shall Be Coordinated With The Vamhcs Clinical Staff After Delivery And Installation.
protection Of Property
the Contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor.
security Requirements
the Contractor Must Have A Photo Id Available When Performing Work At The Va Medical Center And Be Willing To Present It To Va Staff.
the Contractor Is Responsible For Providing Any Personal Protective Equipment (ppe) That Is Deemed Necessary To Complete Tasks Stated In This Requirement.
the Contractor Must Follow The Va Maryland Health Care Systems Current Covid-19 Guidance For Entry To Any Medical Center Or Community Based Outpatient Clinic (cboc).
warranty
at A Minimum The Audiology Booth Must Include A 1-year Warranty On All Parts And Labor At No Cost To The Government. Additional Years Are Highly Recommended As Added Value To The Government.
the Warranty Shall Begin Upon Completion Of Validation Testing.
warranty Shall Include Onsite Repairs And Over The Phone Support.
contractor Shall Provide Routine Maintenance Service Program During Warranty Period.
all Repairs Shall Be Performed By A Vendor Or Contractor Which Has Been Certified By The Vendor To Perform The Repairs.
the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair.
line-item Description
audiology Booth For Baltimore Cboc Vamc
Brand Name Or Equal To Eckel Iaw Sow
b.3 Price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
1.00
ea
__________________
__________________
cl-123 Pr Sing Wall Cont, Double Wall Exam Suite / 1001354
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001354
local Stock Number: 1001354
0002
1.00
ea
__________________
__________________
lbr-sound Room Relocation/installation 1000033
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1000033
local Stock Number: 1000033
0003
2.00
ea
__________________
__________________
eao-a-003 Add-on Add - Wall Fascia Closure Angles 1001408
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001408
local Stock Number: 1001408
0004
1.00
ea
__________________
__________________
eao-d-004 Add-on Door - Window In Door 20"w X 22"h 1001416
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001416
local Stock Number: 1001416
0005
1.00
ea
__________________
__________________
eao-d-007 Add-ons - Door - Magnetic Door Holder 1001418
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001418
local Stock Number: 1001418
0006
2.00
ea
__________________
__________________
eao-u-003 Add-on Utilities - Light Dimmer Switch 1001425
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001425
local Stock Number: 1001425
0007
1.00
ea
__________________
__________________
eao-u-005 Add-on Util Sprinkler Hole Double Wall 1001427
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001427
local Stock Number: 1001427
0008
1.00
se
__________________
__________________
eao-u-007 Add-on Utilities - Hvac Collars (2 Sets) 1001429
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001429
local Stock Number: 1001429
0009
2.00
bx
__________________
__________________
eao-u-002 Add-on Util Rough Ins (box W. Pull Wire) 1001424
"brand Name Or Equal To Eckel Iaw Sow"
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies
manufacturer Part Number (mpn): 1001424
local Stock Number: 1001424
grand Total
__________________
Closing Date28 Feb 2025
Tender AmountRefer Documents
