Data Center Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation.
if A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
the Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 541519 (exception), Information Technology Value Added Resellers With A Size Standard 150 Employees. The Department Of Veterans Affairs (va), Office Of Information And Technology (oi&t), Is Seeking To Identify Any Vendor Capable Of Providing Oracle Hardware/software Supportâ per The Product Description (pd)â below And Pd Attachment A.
this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Capability And Availability To Provide The Requirement Described Below. Vendors Are Encouraged To Submit Information Relative To Their Capabilities To Fulfill This Requirement, In The Form Of A Statement That Addresses The Specific Requirement Identified In This Sources Sought. Information Received From This Sources Sought Shall Be Utilized To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy.
submission Instructions: Interested Parties Who Consider Themselves Qualified Are To Adhere To The Pd And Are Invited To Submit A Response To This Sources Sought Notice By 4:00pm Est, April 15, 2024. All Responses Under This Sources Sought Notice Must Be Emailed To Harold.nice@va.gov And Kimberly.geran@va.gov With Sources Sought # 36c10b25q0209 In The Subject Line. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
interested Parties Should Complete The Attached Sources Sought Worksheet. Parties May Submit Additional Information Related To Their Capabilities, Provided It Contains All The Requirements Contained In The Sources Sought Worksheet. Responses To This Sources Sought Shall Not Exceed 8 Pages. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format.
attachment 1
sources Sought Worksheet
qualification Information:
company / Institute Name: _______________________________________________________
address: ______________________________________________________________________
phone Number: ________________________________________________________________
point Of Contact: _______________________________________________________________
e-mail Address: ________________________________________________________________
unique Entity Identifier (uei) #:â ___________________________________________________
cage Code: __________________________________________________________________
sam Registered: (y / N) ___________________________________________________
list The North American Industry Classification System (naics) Code(s) Are You Considered A Small Business (as Stated In The System For Award Management (sam) Database) _________________
other Available Contract Vehicles Applicable To This Sources Sought (gsa/fss/nasa Sewp/etc): __________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
socio-economic Status:
vip Verified Sdvosb: (y / N)
vip Verified Vosb: (y / N)
8(a): (y / N)
hubzone: (y / N)
economically Disadvantaged Women-owned Small Business: (y / N)
women-owned Small Business: (y / N)
small Business: (y / N)
state The Percentage Of Savings/discount To Be Offered For Providing 1 Quote For A Consolidated Contract Listed In Pd Attachment A, As Opposed To 3 Separate Quotes For 3 Separate Renewals In Reference To The Following 3 Current Contracts:
36c10b23f0298
36c10b23f0032
36c10a21f0285
state Your Ability To Provide The Certification Iaw Vaar Clause 852.219-75.
state Your Ability To Provide The Oem Authorization Letter Iaw Vaar 852.212-71 And The Additional Items Section Of The Pd.
note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered And Veteran Small Business Certification Https://veterans.certify.sba.gov/.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Sdvosb, Vosb, Small Businesses Or Procured Through Full And Open Competition.
capability Statement:
provide A Brief Capability And Interest In Providing The (requested Item) As Listed In Attachment 1 With Enough Information To Determine If Your Company Can Meet The Requirement. The Capabilities Statement For This Sources Sought Is Not A Request For Quotation, Request For Proposal, Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach, But Rather The Government Is Requesting A Short Statement Regarding The Company S Ability To Provide The Items Outlined In The Pd. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation.
product Description (pd)
Department Of Veterans Affairs
office Of Information & Technology
infrastructure Operations
oracle Hardware/software Support Services
date: April 2, 2025
va-25-00041873
pd Version Number: 1.1
contents
1.0 Product Requirements 7
1.1 Period Of Performance 8
2.0 Schedule 8
3.0 Notice Of The Federal Accessibility Law Affecting All Information And Communication Technology (ict) Procurementsâ (section 508) 12
4.0 Section 508 Information And Communication Technology (ict) Standards 13
5.0 Compatability With Assistive Technology 13
6.0 Acceptance And Acceptance Testing 13
7.0 Information Technology Using Energy-efficient Products 14
7.1 Epeat 14
7.2 Energy Star 14
7.3 Femp 14
8.0 Shipment Of Hardware Or Equipment 14
9.0 Special Shipping Instructions 15
10.0 General Requirements 15
10.1 Va Technical Reference Model 15
10.2 Social Security Number (ssn) Reduction 15
10.3 Internet Protocol Version 6 (ipv6) 16
10.4 Software And Licensing Requirements 16
position/task Risk Designation Level(s) N/a 16
1.0 Product Requirements
the Department Of Veterans Affairs (va), Office Of Information And Technology (oi&t), Information Technology (it) Operations And Services, Infrastructure Operations (io) Has A Requirement For Brand Name Oracle Hardware And Oracle Operating System (os) Software Maintenance And Technical Support Via Telephone, E-mail, Or Internet To Troubleshoot Malfunctioning Equipment/components Or Provide Replacement Equipment/components That Restore Full Operation And Accessibility To The Original Redundant Component Configuration. Initial Response To All Requests For Maintenance Shall Be Initiated Within One Hour Of The Initial Notification From Va. Additionally, Software Maintenance Shall Consist Of Firmware Upgrades, Updates To Include Major Releases, Point Releases, Service Releases And Security Releases Of Applicable Firmware On A Quarterly Basis, And/or Within 48 Hours In Cases Where A High-risk Vulnerability Fix Becomes Available. The Maintenance Is Required To Ensure The Hardware/software Remains Operational.
support Coverage Will Be 24 Hours A Day, 7 Days A Week, 365 Days Per Year Including Federal Holidays, With A 4 Hour Response Time. Further, The Contractor Shall Repair Or Replace System S Equipment Components To Restore Full Operation And Accessibility To The Original Redundant Component Configuration As Identified Below In The Attachement A - Io Oracle Hardware And Software Asset List. The Contractor Shall Provide All Parts And Labor. Only Brand Name Oracle Certified Replacement Parts/components Shall Be Used To Restore The Va Local Area Network (lan) Equipment To Its Highly Redundant And Fully Operational State. In The Event That Oracle Certified Replacement Parts Are No Longer Commercially Available, The Contractor Shall Provide Compatible Substitute Parts That Meet Or Exceed Original Brand Name Specifications At No Additional Cost To The Government. All Problem Resolution Shall Be Performed On A Continuous Effort. Continuous Effort Means That Once Notified The Problem Exists, The Contractor Shall Give The Highest Priority To Resolution Of The Problem And Work Uninterrupted Until The Problem Is Resolved. Replacement Components May Be Shipped Via Carrier To The Va Site For Local It System Administrator Installation For Such Plug-and-play Failed Items Such As Hard Drives No Later Than Next Business Day, At The Discretion Of Va. Only Va System Administrators Are Allowed Control To Perform Keyboarding Tasks Under The Guidance Of The Contractor, If Necessary. Contractors Shall Not Be Granted Administrative Privileges, Control Or Access To Va Systems.
all Support Performed Under Any Resulting Order Shall Provide Va With Defective Media Retention Of All Hard Disk Drives And Magnetic Media. Therefore, Va Shall Retain All Hard Drives And Recordable Media. Under No Circumstances Shall The Contractor Remove Hard Drives And Magnetic Tape Media From A Va Site. Other Defective Parts Become Property Of The Contractor.
the Contractor Shall Provide Oracle Advance Customer Support (acs) Services. The Support Shall Include:
access To Oracle Proprietary Information That Can Troubleshoot Interoperability Between Oracle Hardware, Oracle Solaris Os, And Other Oracle Software Products Such As Oracle Database, Weblogic, Etc.
access To Oracle Support To Provide Ticket Status, Escalation, And Assignment Of Additional Oracle Support Resources When Needed
priority Handling And Guided Assistance On Production Critical Service Requests By An Assigned Oracle Acs Technical Account Manager
preferred Access To Oracle Acs Technical Resources
installation Of Replacement Parts When Necessary By An Oracle Field Engineer
quarterly Reviews Of Support Activity And Review Of Oracle Best Practices
block Of 30 Days Of Acs Advanced Support Engineer (ase)/data Center Engineer (dce) Support Hours (to Be Used As Needed Throughout The Year)
fixed Scope Services
oracle Patch Review And Installation
oracle High Availability Review And Recommendations
oracle Production Diagnostics Review And Recommendations
oracle Performance Review And Recommendations
1.1 Period Of Performance
the Period Of Performance Shall Be A Base Period Of 12-months From The Date Of Award, Plus 2, 12-month Option Periods.
1.2 Schedule
specifically, The Contractor Shall Provide The Following:
base Year
period Of Performance Shall Be For 12 Months After Receipt Of Order.
clin
description
qty
unit
0001
control No: Hw0874.hwm Description: Oracle Premier Support For Systems
support Identifier: See Attachment A
for Pop
1
lt
0002
control No: Hw0876.hdr
description: Oracle Customer Data And Device Retention
support Identifier: See Attachment A
for Pop
1
lt
0003
control No: Hw0342.swmhw0912.swm
description: Extended Support For Operating Systems (os) - Software Update License & Support Support Identifier: See Attachment A
for Pop
1
lt
0004
control No: Hw0733.svc Description: Priority Support For Systems Service Acs
support Identifier: See Attachment A
for Pop
1
lt
0005
deliverable Support Information (proof Of Entitlement):
the Contractor Shall Complete The Attachment 2, Deliverable Support Information Form For Maintenance Support. The Contractor Shall Fill In Blocks 15-32. Note For Multiple Clins: For Asset Specific Information That Applies To Multiple Clins, Provide An Attachment Correlating Any Asset Specific Information To Specific Clins. (for Example: Serial Numbers Or License Keys). The Contractor Shall Provide Oem Confirmation That All Software Support Or Licenses Have Been Purchased. The Contractor Shall Provide Service Call Instructions To Include All Information Required To Obtain Maintenance, Support Or Licenses.
the Form Shall Be Submitted Electronically To: Va Pm, Cor, Co And Aaclicense@va.gov
nsp
1
nsp
option Period One
this Option May Be Exercised In Accordance With Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000). Work Shall Not Commence Until, And Unless, A Formal Modification Is Issued By The Contracting Officer. If Exercised, This Option Period Shall Commence Immediately After Expiration Of The Base Year.
clin
description
qty
unit
1001
control No: Hw0874.hwm Description: Oracle Premier Support For Systems
support Identifier: See Attachment A
for Pop
1
lt
1002
control No: Hw0876.hdr
description: Oracle Customer Data And Device Retention
support Identifier: See Attachment A
for Pop
1
lt
1003
control No: Hw0342.swm, Hw0912.swm
description: Extended Support For Operating Systems (os) - Software Update License & Support Support Identifier: See Attachment A
for Pop
1
lt
1004
control No: Hw0733.svc Description: Priority Support For Systems Service Acs
support Identifier: See Attachment A
for Pop
1
lt
1005
control No: Hw0912.swm Description: Software Update License & Support
support Identifier: See Attachment A
for Pop
1
lt
1005
deliverable Support Information (proof Of Entitlement):
the Contractor Shall Complete The Attachment 2, Deliverable Support Information Form For Maintenance Support. The Contractor Shall Fill In Blocks 15-32. Note For Multiple Clins: For Asset Specific Information That Applies To Multiple Clins, Provide An Attachment Correlating Any Asset Specific Information To Specific Clins. (for Example: Serial Numbers Or License Keys). The Contractor Shall Provide Oem Confirmation That All Software Support Or Licenses Have Been Purchased. The Contractor Shall Provide Service Call Instructions To Include All Information Required To Obtain Maintenance, Support Or Licenses.