City Of Bais Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Distribution To Patients In Various Barangays And In Main Health Center, City Health Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 332-25 Php 1,940,000.00 1 1,000 Sachets Acetylcysteine 200mg Oral Powder Sachet 2 50 Tablets Acetylcysteine 600mg Effervescent Tablet 3 6 Boxes Aciclovir 400mg Tablet, 10's 4 20 Bottles Aciclovir 200mg/5ml Susp., 60ml 5 288 Bottles Aluminum Magnesium Hydroxide Susp 120 Ml 6 20 Boxes Aluminum Magnesium Hydroxide Tablet, 100's 7 20 Boxes Amlodipine 5mg Tablet, 100's 8 19 Boxes Amlodipine 10mg Tablet, 100's 9 10 Boxes Amoxicillin Trihydrate 500 Mg Capsule, 100's 10 144 Bottles Amoxicillin Trihydrate 100 Mg/ml Oral Drops 10ml 11 144 Bottles Amoxicillin Trihydrate 250 Mg/5ml Susp 60ml 12 1872 Bottles Ascorbic Acid 100mg/ml Oral Drops 15ml 13 288 Bottles Ascorbic Acid 100mg/5ml Syrup 60ml 14 120 Boxes Ascorbic Acid 500mg Tablet, 100's 15 20 Boxes Atorvastatin 40mg Tablet, 100's 16 120 Boxes Azithromycin 500mg Tablet, 3's 17 7 Boxes Betahistine 24mg Tablet, 100's 18 15 Boxes Captopril 25mg Tablet, 100's 19 20 Boxes Carvedilol 6.25 Mg Tablet, 100's 20 65 Boxes Cefalexin 500mg Capsule, 100's 21 144 Bottles Cefalexin 100mg/ml Oral Drops 10ml 22 144 Bottles Cefalexin 250mg/5ml Susp 60ml 23 100 Boxes Cefixime 200mg Capsule, 10's 24 50 Boxes Cefixime 400mg Capsule, 10's 25 1150 Tablets Cefuroxime 500mg Tablet 26 15 Boxes Celecoxib 400mg Capsule, 100's 27 144 Bottles Cetirizine 2.5mg/ml Oral Drops 10ml 28 288 Bottles Cetirizine 5mg/5ml Syrup 60ml 29 30 Boxes Cetirizine 10mg Tablet, 100's 30 5 Boxes Ciprofloxacin 500mg Tablet, 100's 31 10 Bottles Clarithromycin 125mg/5ml Susp., 50 Ml 32 100 Tablets Clarithromycin 500mg Tablet 33 10 Boxes Clindamycin 300mg Capsule, 100's 34 20 Boxes Clopidogrel 75mg Tablet, 100's 35 15 Boxes Cloxacillin 500mg Capsule, 100's 36 144 Bottles Co-amoxiclav 400mg+57mg/5ml Susp., 70ml 37 3213 Tablets Co-amoxiclav 625mg(500mg+125mg) Tablet 38 10 Boxes Colchicine 500 Mcg Tablet, 100's 39 3 Boxes Diphenhydramine Hcl 50mg Capsule, 100's 40 7 Boxes Doxycycline 100mg Capsule, 100's 41 10 Boxes Fenofibrate 200mg Capsule, 100's 42 5 Boxes Feso4(iron) Sugar Coated Tablet, 100's 43 15 Boxes Feso4 + Folic Acid Sugar Coated Tablet, 100's 44 5 Boxes Furosemide 20mg Tablet, 100's 45 7 Boxes Hyoscine-n-butylbromide 10 Mg Tablet, 100's 46 5 Boxes Ibuprofen 400mg Tablet, 100's 47 288 Bottles Lagundi 300mg/5ml Syrup 60ml 48 30 Boxes Lagundi 300mg Tablet, 100's 49 5 Boxes Levofloxacin 500mg Tablet, 100's 50 20 Boxes Losartan 50mg Tablet, 100's 51 20 Boxes Losartan 100mg Tablet, 100's 52 50 Boxes Mefenamic Acid 250mg Capsule, 100's 53 50 Boxes Mefenamic Acid 500mg Capsule, 100's 54 20 Boxes Metformin Hcl 500mg Tablet, 100's 55 2 Boxes Methyldopa 250mg Tablet, 100's 56 2 Boxes Metoprolol 50mg Tablet, 100's 57 2 Boxes Metoprolol 100mg Tablet, 100's 58 1 Box Metronidazole 500 Mg Tablet, 100's 59 13 Boxes Montelukast 10mg Tablet, 100's 60 65 Boxes Multivitamins Capsule, 100's 61 1872 Bottles Multivitamins Oral Drops, 15ml 62 864 Bottles Multivitamins Syrup, 60ml 63 20 Bottles Nystatin 100,000 Units/ml Oral Susp., 30ml 64 30 Boxes Omeprazole 40mg Capsule, 100's 65 100 Sachets Oral Rehydration Salts (75-replacement), 20.5g Oral Powder Sachet 66 1872 Bottles Paracetamol 100mg/ml Oral Drops, 15ml 67 144 Bottles Paracetamol 250mg/5ml Susp 60ml 68 10 Boxes Paracetamol 500mg Tablet, 100's 69 10 Supps. Paracetamol (rectal): 125mg Suppository 70 10 Supps. Paracetamol (rectal): 250mg Suppository 71 2 Boxes Prednisone 