the Form Shall Be Submitted Electronically To: Va Pm, Cor, Co And Aaclicense@va.gov
nsp
1
nsp
option Period Two
this Option May Be Exercised In Accordance With Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000). Work Shall Not Commence Until, And Unless, A Formal Modification Is Issued By The Contracting Officer. If Exercised, This Option Period Shall Commence Immediately After Expiration Of Option Period 1.
clin
description
qty
unit
2001
control No: Hw0874.hwm Description: Oracle Premier Support For Systems
support Identifier: See Attachment A
for Pop
1
lt
2002
control No: Hw0876.hdr
description: Oracle Customer Data And Device Retention
support Identifier: See Attachment A
for Pop
1
lt
2003
control No: Hw0342.swm, Hw0912.swm
description: Extended Support For Operating Systems (os) - Software Update License & Support Support Identifier: See Attachment A
for Pop
1
lt
2004
control No: Hw0733.svc Description: Priority Support For Systems Service Acs
support Identifier: See Attachment A
for Pop
1
lt
2005
deliverable Support Information (proof Of Entitlement):
the Contractor Shall Complete The Attachment 2, Deliverable Support Information Form For Maintenance Support. The Contractor Shall Fill In Blocks 15-32. Note For Multiple Clins: For Asset Specific Information That Applies To Multiple Clins, Provide An Attachment Correlating Any Asset Specific Information To Specific Clins. (for Example: Serial Numbers Or License Keys). The Contractor Shall Provide Oem Confirmation That All Software Support Or Licenses Have Been Purchased. The Contractor Shall Provide Service Call Instructions To Include All Information Required To Obtain Maintenance, Support Or Licenses.
the Form Shall Be Submitted Electronically To: Va Pm, Cor, Co And Aaclicense@va.gov
nsp
1
nsp
2.0 Notice Of The Federal Accessibility Law Affecting All Information And Communication Technology (ict) Procurementsâ (section 508)
on January 18, 2017, The Architectural And Transportation Barriers Compliance Board (access Board) Revised And Updated, In A Single Rulemaking, Standards For Electronic And Information Technology Developed, Procured, Maintained, Or Used By Federal Agencies Covered By Section 508 Of The Rehabilitation Act Of 1973, As Well As Our Guidelines For Telecommunications Equipment And Customer Premises Equipment Covered By Section 255 Of The Communications Act Of 1934. The Revisions And Updates To The Section 508-based Standards And Section 255-based Guidelines Are Intended To Ensure That Information And Communication Technology (ict) Covered By The Respective Statutes Is Accessible To And Usable By Individuals With Disabilities.
2.1 Section 508 Information And Communication Technology (ict) Standards
the Section 508 Standards Established By The Access Board Are Incorporated Into, And Made Part Of All Va Orders, Solicitations And Purchase Orders Developed To Procure Ict. These Standards Are Found In Their Entirety At: Https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A Printed Copy Of The Standards Will Be Supplied Upon Request.â
federal Agencies Must Comply With The Updated Section 508 Standards Beginning On January 18, 2018. The Final Rule As Published In The Federal Register Is Available From The Access Board: Https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule.
the Contractor Shall Comply With 508 Chapter 2: Scoping Requirements For All Electronic Ict And Content Delivered Under This Contract. Specifically, As Appropriate For The Technology And Its Functionality, The Contractor Shall Comply With The Technical Standards Marked Here:
E205 Electronic Content (accessibility Standard -wcag 2.0 Level A And Aa Guidelines)
E204 Functional Performance Criteria
E206 Hardware Requirements
E207 Software Requirements
E208 Support Documentation And Services Requirements
2.2 Compatability With Assistive Technology
the Standards Do Not Require Installation Of Specific Accessibility-related Software Or Attachment Of An Assistive Technology Device. Section 508 Requires That Ict Be Compatible With Such Software And Devices So That Ict Can Be Accessible To And Usable By Individuals Using Assistive Technology, Including But Not Limited To Screen Readers, Screen Magnifiers, And Speech Recognition Software.
2.3 Acceptance And Acceptance Testing
deliverables Resulting From This Solicitation Will Be Accepted Based In Part On Satisfaction Of The Section 508 Chapter 2: Scoping Requirements Standards Identified Above.
the Government Reserves The Right To Test For Section 508 Compliance Before Delivery. The Contractor Shall Be Able To Demonstrate Section 508 Compliance Upon Delivery.
3.0 Information Technology Using Energy-efficient Products
the Contractor Shall Comply With Sections 524 And Sections 525 Of The Energy Independence And Security Act Of 2007; Section 104 Of The Energy Policy Act Of 2005; Executive Order 13834, Efficient Federal Operations , Dated May 17, 2018; Executive Order 13221, Energy-efficient Standby Power Devices, Dated August 2, 2001; And The Federal Acquisition Regulation (far) To Provide Energy Starâ®, Federal Energy Management Program (femp) Designated, Low Standby Power, And Electronic Product Environmental Assessment Tool (epeat) Registered Products In Providing Information Technology Products And/or Services.
3.1 Epeat
epeat Product Compliance Is Not Required In This Acquisition.
3.2 Energy Star
energy Star Compliance Is Not Required In This Acquisition.
3.3 Femp
femp Or Femp Low Standby Power Product Compliance Is Not Required In This Acquisition.
4.0 Shipment Of Hardware Or Equipment
inspection: Destination
acceptance: Destination
free On Board (fob): Destination
ship To And Mark For:
aitc
hitc
name:
gregg Kestranek
name:
troy Wilson
address:
1615 Woodward St, Austin Tx 78741
address:
5000 5th Ave, Hines, Il 60141
voice:
512-608-3759
voice:
708-483-5072
email:
gregg.kestranek@va.gov
email:
troy.wilson1@va.gov
4.1 Special Shipping Instructions
prior To Shipping, Contractor Shall Notify Site Pocs, By Phone Followed By Email, Of All Incoming Deliveries Including Line-by-line Details For Review Of Requirements.â The Contractor Shall Not Make Any Changes To The Delivery Schedule At The Request Of Site Poc.
contractors Shall Coordinate Deliveries With Site Pocs Before Shipment Of Hardware To Ensure Sites Have Adequate Storage Space.
all Shipments, Either Single Or Multiple Container Deliveries, Shall Bear The Va Task Order Number On External Shipping Labels And Associated Manifests Or Packing Lists.â In The Case Of Multiple Container Deliveries, A Statement Readable Near The Va Task Order Number Shall Indicate Total Number Of Containers For The Complete Shipment (e.g. Package 1 Of 2 ), Clearly Readable On Manifests And External Shipping Labels.
packing Slips/labels And Lists Shall Also Include The Following:
va Task Order Number : ____________ (e.g., 36c (the Ifcap Po Number Is Located In Block #20 Of The Sf 1449))
project Description: (e.g. Oracle Hardware/software Maintenance Consoldation)
total Number Of Containers:â Package ___ Of ___.â (e.g., Package 1 Of 3)
5.0 General Requirements
5.1 Va Technical Reference Model
the Contractor Shall Support The Va Enterprise Management Framework. In Association With The Framework, The Contractor Shall Comply With Oit Technical Reference Model (va Trm). The Va Trm Is One Component Within The Overall Enterprise Architecture (ea) That Establishes A Common Vocabulary And Structure For Describing The Information Technology Used To Develop, Operate, And Maintain Enterprise Applications. Moreover, The Va Trm, Which Includes The Standards Profile And Product List, Serves As A Technology Roadmap And Tool For Supporting Oit. Architecture & Engineering Services (aes) Has Overall Responsibility For The Va Trm.
5.2 Social Security Number (ssn) Reduction
the Contractor Solution Shall Support The Social Security Number (ssn) Fraud Prevention Act (fpa) Of 2017 Which Prohibits The Inclusion Of Ssns On Any Document Sent By Mail. The Contractor Support Shall Also Be Performed In Accordance With Section 240 Of The Consolidated Appropriations Act (caa) 2018, Enacted March 23, 2018, Which Mandates Va To Discontinue Using Ssns To Identify Individuals In All Va Information Systems As The Primary Identifier. The Contractor Shall Ensure That Any New It Solution Discontinues The Use Of Ssn As The Primary Identifier To Replace The Ssn With The Integrated Control Number (icn) In All Va Information Systems For All Individuals. The Contractor Shall Ensure That All Contractor Delivered Applications And Systems Integrate With The Va Master Person Index (mpi) For Identity Traits To Include The Use Of The Icn As The Primary Identifier. The Contractor Solution May Only Use A Social Security Number To Identify An Individual In An Information System If And Only If The Use Of Such Number Is Required To Obtain Information Va Requires From An Information System That Is Not Under The Jurisdiction Of Va.
5.3 Internet Protocol Version 6 (ipv6)
the Contractor Solution Shall Support Internet Protocol Version 6 (ipv6) Based Upon The Memo Issued By The Office Of Management And Budget (omb) On November 19, 2020 (https://www.whitehouse.gov/wp-content/uploads/2020/11/m-21-07.pdf). Ipv6 Technology, In Accordance With The Usgv6 Program (https://www.nist.gov/programs-projects/usgv6-program/usgv6-revision-1), Nist Special Publication (sp) 500-267b Revision 1 Usgv6 Profile (https://doi.org/10.6028/nist.sp.500-267br1), And Nist Sp 800-119 Guidelines For The Secure Deployment Of Ipv6 (https://doi.org/10.6028/nist.sp.800-119), Compliance Shall Be Included In All It Infrastructures, Application Designs, Application Development, Operational Systems And Sub-systems, And Their Integration. In Addition To The Above Requirements, All Devices Shall Support Native Ipv6 And Dual Stack (ipv6 / Ipv4) Connectivity Without Additional Memory Or Other Resources Being Provided By The Government, So That They Can Function In A Mixed Environment. All Public/external Facing Servers And Services (e.g. Web, Email, Dns, Isp Services, Etc.) Shall Support Native Ipv6 And Dual Stack (ipv6 / Ipv4) Users And All Internal Infrastructure And Applications Shall Communicate Using Native Ipv6 And Dual Stack (ipv6 / Ipv4) Operations.
5.4 Software And Licensing Requirements
the Contractor Shall Be Responsible For The Provision Of All Software Licenses And Any Associated Licensing Maintenance Required For Any Development, Delivery, Integration, Operation, And/or Maintenance Associated With Its Proposed Application(s), Software Products, Software Solution, And/or System Including, But Not Limited To, Any And All Application(s), Software And/or Software Products That Comprise, Are A Part Of, Or Integrate With The Contractor S Proposed Application(s), Software Products, Software Solution, And/or System For The Life Of Any Resulting Contract.
5.5 Position/task Risk Designation Level(s) N/a
points Of Contact:
va Program Manager:
name: Andrew Creamer
voice: 727-260-2724
email: Andrew.creamer@va.gov
contracting Officer S Representative:
name: Joel Arellano
voice: 512-326-6684
email: Joel.arellano@va.gov
contracting Officer:
name: Kim Geran
voice: 848-377-5228
email: Kimberly.geran@va.gov
contract Specialist:
name: Harold Nice
voice: 848-377-5265
email: Harlod.nice@va.gov
additional Items
special Instructions/remarks
response Instructions: Offerors Shall State Their Ability To Provide An Authorization Letter Or Other Means Of Verification From The Original Equipment Manufacturer (oem) Confirming It Is An Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system In Accordance With Va Acquisition Regulation (vaar) 852.212-72 And 852.212-73. Additionally, At The Time Of Solicitation Announced At A Later Date, The Offeror S Shall Explicitly Self-certify That It Will Not Provide Gray Market Goods And/or Counterfeit Items, As Defined By Va Acquisition Regulation (vaar) 852.212-72 And 852.212-73, And That It Has The Level Of Certification/specialization, As Required By The Oem(s). At The Time Quote Submission To The Solicitation Announced At A Later Date, Failure To Include The Requisite Oem Letter(s)/documentation And Offeror Self-certification May Render The Offeror S Quote Unacceptable And Thus, Ineligible For Award.
Closing Date15 Apr 2025
Tender AmountRefer Documents
Landkreis Potsdam Mittelmark Tender
Education And Training Services
Germany
Details: The Potsdam-Mittelmark district intends to implement an e-learning platform for the area of information security and data protection. This contract is to be awarded by way of a negotiated award without a prior competition. An e-learning platform for the subject area of information security and data protection is to be made available, the training content of which is to be regularly supplemented and updated. In addition to training our employees, the focus is also on raising their awareness. Current security measures, vulnerabilities and attack patterns, including phishing and social engineering, are to be taught in a learning environment prepared according to learning psychology aspects. Phishing campaigns are also to be sent out by email on a regular basis. Optionally, the platform should be expanded to include the subject areas of occupational safety, equal opportunities and anti-corruption. As part of the application management of the e-learning platform, it should be possible to activate different modules simultaneously and at different times. The activation of individual modules should be possible in the classification according to the corresponding fields of activity. Heterogeneous learning formats should guarantee that different learning types are addressed and that individual knowledge transfer takes place. A corresponding platform should therefore enable the following learning forms: gamification, videos, reading texts, voice notes (audios) and multiple-choice questions. The system should be compatible with AD connections and mobile use. The system must be able to transfer and update/synchronize the required data from the district administration's directory service via a secure interface in accordance with the state of the art. The system must also offer the option of implementing your own training units. The e-learning platform should either be operated "on premise" in the district administration's data center or as a cloud solution by the provider or a hosting service provider, whereby in the latter case the servers must be hosted within the European Union or the European Economic Area. In addition, it should be guaranteed that with a cloud solution there is a very high level of system availability (at least 99%) on the part of the provider. In addition, the provider should take technical and organizational measures appropriate to the risk to ensure the confidentiality, integrity and availability of the processed data.
Closing Date10 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Request For Information
national Teleradiology Program (ntp) Nextgen Picture Archive & Communications System (pacs)
1. Introduction
this Rfi Is For Planning Purposes Only And Shall Not Be Considered An Invitation For Bid, Request For Task Execution Plan, Request For Quotation Or A Request For Proposal. Additionally, There Is No Obligation On The Part Of The Government To Acquire Any Products Or Services Described In This Rfi. Your Response To This Rfi Will Be Treated Only As Information For The Government To Consider. You Will Not Be Entitled To Payment For Direct Or Indirect Costs That You Incur In Responding To This Rfi. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Into Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated Or Received For This Effort. Interested Parties Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Pay For The Information Submitted In Response To This Rfi.
any Information Received From A Contractor In Response To This Rfi May Be Used In Creating A Solicitation. Any Information Received Which Is Marked With A Statement, Such As Proprietary Or Confidential, Intended To Restrict Distribution Will Not Be Distributed Outside Of The Government, Except As Required By Law.
this Rfi Is Issued For The Purpose Of Collecting Information About Several Components Of A Next Generation Teleradiology Pacs To Integrate With The Existing Ntp Nextgen Pacs As Described Below.
(1) Vha Ntp Is Va S In-house Teleradiology Service And Has Been Providing 24x7 Service To Va Facilities For The Past Decade. Ntp Is Currently Supporting Over 120 Sites Across All Visns And Is Projected To Interpret 1.4 Million Studies Annually. Ntp Presently Has Small Reading Centers Located In The Following Cities: Durham, Nc; New York, Ny; Dallas, Tx; Menlo Park, Ca; Sacramento, Ca; Los Angeles, Ca; Portland Or; And Honolulu, Hi And Has Approximately 150 Radiologists Working Remotely. Seventy-five Percent Of The Ntp Workload Is Stat With A 1-hour Turn-around Time, So Every Component Of The Nextgen Pacs Must Integrate Seamlessly With A Common Goal Of Optimizing Workflow, Improving Quality And Minimizing Turn-around Time. The Vendor Must Be Committed To Initial And Ongoing Software Development To Customize Their Application To Meet The Evolving Needs Of Ntp.
(2) Ntp Is Currently Surveying Industry To Identify Potential Components Of A Best In Breed, Next Generation Modular Pacs That Is Currently Being Deployed In The Va Enterprise Cloud (vaec). The System Must Incorporate At A Minimum The Following Features:
workflow/assignment Engine For Subspecialty Assignment, Image Routing And Turn-around Time Optimization
real-time Productivity Tracking For Each Radiologist
workflow Tools Such As Integrated Ad-hoc And Assigned Peer Review
tech/image Quality Feedback, Critical Result Notification/callback
ntp Pacs Assistant Image Intake Portal For Pre-read Qc (optional)
hl7 Integration To All Instances From Vista And Cerner
the System Must Be Scalable Such That Visns Could Elect To Deploy The System And Would Have Their Worklist, User Database, And Workflow Tools Separate And Distinct From Ntp.
2. Submittal Information:
all Responsible Sources May Submit A Response In Accordance With The Below Information.
no Marketing Materials Are Allowed As Part Of This Rfi. Generic Capability Statements Will Not Be Accepted Or Reviewed. Your Response Must Address Capabilities Specific To The Services Required In The Attached General Requirements And Must Include The Following:
(a) Interested Vendors Shall At A Minimum, Provide The Following Information In The Initial Paragraph Of The Submission:
name Of Company
address
point Of Contact
phone Number
fax Number
email Address
company Business Size And Status
for Vosb And Sdvosbs, Proof Of Verification In Vip.
naics Code(s)
socioeconomic Data
data Universal Numbering System (duns) Number
existing Contractual Vehicles (gwac, Fss, Or Mac)
(b) Provide A Summary Of Your Capability To Meet The Requirements Contained Within The Draft General Requirements For The Following Areas:
provide A Summary Of Your Technical Capability To Meet The General Requirements As Well As Responses To Specific Questions At The End Of The General Requirements.
corporate Experience Or Expertise In Performing These Services And Specific Examples Or References. Specific Examples Or References Provided Must Include The Agency, Point Of Contact, Dollar Value, And Contract Number.
questions:
what Is Your Current Market Share For Deployments Over 500,000 Annual Cases?
how Many Pacs Deployments Do You Currently Have In Production That Handle Annual Volumes In Excess Of 1m, 5m Annual Cases?
what Is The Current Yearly Volume Of Your Largest Deployment? What Is Your 2nd Largest?
do You Have Any Multi-site Deployments Hosted In A Fedramp Certified Data Center?
system Monitoring Of Critical Servers And Services Is Required To Ensure 99.99% Uptime. How Is This Accomplished? Is The System Status Data Periodically Transmitted Back To The Vendor? What Data Is In The Message? Note That The Message Cannot Include Patient Identifiers.
what Does Your High Availability Deployment Look Like? Can Multiple Virtual Machines Be Active At The Same Time? Is Active/passive Only? What Steps Are Required To Failover To The Passive Server(s)? Service Stop And Starts? File Copies?
the Ntp Microsoft Sql Cluster Is Configured Using Ag, Multi-subnet, And Synchronous Replication. If Product Requires Microsoft Sql Please Describe Any Concerns With These Settings? What Are The Processor And Memory Requirements For Any Sql Databases?
responses Are Due No Later Than 10:00am Est, Friday, March 7, 2025, Via Email To Heera Polanco, Contract Specialist At Heera.polanco@va.gov And Kathryn Pantages, Contracting Officer At Kathryn.pantages@va.gov. Please Note Ntp Nextgen Pacs Components ( In The Subject Line Of Your Response. Mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive. The Email File Size Shall Not Exceed 10 Mb.
3. General Requirements
the Ntp System Will Have The Following Major Characteristics:
intuitive, Stable And Easy To Use User Interface For The System, Designed To Optimize Radiologist And Pacs Assistant Productivity And Quality.
system Should Be Designed With A Focus On Human Factors To Optimize Efficiency, While Minimizing Viewer Fatigue And The Incidence Of Repetitive Motion Injuries.
the Contractor Shall Design, Deploy, And Support The System To Handle Receiving All Vha Radiology Hl7 Messages, Covering 12 To 15 Million Annual Exams. Of Those, Up To 2 Million Exams/studies Will Be Read By The Ntp Team. The Additional Hl7 Messages Are Used For Patient History. Full Activation To Be Completed No Later Than September 1, 2025. Phase 2/optional Task 1 Shall Include Expansion Of Up To 7 Visns And Up To 9 Million Annual Exams Total Will Be Read Within The Ntp Nextgen Pacs (combined Ntp And Visns).
50-100 Million Reports Are Available In The Ntp Legacy Pacs System. Product Must Be Capable Of Either Importing The Legacy Studies For The Patient Jacket Or Receiving The Historical Studies Using Just In Time Delivery Via Hl7.
system Must Be Optimized For Wan Use.
system Shall Have An Integrated Radiologist Worklist With Study Locking Across The Application In Less Than 0.5 Seconds To Prevent Duplicate Reading. Ntp Shall Have A Distinct Worklist With Designated Assignment Engine/workflow Tools, While Visn Pacs Shall Have The Option To Set Up Unique Visn-based Or Site-based Worklists For Their Use.
system Provides An Integrated Tool For Instant Messaging (im) Communication Within The System Between Radiologists And/or Support Staff With The Ability To Send Embedded Study Links In The Messages. Im Tool Will Have The Ability To Broadcast Messages To Online Users With Individual And Group Responses.
upon Receipt Of A Preliminary Or Final Hl7v2 Encoded Report Generated By A Va Customer Site, The Study Shall Automatically Be Removed From The Ntp Unread Worklist And The System Shall Prevent Ntp Interpretation Of The Study. For Sites Using Nextgen Pacs, Their Worklist Shall Include A Designation That The Study Was Assigned To Ntp, But The Hl7 Message Shall Still Be Broadcast To Vista Or Cerner For Study Tracking Purposes.
integrated Acr Compliant Peer Review Functionality With On Demand And Assigned Workflows. Peer Review Will Incorporate Separate Workflow And Scoring Methodologies For Internal Ntp Peer Reviews And Separately Focused/ongoing Peer Reviews That Ntp Performs For Va Customer Facilities.
worklist Options To Include Community/shared Worklist, Subspecialty Group Worklist, And User Specific Worklist Assigned Via Assignment Engine.
technical Support
vendor Must Provide 24x7x365 Technical Support Via The Prime Vendor Help Desk With Off-hours Escalation To Senior Level Support Within 15 Minutes Of Initial Call.
vendor Must Provide An Ongoing Commitment To Ntp For Continuous Product Development And Enhancement To Ensure That The System Remains On The Most Current Version Deployed. Application Updates Must Not Require Elevated Privileges To Install On Client Workstations.