10mg Tablet, 100's 72 5 Bottles Prophythiouracil 50mg Tablet, 100's 73 8 Boxes Ranitidine 150mg Tablet, 100's 74 20 Bottles Retinol (vit. A) 100,000 Iu Soft Gel Cap W/nipple, 100's 75 50 Nebules Salbutamol Resipiratory Solution (for Inhalation/nebulization), 1mg/ml X 2.5ml (unit Dose) 76 144 Bottles Salbutamol 2mg/5ml Syrup, 60ml 77 3 Boxes Simvastatin 20mg Tablet, 100's 78 3 Boxes Simvastatin 40mg Tablet, 100's 79 20 Boxes Tamsulosin 400mcg Capsule, 100's 80 20 Boxes Telmisartan 40mg Tablet, 100's 81 4 Boxes Tranexamic Acid 500mg Capsule, 100's 82 20 Boxes Trimetazidine 35mg Tablet, 100's 83 50 Boxes Vitamin B-complex Tablet, 100's Eye & Skin (cream, Drops, Ointment) 84 30 Tubes Erythromycin 0.5% Eye Ointment, 3.5g 85 40 Tubes Ketoconazole 2% Cream, 15g 86 207 Tubes Mupirocin 2% Ointment, 5g 87 20 Bottles Neomycin (as Sulfate) + Polymixin B (as Sulfate) + Fluocinolone Acetonide, 3.5mg + 10,000 Units + 0.025%/ml Ear Drops Solution, 5ml Bottle 88 115 Tubes Silver Sulfadiazine 1% Cream, 25g Injectables (ampule & Vial) 89 99 Vials Ampicillin 250mg Powder For Injection Vial 90 200 Ampules Anti-tetanus Serum (ats) 1500 Iu/ml X 1ml Ampule 91 50 Vials Benzathine Benzylpenicillin 1,200,000 I.u. 92 50 Vials Ceftriaxone 1g Powder For Injection Vial + 10 Ml Diluent 93 24 Ampules Hyoscine-n-butylbromide 20mg/ml, 1ml Ampule 94 190 Bottles Lidocaine 2% (20mg/ml) Solution For Inj., 50ml Vial 95 100 Vials Rabies Vaccine, Chick Embryo Cell 2.5 Iu Powder For Injection Vial + 1ml Diluent (purified, Inactivated) 96 20 Ampules Ranitidine 25mg/ml, 2ml Ampule 97 101 Bottles Sterile Water For Injection, 50ml 98 320 Ampules Tetanus Immunoglobulin (human), 250 Iu/ml, 1ml Solution For Injection Pre-filled Syringe (im) 99 20 Ampules Tetanus Toxoid, 0.5ml Ampule I.v. Fluids 100 25 Bottles 5% Dextrose In Lactated Ringer's (d5lr), 500ml 101 25 Bottles 5% Dextrose In Lactated Ringer's (d5lr), 1,000 Ml 102 20 Bottles 5% Dextrose In 0.3% Sodium Chloride, 500ml 103 20 Bottles 5% Dextrose In 0.3% Sodium Chloride, 1,000ml 104 25 Bottles Lactated Ringer's Solution (plain Lr), 500ml 105 25 Bottles Lactated Ringer's Solution (plain Lr), 1000ml 106 50 Bottles 0.9% Sodium Chloride (plain Nss), 500ml 107 50 Bottles 0.9% Sodium Chloride (plain Nss), 1,000ml For Patients With Schizophrenic Disorder 108 25 Boxes Biperiden Hcl 2mg Tablet, 100's 109 30 Boxes Carbamazepine 200mg Tablet, 50's 110 70 Boxes Chlorpromazine Hcl 100mg Tablet, 100's 111 30 Boxes Clozapine 100mg Tablet, 50's 112 30 Boxes Escitalopram 10mg Tablet, 50's 113 10 Boxes Haloperidol 5mg Tablet, 100's 114 40 Boxes Olanzapine 10mg Tablet, 100's 115 40 Boxes Quetiapine 25mg Tablet, 30's 116 40 Boxes Quetiapine 200mg Tablet, 30's 117 10 Boxes Risperidone 2mg Tablet, 100's 118 40 Boxes Sertraline 50mg Tablet, 30's 119 40 Bottles Valproic 250 Mg/5ml Syrup, 60ml 120 20 Boxes Valproic 500 Mg Tablet, 50's Injectables 121 10 Ampules Chlorpheniramine (as Maleate) 10mg/ml, 1ml Sol'n For Injectable Ampule 122 258 Ampules Fluphenazine (as Decanoate) 25 Mg/ml X 1ml Ampule The Approved Budget For The Contract Is To Be Taken From (4411) – 5-02-03-070. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On May 27, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On June 10, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.)rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date10 Jun 2025
Tender AmountPHP 1.9 Million (USD 34.8 K)
1311-1320 of 1355 archived Tenders