vendor Must Agree To Comply With All Applicable Va Security Requirements, To Include Disa Stigs
vendor Will Be Responsible For All Os Patching, Av Updates And Application Updates/upgrades To Meet Va Security Requirements. Windows Os Patches Are Available Via An Internal Wsus Repository. Linux Servers Must Also Be Patched And Can Be Managed Through The Va Rhel Satellite Server Provided The Linux Servers Meet The Va Baseline. If Linux Based And Not Utilizng The Va Baseline Of Redhat 8 Or 9, Vendor Will Be Responsible For Managing Updates Independent Of The Va Satellite Server.
software Maintenance For Application And Associated Components To Include Updates And Upgrades And All Requisite Security Maintenance To Remain In Compliance With Nist, Fisma, And Va Security Standards Will Be Provided And Installed By The Vendor.
the Maintenance Window For Software Updates Will Be Limited To 15 Minutes Of Downtime Tuesday-thursday Mornings Unless Otherwise Specified By The Va. Maintenance Updates/upgrades Requiring Longer Than 15 Minutes Will Be Addressed On A Case-by-case Basis But Should Not Exceed 60 Minutes.
architecture And Security
the Ntp System Is A Mission Critical Application That Is Required To Be Online 24x7x365. The System Shall Be Designed And Deployed With Appropriate Redundancy And Fault Tolerance To Eliminate Single Points Of Failure. The Target Uptime Threshold For The Overall System Must Be 99.99%. The Contractor S Design And Technical Support Infrastructure Must Meet Or Exceed That Level Of Performance. System Shall Be Designed For 99.99% Uptime As Measured By 24x7 Availability With Performance Penalties Applied When Uptime Falls Below 99.9% As Calculated Monthly. Downtime Will Be Defined As Failure Of One Or More Components That Measurably Impacts Va S Ability To Receive Or Interpret Studies Or Transmit Reports To The Originating Emr. Contractor Shall Provide Ntp And Visns With A Monthly Uptime Report With Adjusted Billing Of The Ongoing Service/support Cost Per The Discount Rate Below. Note That Scheduled Downtime Such As Work To Complete Software Upgrades And Maintenance Is Excluded From The Downtime Calculation. Fail-over And/or Test Servers Shall Be Used To Perform These Activities With Little Or No Impact To The Clinical Operations.
microsoft Sql Requirements Must Support Multi-subnet Sql Ag Configurations.
system Shall Be Deployed With Federal Information Processing Standards (fips) 140-2 Or Successor Compliant Encryption Of Sensitive Data At Rest.
system Will Be Designed To Optimally Utilize Bandwidth Across The Va Wan And To/from The Cloud-based Components.
the System Has Three Possible Deployment Methods. First, Virtual Machines Within The Va Subscription Of The Azure Govcloud Virginia Using Availability Zone 1 And 2 For Redundancy. Second, A Private Cloud Deployment Within The Va Azure Govcloud Virginia Subscription That Supports Multiple Azs For Failover. Third, Saas With A Current Fedramp Authorization For High Impact.
for The Private Cloud Deployment Within The Va Azure Govcloud Virginia Scenario All Azure Native Services Must Be Approved By The Va For Use. The Availability Of Azure Native Services In Govcloud Does Not Mean It Has Been Approved By The Va.
all System Components Will Be Covered Under Ntp S Nextgen Pacs Authority To Operate (ato) And Vendor Must Meet All Of The Design, Development, Documentation And Sustainment Requirements Of The Ato For Initial Deployment And On An Ongoing Basis.
annual Order/report Capacity Should Be Sized For 20m Studies Combined Across Both Emrs.
contractor Shall Provide Database Access To Ntp's Analytics Application, Foundations By Health Level Inc., Such That Data Can Be Extracted From The System To Foundations. Additionally, The System Shall Provide Workflow Status Messages To Foundations Via Hl7 Messages For Tracking And Analytics Report Creation. Sample Workflow Status Messages Include But Are Not Limited To, Image Receipt, Qa Approved To Dictate, Study Opened, Report Started, Final Report Signed, Etc.
system Will Utilize Normalized Vista Generated Accession Numbers To The Following Format: ###-mmddyy-123 Where ### Is The 3-digit Site Code For The Originating Vista Instance And Similarly All Studies And Reports That Utilize Ssn As The Primary Identifier Will Have Their Data Normalized To The Dashed Format 000-00-0000.
for Sites That Utilize Cerner As Their Emr, The System Will Be Able To Uniquely Identify The Patient Via Both The Edipi And Ssn And Will Utilize An Mpi.
the Va Has Four Possible Patient Identifiers, Edipi, Ssn, Icn, And Dfn (vista Only). System Must Support Multiple Patient Identifiers.
all Reports Within The Nextgen Pacs System, Both Ntp Generated And Those That Are Created At Local Sites, Will Be Viewable Within The Patient Jacket Of The Worklist.
contractor Shall Provide A Fully Operational Test Instance Of The System With All Components. This Shall Be Used For Cerner Interface Testing, Application Upgrade Testing And Potentially As A Backup In Case Of Either Catastrophic Failure And/or Serious Cybersecurity Events. The System Shall Be Capable Of Simulating At Least 10% Load Of Current Production.
deployment With Final Validation To Be Completed No Later Than September 1, 2025.
post Ntp Deployment, Visns May Elect To Exercise Optional Line Items On The Idiq To Utilize The System With A Separate Organizational Structure. For Visn Options, Vendor Will Also Handle Report Migration And Will Provide 5 Years On-site Data Storage At A Central Visn Location If Required For Application Performance.
system Shall Interface With Existing Ntp Stat Web Portal. Stat And Critical Cases Sent To Ntp Have 2 Separate Submission Components: Dicom Export Of Case To Be Read Along With Relevant Priors And An Accompanying Web Portal Submission. The Web Portal Submission Is Used By The Techs At The Site To Notify Ntp That A Case Has Been Sent And It Provides Contact Information If A Callback Is Required, Image Count, Exam Notes, Etc. The Existing Web Portal Sends Pacs An Hl7 Message With The Submitted Information. That Data Shall Be Incorporated Into Pacs For Pre-read Qc And Radiologist Viewing. The Stat Portal Hl7 Messages Do Not Include The Pid Segment. Vendor Must Support Adding The Stat Portal Data Based On Accession Number And Only Update The Hl7 Data Provided By The Stat Portal And Not Erase Other Hl7 Fields Not Provided By The Stat Portal Hl7 Message.
system Shall Be Designed And Deployed Such That It Is Installed On Medical Device Virtual Local Area Networks (vlans) And Behind Access Control Lists (acls) Or Firewalls.
for All Contractor Deployed Components, All Unused Services Shall Be Disabled. The Systems Shall Be Hardened To The Greatest Extent Possible Without Impacting Clinical Performance Or Utility.
all Hl7 Traffic Shall Utilize Resilient Links That Shall Auto-restart With Message/data Failure/rejection/time-out And The System Shall Include A Notification Mechanism To The Contractor And Ntp Support When Failure Is Detected.
hl7 Interfaces Shall Support Tls 1.2 Or Its Successor For Connection To Va Data Access Services (das) (va's Centralized Hl7 Broker And Gateway) And Rhapsody Corepoint. The System Shall Support Hl7 Adt, Orm And Oru Messages From All Va Emrs.
system Shall Be Designed To Optimally Utilize Bandwidth Across The Wide Area Network (wan) And To/from The Cloud-based Components.
at A Minimum, The System Shall Log Transactions In An Audit Trail At The Following Time Points: User Logon/logoff, Receipt Of Images By Pacs, Each Instance Of A Study Being Opened And Who Viewed And Closed That Study, On Which Workstation It Was Viewed (including If It Was Opened From The Emr), Start Of Reporting, Signature Of Report, Successful Upload Of Report, Deletion Of Study And/or Report, And Any Change To Demographic Or Study Information. Logs Shall Be Maintained While The Study Is On The System. If A Study Is Deleted And Subsequently Repulled, The Original Audit Trail Shall Be Reinstated.
the Audit Trail Shall Be Kept For No Less Than Three Years And All Messages Shall Be Synced With An Internal Va Time Server.
transmission Of Any Data Outside Of The Va Network Shall Be Via A Va Approved Vpn Solution And Is Allowed Only With Fips 140-2 Compliant Encryption. Sensitive Patient Information Shall Not Be Stored Outside Of Va Organizational Control For Purposes Other Than For Short Term Troubleshooting Purposes. After The Requirement For The Data Has Been Satisfied, The Data Shall Be Securely Erased.
workstations And Servers Shall Run Anti-virus Software And Accept Automated Patching.
non-diagnostic Workstations For Tech And Pacs Admin Access Shall Utilize The Standard Va Baseline Pc Image And Shall Operate With The Full Suite Of Va Security Controls. All Applications, Web-apps And Associated Components Required For Non-diagnostic Support, Workflow, Management, Administration, And Operation Shall Be Required To Be Fully Functional On A Va Baseline Image Pc.
web-based Applications For Diagnostic And Non-diagnostic Workstations Shall Be Fully Functional With Va Baseline Versions Of Edge And Chrome Browsers And Accept The Va Browser Security Settings.
system Shall Operate Without External Internet Access Per Va Medical Device Protection Program Guidelines (exclusive Of Vpn Connectivity).
the Database Shall Be Dedicated Solely To The System And Comingling Storage Of Va Phi Data With Any Non-federal Data Is Not Permitted.
system Administration
the Selection Of A Critical Results Diagnostic Code By A Radiologist Shall Automatically Initiate A Support Request Via The Communication Tool And Support Worklist To Initiate A Callback To The Referring Provider.
integration
system Shall Interface With The Va S Master Person Index (mpi), Which Is The Primary System For Assigning And Maintaining Unique Person Identifiers And Provides Enterprise-wide Identity Management. The Ntp Rhapsody System Will Query The Va Mpi And Provide The Edipi And Icn Patient Identifiers. The Worklist Software Must Be Able To Accept Mpi Maintenance Messages To Correct Any Patient Icn Identifier Misconfigurations That Mpi Identifies And Report The Status Of The Correction.
system Shall Support Multiple Identifiers For Each Patient Via Internal Master Patient Index (mpi) Functionality Internal To The System. System Must Be Able To Seamlessly Function With Both Vista And Cerner Emr Interfaces And Be Able To Utilize The Appropriate Primary Patient Identifier For Each Respective System To Uniquely Identify Patients And Ensure A Patient S Data Appears As A Singular Instance Within The System.
seamless Hl7 Integration With Ntp Nextgen Pacs Rhapsody Corepoint Hl7 Engine.
seamless Integration With Ntp Nextgen Pacs Voice Recognition System (nuance Powerscribe One 2019).
seamless Integration With Ntp Nextgen Pacs Mach7 Eunity Viewer.
seamless Integration With Ntp Nextgen Pacs Blackford Ai Suite Of Applications For Intracranial Hemorrhage (ich) Identification, Large Vessel Occlusion (lvo) Breast Density And Breast Cancer/nodule Detection. Ai Results Will Be Incorporated Into Study Prioritization.
the System Shall Provide Seamless Integration With Va/dod Joint Legacy Viewer (jlv), Which Requires The Use Of Clinical Context Object Workgroup (ccow). This Shall Include A Button To Launch Jlv Directly From Within The Pacs Application, Have It Pass Patient Context Via Ccow To Jlv, And Then Maintain Patient Context As Different Studies Are Viewed Within The Pacs (i.e. Update Ccow Context).
system Must Support Application Authentication Using Single Sign-on (sso). Options For Sso Include Va Active Directory And Azure Entra Id.
client Viewer
the System Shall Be Designed To Accommodate 4 Different Categories/priorities: Crit, Stat, Asap/inpatient, And Routine, With Distinct Turn-around Times (tats) For Each Level. The Worklist Shall Display The Time Remaining Before Expiration Of Tat For Each Unread Exam And Tat Shall Be Calculated From The Time, New, Unread Images Are Received And Available For Ntp Interpretation.
the System In Conjunction With The Pacs Diagnostic Viewer And Associated Voice Recognition Window Shall Fully Launch And Be Ready For Review/dictation Within 3 Seconds After Study Selection From The Worklist Or Activation Of The Next Study Function. Performance Target Shall Be Met For Users Working Within A Va Site And Home Users Working Via Vpn At 10 Mb/s Minimum Throughput.
the Radiologist Viewing Client Shall Run On Va-provided Hardware With Windows 10 Ltsc Or Windows 10 Enterprise Operating System Or Windows 11. Workstations Shall Support Va Approved Anti-virus Software (currently Windows Defender But May Change With Subsequent Va-wide Av Award). Av Shall Be Deployed With Contractor Provided File Or Folder Exclusions. Pacs Workstations Shall Permit Automated Windows Patching.
any Software Running On The Radiologist Desktop Must Be Able To Be Updated Without Requiring Administrative Privileges On The Desktop. A Pop-up Indicating A Client Update That The Radiologist Can Run As A User, Not Administrator, On The Desktop Is Acceptable.
end User Applications Shall Be Made Compatible With Any New Windows Major Versions Within 24 Months Of Its Commercial Release.
the System Shall Be A Cloud-native Design With Dynamic Streaming As A Fundamental Design Feature. The System Shall Be Fast, Intuitive, Stable, Easy To Use, And Designed To Optimize Productivity And Quality And Reduce Repetitive Motion Injuries.
data Cached/stored On The Workstation Shall Be Deleted From The System At The Close Of The Study Or Application.
system Shall Include A Real-time Productivity Tracking Tool Visible For Each Respective Radiologist Within Their Pacs Worklist. The Tool Shall Be Configurable To Display Daily Wrvu Or Adjusted Wrvu (ntp Specific Wrvu Values Per Cpt Code And Loinc Codes For Cerner Sites).
system Shall Include An Integrated Collaboration Tool For Communication Within The System Between Radiologists And/or Support Staff With The Ability To Send Embedded Study Links In The Messages. Collaboration Tool Shall Have The Ability To Broadcast Messages To Online Users With Individual And Group Responses And Shall Incorporate Logging As Well.
the System Shall Provide The Ability For Radiologists To Jointly Confer On A Study In Real Time While They View It.
the System Shall Provide Visual Cues On The Worklist That Indicate A Study Is Approaching Expiration Of The Assigned Turn-around-time Within The 4 Priorities (crit, Stat, Asap, And Routine).
the System Shall Provide A Separate Visual Cue On The Worklist To Indicate A Study Is Overdue From The Assigned Turn-around-time Within The 4 Priorities (crit, Stat, Asap, And Routine).
the Radiologist Shall Be Notified If Another User Is Viewing The Same Exam On Another Workstation And Shall Be Prevented From Creating A Duplicate Report.
the System Shall Immediately Notify The Radiologist If A Local Report For A Study They Are Viewing Has Been Received. This Can Occur When A Site Disregards The Stub Message Or Initiates Dictation Before The Ntp Stub Report Is Filed. The System Shall Also Immediately Notify The Radiologist If Additional Images Are Received On A Case They Are Currently Dictating.
worklist Shall Allow Manual Reassignment Of Studies To Another Radiologist, Indicate What Studies Have Been Reported, And Whether The Report Has Uploaded To The Emr Successfully. Manual Reassignments Shall Be A Logged Event As This Process Needs To Be Highly Monitored.
patient History And Reason For Study Shall Be Mapped From The Hl7 Message And Shall Be Available For Review Within The Worklist.
artificial Intelligence
positive Ai Findings Shall Trigger A Change To A Higher Priority Status In The System. Negative Findings Shall Not Decrement The Submitted Priority Level.
workflow Tools
the System Shall Include A Closed-loop Support Request Tool Between Support And The Radiologists To Facilitate Assistance Requests And Critical Results. The Support Tool Shall Provide A Mechanism For Support To Claim A Request, So Multiple Individuals Do Not Work On The Same Problem And The Requestor Knows Who Has The Assignment. The Support Tool Shall Track Issues From Initiation To Resolution With Time Stamps Along Each Step And Export Of Data To Foundations For Tracking.
system Shall Include An Internal Collaboration Tool. User List Shall Default To Online Users Within The Logged In User S Organization (ntp, Visn X Or Site Y) But Shall Permit Cross Org Communication Via Org Drop Down Selection.
system Shall Immediately Assign Critical Exams (stroke And Intraoperative Radiograph) To A Qualified Radiologist Once Processed By Support And Shall Be Treated As The Highest Priority. Once Cleared To Read, The Assigned Radiologist Shall Receive An Automated Notification Within Their Worklist Or Viewing Window Alerting Them That They Have A Case That Needs Immediate Interpretation.
upon Receipt Of A Stat Or Crit Web Portal Request, The System Shall Automatically Upgrade The Priority Of The Case Within The System To The Same Status Regardless Of The Hl7 Orm Priority Value And The Escalated Priority Shall Remain Locked Unless Manually Changed By Support. Subsequent Hl7 Messages Cannot Downgrade Only Upgrade The Priority.
the System Shall Incorporate A Post-assignment Problem List To Track Cases That The Radiologists Identify Which Need To Be Addressed By Support Prior To Sign Off. Worklist Shall Function Similar To The Pre-read Qc List Where Support Will Claim The Case And Will Address The Issue Until Resolved. The Post-assignment Problem List Shall Also Incorporate Workflow For Critical Callbacks Where The Radiologist Is Notifying Support That A Critical Callback Is Required.
integrated American College Of Radiology (acr) Compliant Peer Review Functionality With On Demand And Assigned Workflows Shall Be Provided. Peer Review Shall Incorporate Separate Workflow And Scoring Methodologies For Internal Ntp Peer Reviews, Peer Learning And Peer Reviews That Ntp Performs For Va Customer Facilities. Note The System Shall Include Similar Peer Review Capabilities For The Visn System, However The External Review Functionality Is Typically Used By Ntp. The Specific Scoring Criteria That Is Used For Each Type Of Review (ntp Internal Versus Vha-site Focused Review) Shall Be Specific For Each Org, E.g. Ntp Peer Reviews Will Have Radpeer Scoring As The Displayed Option While A Review For Site A Would Have Met/not Met Criteria Listed And Site B Review Would Display Radpeer.
assignment Engine & Worklist
the System Shall Include An Assignment Engine (ae) That Is Fully Integrated With The Pacs Worklist. The Ae Design Shall Be Designed To Minimize Report Turn-around Time While Maximizing Subspecialty Interpretations.
ae Shall Support No Less Than 12 Distinct Subspecialty Designations For Stat And Crit Workflow And No Less Than 12 Designations That Are Applicable For Routine And Asap Priority Cases.
ae Shall Utilize A Combination Of Cpt Codes, Loinc Codes (for Cerner Sites), Study Descriptions, And Priorities To Identify The Subspecialty Group(s) For Each Case To Be Interpreted.
ae Shall Assign A Fixed Number Of Crit/stat And Asap/routine Cases To Each Logged In Radiologist. The System Shall Also Support Assignment Of A Fixed Wrvu Amount To Each Active Radiologist.
system Shall Have A Default Setting Of Auto Next To Automatically Open The Next Case On The Radiologist S Worklist Along With Associated Report Template. Disabling Auto Next Shall Be An Elevated System Privilege.
system Shall Incorporate A Skip Function That Shall Allow A Radiologist To Move To The Next Case And Temporarily Bypass Auto Next. If Skip Is Invoked, It Shall Require A Comment From The Radiologist And It Shall Be An Auditable/logged Event.
ntp And Visns Shall Operate On Unique Instances Of The Ae So That Ntp Workflow Shall Not Dictate Subspecialty Assignment For Other Visns Who Use The Nextgen Pacs. In Other Words, Each Org, (ntp, Visn1, Visn2, Site X) Shall Have Their Own Worklist And Ae Setup And An Administrative Tool To Manage Ae Configuration.
ae Shall Continually Update System Status In The Background And Within 1 Second Of Report Signoff, It Shall Have The Next Available Case Assigned To Any Radiologist.
ae Shall Be Configurable By Pacs Administrators Via Gui To Change Assignment Parameters, Subspecialty Groups And Subspecialty Mapping.
multipart Exams Such As Ct Chest Plus Abdomen/pelvis Shall Be Managed As Separate Exams If Sent To The Pacs With Distinct Image Sets And Shall Be Evaluated By The Ae Accordingly.
system Shall Support The Use Of A Fixed Set Of Mandatory Worklists Or Worklist Filters That Shall Be The Default Configuration Within The System. Example Worklists May Include: Crit Exams, Crit And Stat, Etc.
Closing Date7 Mar 2025
Tender AmountRefer Documents
City Of Pagadian Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods, Charged To 1011-300-5-02-03-990/ 7saip20-9000-c3, 4saip21-9000r-d-23, Rf23-1000-2a-1f, Rf24-1000-2a-1g With An Approved Purchase Request No. 564, As Described Below: Pbg-2025-03-59 Acquisition Of City-wide High Definition Closed Circuit Television System And Command & Control Center Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ 1 26 Pcs 5ghz Connectorized Hub 30,120.00 783,120.00 •antena Type: Connectorize •power Consumption: 12 Watts •input Voltage: 30 Vdc •dimensions: 22.2 X 12.4.5 Cm (8.75 X 4.9 X 1.75 In) W/o Bracket •weight 0.7 Kg (1.5 Lbs) W/o Bracket •environment : Ip 67 •temperature: -30 °c To 60 °c (-22°f To 140 °f •wind Survival: 200 Km/h (124 Mph) •certificatrions: Fccid - 78h-89ft0047, Ic-109w-0047, Ce-en 301 893 V2.. 1.1 (5.4 Ghz), En 302 502 V2. 1.1 (5.8 Ghz) 2 18 Pcs 5ghz Sector Antenna, 90/120 With Mounting Kit 21,920.00 394,560.00 Frequency Range: 4.9 Ghz To 5.97 Ghz Gain 18dbi •3 Db Beamwidth - Azimuth: 90 Degrees •6 Db Beamwidth - Azimuth: 120 Degrees •3 Db Beamwidth - Elevation: 6 Degrees •polarization: Horizontal & Vertical •port - To - Pork Isolation: > 30 Db •front - To - Back Ratio: 35 Db •mounting Connectors: 2 X Rp Sma •environment : Ip 65 •radome Material: Uv Protected Abs 3 8 Pcs 5ghz Dish Antenna - 30dbi 13,180.00 105,440.00 •dimensions: 650 X 650 X 386 Mm (25.6 X 15.2 ") •weight 7.4 Kg (16.31 Lb) •frequency Range: 5.1 - 5.9 Ghz •gain: I 30 Dbi •hpol Beamwidth: 5.8 "(3db) •vpol Beamwidth: 5.8 "(3db) •f/b Ratio:30 Db •wind Loading: 790 N @ 200 Km/h (178lbf @ 125 Mph) •wind Survivaliliby: 200 Km/h (125 Mph) •polarization: Dual-linear •cross-pol Isolation: 35 Db Min •etsi Specification: En 302 326 Dn2 •mounting: Universal Pole Mount, Rocket Bracket, And Weatherproof Rf Connectors Included 4 8 Pcs Dish Antenna Radome 5,600.00 44,800.00 •reduce Wind Load •protects Antena Surface From Nature's Harshest Elements •conceals Antena Feed Equipment From Public View 5 25 Pcs 5ghz Direction Client - 19dbi 24,940.00 623,500.00 •antenna Type: Flat Panel •antenna Gain: 19 Dbi •power Consumption: 12 Watts •input Voltage: 30 Vdc •dimensions: 27.8 X 27.8 X 4.5 Cm(10.9 X 10.9 X •weight: 1.45 Kg (3.2 Lbs) •environment: Ip 67 •temperature: -30 °c To 60 °c (-22°f To 140 °f •wind Survival: 200 Km/h (124 Mph) •certificatrions: Fccid - 78h-89ft0047, Ic-109w-0047, Ce-en 301 893 V2.. 1.1 (5.4 Ghz), En 302 502 V2. 1.1 (5.8 Ghz) 6 28 Pcs 5ghz Direction Client - 19dbi 22,340.00 625,520.00 •antenna Type: Flat Panel •antenna Gain: 16 Dbi •power Consumption: 12 Watts •input Voltage: 30 Vdc •dimensions: 12.4 X 25.1 X 11.9cm (4.9 X 9.9 X 4.7 In) •weight: 0.50 Kg (1.1 Lbs) •environmental: Ip 55 •temperature: -30 °c To 60 °c (-22°f To 140 °f) •wind Survivability: 200km/h (124mph) Certifications: Fccid - Z8h-89ft0047, Ic-109w-0047, Ce-en 301 7 79 Pcs 5ghz Direction Client - 19dbi 4,200.00 331,800.00 •transfer Rate: 1000 Base T •connectors: Two X Rj-45 •nominal Voltage: 30v •protects Mode: Line - To - Line And Line-to-ground •surge Arrestor: Tvs Diods (transparent Voltage) •surge Current Rating, L-g, Total 216a, 10/1000us •response Time: 5 Nanoseconds Typical •mounting: Pole Mount Or Wall Mount •weight: 0.34 Kg (156 Gm) •wind Survivability: 200km/h (321 Km/hour) •operating Temperature: -40 °f To (-40 °c To + 140 °f (+ 60 °c) •humidity: 100% Condensing •environmental Protection: Ip54 (dust And Water Intusionprotection) 8 4 Pcs 5 Ghz High Quality Capacity Ptp Broadband 83,110.00 332,440.00 •5.17 To5.9 Ghz •up To 1.4 Gbps •builtin Live Spectrum Analyser •ipv6/ipv4 Dual-stock Management Support •ae 128 Encryption •linkplanner Support •cnmaestra Support •arqsupport 9 4 Pcs Gigabit Ethernet Surge Suppressor 56v 4,720.00 18,880.00 •transfer Rate: 1000 Base T •connectors: Two X Rj-45 •nominal Voltage: 56v •protection Mode: Line - To - Line And Line-to-ground •surge Arrestor: Tvs Diods (transparent Voltage) •surge Current Rating, L-g, Total 172a, 10/1000us •response Time: 5 Nanoseconds Typical •mounting: Pole Mount Or Wall Mount •weight: 0.34 Kg (156 Gm) •wind Survivability: 200 Km/h (321 Km/hour) •operating Temperature: -40 °f To (-40 °c To + 140 °f (+ 60 °c) •humidity: 100% Condensing •environmental Protection: Ip54 (dust And Water Intusionprotection) 10 397 Pcs 4mp Ir Varifocal Bullet Network Face Recognation 63,030.00 25,022,910.00 Camera Face Recognation Camera •high Quality Imaging With 4 Mp Resolution •excellent Low-light Performance Via Dark Fighter Technology •clear Imagining Againststrong Bucklight Due To 140 •efficient H.265 + Compression Technology To Save •5 Streams To Meet A Wide Variety Of Application •water And Dust Resistant (p67) And Vandal Proof (1k 10) 11 144 Pcs 4mp Ir Varifocal Bullet Camera 24,900.00 3,585,600.00 •1/3 " Progressive Scan Cmos •2688 X 1520 @ 30fps •2.7 To 13.5 Mm Varifocal Tens •color: 0.01 Lux @ (f1.2 Agc On) 0.018 Lux @ (f1.6 Agc On), 0 Lux With Ir •h.265+, H.265+, H.264+, H.264 •threestream •120db Wdr •junction Box Include In The Package •blc / 3d Dnr / Roi / Hlc •ip67 •built -in Micro Sd/sdhc/sdxc Card Slot,up To 128 Gb •3 - Axis Adjustment •metadota Of Intrusion Detection, Line Crossing Detection, Unattended Baggage Detection, And Object Removal Are Supported. 12 143 Pcs 8-inch 4mp 25 X Ir Network Speed Dome Camera 151,150.00 21,614,450.00 •1/1.8" Progressive Scan Cmos •high Quality Imaging With 4 Mp Resolution •25x Opticalzoom And 16x Digital Zoom Provide Close Up View Over Expensive Areas •expanssive Night View With Up To 400 M Ir Distance •water And Dust Resistant (p67) •supports Face Capture To Detect Capture, Grade, And Select Face In Motion •support Road And Traffice To Detect Vehicles 13 143 Pcs Power Over Ethernet (poe) Adopter 1,550.00 221,650.00 •output Voltage: 50vdc @ 1.2a •rated Voltage: 100-240vac @ 50/60 Hz •4 Pair Powering: Pins 1, 2, 4, 5 (+) And Pins 3, 6, 7, 8(-) •data In/poe: Rj45 Shield Socket 14 8 Pcs 49-inch 3.5mm Lcd Display 149,310.00 1,194,480.00 •screen Size: 49 Inches •backlight: Direct-lit Led Backlight •pixel Pitch: 0.56 Mm •physical Seam: 3.5mm •bezel Width: 2.3 Mm (top/left), 1.2mm (bottom/right) •brightness: 500 Cd/m2 •view Angle:n Horizontal 178 ; Vertical 178° •video & Audio Input: Hdmi X Dvi X 1, Vga X 1, Dp X 1, Usb X 1 15 8 Pcs Wall - Mounted Bracket 19,340.00 154,720.00 •solid Steel Structure, Preventing Screen Bending For Twisting •cold - Rolled Steel Plate (spcc) •quick And Easy Installation •front Maintenance 16 4 Pcs 4k Decoder 197,440.00 789,760.00 •16-ch Decoding At 12mp Hdmi Output: 4k: 340 X 2160 @ 30 Hz (for Odd Interface Only); 1080p: 1920 X 1080 @ 50/60 Hz; •h.265+, H.264+ / H.264, Mpeg4, And Mjpeg Video Compression •ps, Rtp, Ts, Es, And Hik Encapsulating Formats •10 / 100 / 1000 Mbps Self-adaptive Management Network Interface; 2; 10/100 / 1000 Mbps Self-adaptive Ethernet Interface: 16; 10m / 100 Mbps Self-adaptive Ethernet Interface. 17 1 Pc Video Wall Controller 378,820.00 378,820.00 •slot Number : 9 (6 X Input, 3 X Output) •motherboard: Network Interface: 1 10m/100m/1000mself-adaptive •ethernet Interface: Usb Interface: X Usb 2.0 (reserved); Rs - 232 •serial Interface : 2 •chasis : Standard $u Chassis The Virtual Output Of Client Software With Real Output Of Controller. 18 6 Pcs Input Board, 4-ch Hdmi Input, Resolution 153,890.00 923,340.00 1920* 1200 And Below 19 3 Pcs Out Put Board, 4-ch Hdmi Output, Resolution 153,890.00 461,670.00 3840 * 2160 @ 30hz And Below 20 4 Pcs 21.5-inch Fhd Monitor 37,470.00 149,880.00 •led Backlit Technology With Full Hd 1920 X 1080 •wide View Angle : 170 * (h) /160 * (v) •image Processing:3d Comb Filter,3d De-interlace,3d Noise Reduction •multifly Input: Hdml, Vga, Bnc, Audio •built -in Speaker •external Video Play Via Usb •high Reliability And Stability,24/7 Operation 21 2 Pcs Vms Workstation 146,780.00 293,560.00 •windows 10 Pro •intel Core I7 •16gb Ram •4gb Graphics Card •gigabit Ethernet Card •500gb Hdd •optical Mouse & Keyboard •back- Ups 650va 22 1 Pc 18.5-inch Monitor 33,340.00 33,340.00 •led Backlit Technology With Full Hd 1366 X 768 •image Processing:3d Comb Filter,3d De-interlace, 3d Noise Reduction •multiple Interfaces: Hdmi, Vga •wide Viewing Angle: Horizontal 90°, Vertical 65° •24/7 Operation 23 1 Pc Video Management System Server 475,150.00 475,150.00 •cpu: E2124 X 1 •hard Disk: 1t 7.2k Sata X 2 •divice Dimensions : Form Factor: Rack (1u) •chassis Width: 434, 00mm (17.08 In) •chassis Depth: 595.63 Mm (23.45 Hhd Config) •memory: 16gb Ddr4 Dimm •storage Controller: H330 X •power Supply: Single 250 X W (bronze) Power Supply •embedded Management: Idrac9 With Lifecycle I/o & Ports: Nic : 2 X 1gbe Lom Network Interface 24 1 Pc Intelligent Fusion Server 2,964,200.00 2,964,200.00 •equiped With Professionalgpu Card, Integrates Deep Learning-basedalgorithms Of Facial Analysis, Picture Structuralizationand Video Structuralization. It Is Collection Of Analysis, Storage And Application. By Recognizing,analyzing, Modeling And Comparing Pictures Of Faces, Human Bodies Or Vehicles The Intelligent Fusion Server Can Perform Functions As List Alarm, Creating Personal Archieves, Personnel Trace Analysis, Searching By Human Body Picture, Vehicle Arming And So Forth. 25 1 Pc Video Surveillance Management Software 1,258,510.00 1,258,510.00 •surveillance Base License Package, Surveillance Expansion License Package, Smart Wall Module Expansion Package, Facial Recognation Camera Expansion Package, Facial Recognition Module Expansion Package, •supports: Main / Auxiliary Storage, Alarm Management, Google Map, Evidence Management, Running On Virtual Machine, 100 User Logged In Simultaneously, Health Monitoring / History Maintenance Data, Client Operation (e.g. Visual Tracking, Custom Window Division), Etc. •supports: Decoder & Controller & Keyboard Management, Multiple Smart Walls Management, Graphic Card Video Wall Management, Camera Live View/play Back / Alarm Linkage On Video Wall, Spanning / Roaming Window, View Schedule, Etc. •supports: Person Group Management, Facial Recognition Monitoring & Operation, Person Name/picture Search Acress Multiple Cameras, Personface Matched / Mismatched Alarm Etc. 26 2 Pcs 128-ch 4u 4k Super Nvr 400,400.00 800,800.00 •ip Video Input: Up To 128-ch •incoming Bandwidth: 576 Mbps •outgoing Bandwidth: 512 Mbps •hdmi Output: Two Independent Hdmi Outputs Of 4k Resolution •decoding Formats: H.265, H.264, H.264+, Mpeg4, Mjpeg •recording Resolution: 12mp/ 8 Mp / 7 Mp / 6mp/ 5 Mp/4 Mp/3 •mp/1080p/uxga/720p/vga/4cif/dcif/2cif/cif/qcif •raid Type: Raido, Raid1, Raid5, Raid6 & Raid10 •sata: 24 Sata Interface Supporting Hot-plug, Up To 10tb For Each Hdd •storage Extension: 1 X Esata Interface, 2 X Mini Sas Interface (optional) •network Interface: 4, Rj45 10m/ 100m/ 1000m Self - Adaptive Ethernet Interface •fan: Redundant Dual Ball Bearing Fan; Speed Adjustable 27 48 Pcs 12tb Enterprise Hard Disk Drive 51,120.00 2,453,760.00 •hyperscale Application •massivescale -out Data Center •oltp And Hpc Application •high - Capacity Density Raid Storage •mainstream Enterprise External Storage Arrays •distributed File System, Including Hadoop And Ceph •enterprises Back-up And Restore-d2d, Virtual Tape •centralized Surveillance 28 200 Pcs L2 Series Video Surveillance Microsd (tf )card, 128gb 2,350.00 470,000.00 •high Performance Cost Ratio •lower Price Compared To Cardwith Same Tlc Nand •high Compability •optimized By Hikvision Storage System, Compatible With More Products •batter Performance When Used With Hikvision Cameras •ultra- Strong Adoptability •waterproof, Shockproof, X-ray Proof, Wide Temperature Range 29 1 Lot Bill Of Materials 3,491,990.00 3,491,990.00 •(24-port Patch Panel (loaded), Patchcord 1 Meter, Belden Value Vertical Maqnagement With Snap-on Cover. Horinzontal Wire Organizer (1 Ru), Pop-up Power Outlet (omni); Pop-up Floor Information Outlet, Cage Nuti-lughes. Tough Cable Level 2 . (per Meter) Belden Indoor Utp Catse (per Meter).thhn 3.5mm.(color Black & Green), Tw Wire 3.5mm(per Meter), Thhn 8mm (per Meter), Thhn 14mm. Square.rj 45 Metal, Flexiblehose, Entrance Cap, Pvc Pipe, Pvc Elbow, Pvc Adopter W/locknut, Pvc Square Box With Cover 4 X 4, Pvc Utility Box, Amko Box With Blank Plate, Sealant, Pvc Cement, Liquid Tight Connector. Liquid Tight Flexible Conduct, Emt Pipe, Metal C-clamp, Emt Coupling To Flex Coupling Maintenance Circuit Breaker, Indoor Pullbox, Pole Clamp, Hose Clamp, Hose Clamp, Cable Tie, Rubber Tape, Electrical Tape, 4 Gang Outlet (omni), 2 Gang Outlet With Grounding (omni), Ac Plug (omni), Universal Adapter (omni) G.i. Wire # 14, Grounding Rod, Grounding Rod Connector,terminal Lugs For 3.5mm Cable. Terminal Lugs, Copper Busbar 6-holes, Copper Busbar 2 Feet Apple Insulator, Cable Calamp Wire Rope Clip,hook-eye Tumbuckles, Bolt & Nut, Dyna Bolt, Tax & Screw,metal Tax Screw, Black Screw, Angle Bar, Channel (solid) 8ft./10ft. Strut Clamp. Paint (latex), Paint Enamel Primer, Paint (latex). Paint Brush,cutting Disc, Drill Bit, Aluminum Steel Strap Buckles, Messenger Wire (wire Rope) 2.0mm. Welding Rod, Pole Mount Bracket, G.i. Pipe, Fabricated Bracket For The Antenna, Hddmi Cable, Aluminum Threshold Split Tube Cable Tray, Multifunction 3d 12 Lines Laser Level Tool Vertical Horizontal Lines With Self Leveling Function, Restoration, Etc.) 30 1 Pc 45u Network Data Cabinet 169,700.00 169,700.00 •front Door Perforated W/ Handle Lock. •rear Perforated Middle Split Door W/ Handle Lock; •locking Removable Side Panels With Loacks And Latches •4 Pcs Spcc 2.0mm Mounting Rails Include •6 Pcs Spcc 1.5mm Mounting Angel Include •includes 2 Vertical Cable Manager.4" Caster And 4 Level Feet, •40sets Cage Nuts Included. •fixed Tray (800mm X 1100mm) 31 2 Pcs 20-port Enterprises Gigabit Poe Network Switch 191,030.00 382,060.00 •throughput: 112 Gbps •mbps Rj45 Ports: 16 •10 Gbps Fiber Ports (sfp+): 4 •poe + Enable Port 802.3 Of / At/ Bt: 6 •lowlolatage Passive Poe (24 V):8 •high Power 4 Ppoe (up To 90 W): 8 •dram: 512 Mb •power Supply: Crps Dependent •cpu Speed: 800 Mhz •leds Per Port: Link / Activity, Poe 802.3af /at/bt Poe (54v): Ports 1-16 •24v Passive Poe - Up To 15w: Ports 9-16 •54v Passive Poe - Up To 90w: Ports 1-8 •54v Passive Poe - Up To 30w: Ports 9-16 •poe Max Power Per Port: 30w / 90w •temperature Range: - 10 °c Up To 65 °f 32 1 Set Uninterruptible Power Supply 6ka/5400w 222,430.00 222,430.00 •capacity: 6000 Va / 5400 W •power Factor: 0.99 •waveform: Pure Sine Wave •type: Rackmount •topology: Online Double Conversionwith Railkit •battery Numbers & Type: 6 X 12v 9ah, Maintenance-free, •sealed Lead Acid With Suspended Electrolyte, Leak Proof •lcd Panel: Ups Status, Lead Level, Battery Level, Input & Output •voltages, Battery Run Time & Fault Conditions •protection:discharge,overcharge,overload,short Circuit & Surge Protection •safety: Ec/en62040-1, Iec/en60950-1 33 1 Pc Uninterruptible Power Supply 21,340.00 21,340.00 •maximum Output Voltage: 5kva •range Of Input Voltage: 140v - 250v •output Voltage: 110v And 220v •accuracy Of Voltage: 220v +/-3% And 110v +/-6% •over - Voltage Protection Value : 246v+/- -4% •under - Voltage Protection Value: 184v +/- -4% •frequency: 50 - 60hz •efficiency: -90% •adjusting Time: 1.5 Sec (when Input Voltage Has A Change Of 10%) •long Time Delay: 5+2 Mins •short Time Delay: 5+2 Sec 34 58 Pcs Industrial Weather Proof Enclosure 12,380.00 718,040.00 •with Cooling Fan, Cable Glands, Power Outlet •includes Mounting Plate Locking System, Glad Plate, Sealing Gasket •cabiner Finish: Expoxy Polyester Coating •complies With Ie60529 And Nema 4, 12 •size: 500 X 400 X 200 (mm) 35 57 Pcs 10-port Enterprise Gigabit Poe Network Switch 33,110.00 1,887,270.00 •throughput: 20gbps •10/100/1000 Ports: •uplink Ports: 2 Sfp •poe + Enable Port 802.3 Of / Af/ At: 8 •dram: 512mb •power Supply: 100-240 Vac •max Switch Power: 10-54 W •cpu Speed: 800 Mhz •leds Per Port: Link / Activity, Poe •poe+ Power Budget: 75w •poe Voltage: 54v •poe Max. Power Pet Port: 30w •temperature Range: 0 °c To 50 °c(32 °f To 122 °c (32 °f To 122 °f •storage Temperature: (40 °f To 1158 °- F) 36 1 Pc Uninterruptible Power Supply 1000va/600watts 8,130.00 8,130.00 •capacity: 1000va / 600 W •voltage: 220/230/240 Vac •voltage Range: Voltage Range •frequency Range: 60/50 Hz (auto Sensing) •transfer Time: Typical 2-6 Ms •wave Form: Silmulated Sine Wave •full Protection: Short Circuit, Overload, Discharge, Overchange, And Surgeprotection •dimension, D X W X H (mm): 279 X 101 X 142 37 58 Pcs Uninterruptible Power Supply 650va/390watts 3,760.00 218,080.00 •capacity: 650va/390w •valtage: 220/230/240 Vac •voltage Range: Voltage Range •frequency Rang: 60/50 Hz (auto Sensing) •transfer Time: Typical 2-6 Ms •wave Form: (batt. Mode): Silmulated Sine Wave •full Protection: Short Circuit, Overload, Discharge, Overchange, And Surgeprotection •dimension, D X W X H (mm): 279 X 101 X 142 38 4 Pcs Vertical Pole Mount Camera Bracket 1,700.00 6,800.00 •appearance: White •material: Stainless Steel •dimension: 250 Mm X 40 Mm (9.84" X 5" X 1.81") •weight: 1205g (2.66 Lb) 39 136 Pcs Vertical Pole Mount Camera Bracket 1,650.00 224,400.00 •appearance: White •material: Stainless Steel •dimension: 144 Mm X 131.6 Mm X 44.3 Mm (5.67" X 5.18" X 1.74") •weight: 760g (1.68 Lb) 40 43 Pcs Parapet Wall Mount Bracket W/ Vertical Pole Mount 4,850.00 208,550.00 •appearance: White •material: Stainless Steel •dimension: 180 X 950 X 800 Mm 41 29 Rolls Outdoor Carrier Class Shielded Ethernet Cable; 20,480.00 593,920.00 305m Per Roll •ethernet Support: Up To 1 Gbps •conductor Wire Gauge: 24awg •conductor : Solid Bare Copper •anti-crosstalk Divider: Ldpe: 4.2 ° 0.3mm •cable Shield (aluminum Foil): Thick: 0.060 Mm, Extent: 20mm •esd Drain Wire: 0.4 T ° Tc •secondary Cable Shield (brand): 16 * 8 * 0.16aa Density: 95% •cable Color: Black •installation Temperature - 20 To 60 ° C (-4 To 140 °f) •standards: Ansi / Tia -568-c.2 (2009) •iso/iec 11801 (edition 2.2) 42 1 Lots Services & Materials For Command Center Design 952,390.00 952,390.00 & Renovation •includes Interior Design, Eletrical, Workstation, Table & Chairs, Structured Cabling, Complete Command Center Setup, Etc. 43 1 Lots Design, Engineering, Installation, Termination, Configuration, Commissioning & Testing, Project Management, Comprehensive Operations & User Training, Warehousing, Accomodation, Transportation, Bonds & Insurances, As-built Plan, Documentations, Turnover, Mobilization / Demobilization 3,816,400.00 3,816,400.00 •semi-annual Precentive Maintenance Warranty Product Warrantyfor Twelve (12) Months From Project Completion Technical Support For Products At No Addtion Charge For Twelve (12) Month From The Dateof Project Completion. Grand Total ₱ 79,428,160.00 All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid March 7, 2025 To March 14, 2025 2-issuance Of Eligibility Forms /bid Documents March 12, 2025 To March 24, 2025 3-pre-bid Conference March 12, 2025, City General Services Office @ 2pm 4-submission And Receipt Of Bids(including Eligibility Check) March 24, 2025, City General Services Office @ 2pm Bidding Is Open To All Interested Local Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Bidding Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount At P79,000.00 To The Bac Secretariat, Executive Building, Through The Office Of The City Treasurer-cashier, This City. The City Government Of Pagadian 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. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: March 7, 2025 To March 14, 2025
Closing Date14 Mar 2025
Tender AmountPHP 79.4 Million (USD 1.3 Million)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project #676-336 Fire Station Design-tomah Va Medical Center. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By Late March 2025. The Anticipated Period Of Performance For Completion Of Design Is 160 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $5,000,000 And $10,000,000. Please Note That The 160-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria: Professional Qualifications: Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. Disciplines Requiring A Florida License Include Civil/structural And Hazardous Material Abatement/industrial Hygiene. A Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: Architect (leed Certification/us Green Build Council Certification) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence: Specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope, And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Include The Following For Each Submitted Project: Project Title And Location Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project (i.e., Prime Contractor, Teaming Partner, Or Subcontractor) Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Ae Cost Estimate Vs. Actual Construction Cost Contract Number Associated With The Project. The Information Provided In Section F Of The Sf 330 Will Be Used To Evaluate Relevant Specialized Experience And Technical Competence. Any Projects Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. The Information Provided In Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Offeror Must Include Narratives Of How The Firm Addresses Each Of The Following Topics In Section H. Simply Restating This List In Section H Will Not Be Sufficient. The Management Approaches. The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. Past Performance: Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. For Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features The Information For This Factor Must Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Experience In Construction Period Services: Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period. Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Tomah Va Medical Center 500 E Veterans Street, Tomah, Wi. 54660. . Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Johnna Mcgraw At Johnna.mcgraw@va.gov . This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). The Sf 330 Submission Is Due By January 10th 2025 At 1pm Est. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission Fire Station Design- Tomah Wi. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number. All Questions Must Be Submitted To Johnna Mcgraw With The Subject Line Sf 330 Questions Fire Station Design-tomah Wi. The Cutoff For Question Submission Is 1:00 Pm Est On December 16th, 2024. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Credit Information Corporation Tender
Software and IT Solutions
Philippines
Details: Description Request For Quotation No.2025-cims(006)-npsvp-0007 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Finance And Administration Group Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Business Starter 210 User Php3,753.80 Php788,298.00 Business Standard 10 User Php7,507.60 Php75,076.00 Total Php863,374.00 Contract Duration: March 23, 2025 To October 22, 2025 (7 Months) Delivery Site: 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Note: Manner Of Award Will Be On A Lot Basis. Bids Received In Excess Of The Approved Budget For Contract (abc) Shall Be Automatically Rejected At The Opening Of The Quotations. Supplier/s Who Submits The Lowest Calculated And Responsive Quotation Shall Be Eligible For Award. Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than March 11, 2025, 5:00 P.m. Philgeps Certificate/number; Mayor’s/business Permit For The Current Year; Latest Income/business Tax Returns; Notarized Omnibus Sworn Statement (annex C); And For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(006)-npsvp-0007, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Business Starter 210 User Business Standard 10 User Total Total Bid Price In Words: __________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: Annex "b" Compliance Form Technical Specifications Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Credit Worthiness Of Borrowers. Email System, Productivity Tools, And Online Collaboration Tools Play An Important Role In The Communication, Messaging And Computing Operations Of The People Supporting And Maintaining The Credit Information System (cis). Cic Needs An Online Suite Or Workspace/solution With The Following Features: Web-based Email Service With 99.9% Guaranteed Uptime With Zero Scheduled Downtime For Maintenance, 30gb Of Storage Space (business Starter), 2tb Of Storage Space (business Standard) And 24/7 Phone And Email Support Cloud File Storage And Synchronization Service That Can Be Shared With Others, And Access The Files From Any Computer, Tablet, Or Smartphone Collaborative Software That Allows User To View And Edit Documents, Spread Sheets And Presentations Together In Real-time Through A Web Browser Or Mobile Device An Online Survey Application Or Forms Having The Features Of All Of The Collaboration And Sharing Features Found In Docs, Sheets, And Slides; Can Also Be Used To Create Quizzes Online Calendar That Comes With Additional Features Designed For Business Use, Including Smart Scheduling Of Meetings, Where The Service Finds Available Times And Appropriate Locations Based On Coworkers' Schedules, And Public Calendars For Consumers To See A Business' Upcoming Events A Communication Software That Provides Direct Messages And Team Chat Rooms Can Accommodate 100 Participant Video Meetings (business Starter) Can Accommodate 150 Participant+ Recording, Noise Cancellation (business Standard) Admin Panel For Managing Users And Services. Purpose The Cic Aims To Procure The License For The Existing Email, Productivity Tools, And Cloud Collaboration Solution To Continually Provide An Easy-to-manage Technology That Integrate With Other It Tools And Software Solution Of The Cic To Improve Its Overall It Communication, Productivity And Collaboration While Overcoming Its Limited Budget And Man-power Resources. Scope The Paid License Covers To Receive Online Collaboration Services, Product Updates And Versions, And Access To Technical Support For Seven Months. Definition Of Terms Term Definition Cloud Computing Is The On-demand Availability Of Computer System Resources, Especially Data Storage (cloud Storage) And Computing Power, Without Direct Active Management By The User. The Term Is Generally Used To Describe Data Centers Available To Many Users Over The Internet. Collaboration Tool Or Collaborative Software Is Application Software Designed To Help People Working On A Common Task To Attain Their Goals; May Be Divided Into: Real-time Collaborative Editing Platforms That Allow Multiple Users To Engage In Live, Simultaneous And Reversible Editing Of A Single File (usually A Document), And Version Control (also Known As Revision Control And Source Control) Platforms, Which Allow Separate Users To Make Parallel Edits To A File, While Preserving Every Saved Edit By Every User As Multiple Files (that Are Variants Of The Original File) Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User. System Uptime Uptime Is A Measure Of System Reliability, Expressed As The Percentage Of Time A Machine, Typically A Computer, Has Been Working And Available. Uptime Is The Opposite Of Downtime. Duties And Responsibilities Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: The Delivery And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay Provide Account Support Via Phone Or Email, Including Requests For Additional Licenses, Storage, Billing Management, And Information About The Use Of The System, Along With Other Product Details. Provide 24x7 Online Technical Support Facility And Capability, Consisting Of Online Helpdesk Facility And Competent Technical Support Personnel Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: Monitor The Provided Services And Verify If The Parameters Under The Service Level Agreement Are Met And Performed By The Sp. Issuance Of A Certificate Of Inspection And Acceptance To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. Requirements General Items Requirements Statement Of Compliance (“comply Or Not Comply” Against Each Specification) Proof Of Compliance Service Provider Duly Notarized Statement That The Sp Is An Authorized Partner (at Least Partner Level) And Has Been In Business Of Providing The Cic’s Existing Email System For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. The Sp Must Establish A Single Point Of Contact Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem Related Issues. The Sp Should Provide Unlimited Phone, Email, Chat And Any Form Of Electronic Communications And Messaging Support For One Year. Service Provider Roles And Responsibilities The Service Provider Shall Deliver Comprehensive And Ongoing Support For The Following Issues, Including, But Not Limited To: Login Issues Forgotten Password, Account Locked And Two-factor Authentication (2fa) Issues Email Issues (gmail) Not Receiving Emails, Sending Errors And Outlook Or Third-party Email Clients Google Drive/docs/sheets/slides Issues File Syncing Problems, File Access Issues And Corrupted Files Google Calendar Issues Event Sync Problems And Permissions Issues Google Meet And Google Chat Issues Audio/video Issues In Google Meet, Connectivity Issues And Chat Not Working Google Admin Console Issues Admin Access Problems And User Creation Issues Google Workspace Marketplace Problems App Installations Not Working Google Workspace Mobile App Issues App Crashes Or Freezes And Syncing Problems General Connectivity And Performance Issues Slow Performance And Browser Compatibility Security And Compliance Issues Suspicious Activity And Data Loss Or Backup Issues Licensing Issues License Not Applied The Service Provider Shall Deliver Comprehensive Training Programs For Both Administrators And Users To Ensure Effective Usage And Management Of Google Workspace. The Training Will Include, But Is Not Limited To, The Following Areas: Administrator Training User Training Ongoing Support And Refresher Training Technical Requirements Items Requirements Statement Of Compliance (“comply Or Not Comply” Against Each Specification) Proof Of Compliance System Overview Google Workspace Business Starter Number Of Users : 210 Coverage Period : March 23, 2025 – October 22, 2025 Plan Type : 7 Months 100 Participant Video Meetings 30 Gb Pooled Storage Per User Google Workspace Business Standard Number Of Users : 10 Coverage Period : March 23, 2025 – October 22, 2025 Plan Type : 7 Months 150 Participant Video Meetings + Recording, Noise Cancellation 2tb Pooled Storage Per User Terms Of Payment Payment Shall Be Made On The Following: Payment Shall Be Made On A One-time Basis (100%) Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance”. Statement Of Compliance Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: Annex "c" Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: Select One, Delete The Other: [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; Select One, Delete The Other: [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] 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 Or Activity; 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. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.
Closing Date11 Mar 2025
Tender AmountPHP 863.3 K (USD 15 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, Construction Period Services And Commissioning For Project # 663-25-700 Ehrm Infrastructure Upgrades Design At The Seattle Va Medical Center In Seattle, Wa. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By August 2025. The Anticipated Period Of Performance For Completion Of Design Is 365 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $20,000,000 And $50,000,000. Please Note That The 365-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria: Professional Qualifications: Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. A Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: Architect (leed Certification/us Green Build Council Certification) Registered Communications Distribution Designer (rcdd) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence: Specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope, And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Include The Following For Each Submitted Project: Project Title And Location Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project (i.e., Prime Contractor, Teaming Partner, Or Subcontractor) Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address Services & Deliverables Provided Under The Contract/task Order Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Ae Cost Estimate Vs. Actual Construction Cost Contract Number Associated With The Project The Information Provided In Section F Of The Sf 330 Will Be Used To Evaluate Relevant Specialized Experience And Technical Competence. Any Projects Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. The Information Provided In Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Offeror Must Include Narratives Of How The Firm Addresses Each Of The Following Topics In Section H. Simply Restating This List In Section H Will Not Be Sufficient. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. Past Performance: Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. For Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features The Information For This Factor Must Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Experience In Construction Period Services: Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Seattle Va Medical Center (vamc) At 1660 South Columbian Way Seattle, Wa 98108. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Samuel Cornwell At Samuel.cornwell@va.gov And Contracting Officer Joseph Rossano At Joseph.rossano@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). The Sf 330 Submission Is Due By 1:00 Pm Et On April 15, 2025. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission - 36c77625r0043 Seattle Ehrm Infrastructure Upgrades Design Project. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number All Questions Must Be Submitted To Samuel.cornwell@va.gov And Joseph.rossano@va.gov With The Subject Line Sf 330 Questions Seattle Ehrm Infrastructure Upgrades Design. The Cutoff For Question Submission Is 1:00 Pm Et On March 28, 2025. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date15 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Description: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products And/or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort.
the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Sources Sought Notice In Accordance With (iaw) Far Part 15.201(e)
the Purpose Of This Sources Sought Notice 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 Products And/or 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) Uei 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, Etc
(i) State If Your Business Has An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Below And Provide The Contract Number; And
(j) Must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below.
requirement:
the Va Heartland Network 15 Contracting Office Located At 3450 South 4th Street, Leavenworth, Ks, 66048-5055 Is Seeking A Potential Qualified Contractor To Provide Eyecon 9430 Pill Dispensing System For The Marion Va Medical Center, Located In Marion, Illinois, And The Evansville Health Care Center, Located In Evansville, Indiana. This Is A Brand Name Or Equal Requirement. Please See The Statement Of Work For More Specifics And Details. The North American Industry Classification System Code (naics Code) Is 339112 Surgical And Medical Instrument Manufacturing, Size Standard 1,000 Employees. Based On This Information, Please Indicate Whether Your Company Would Be A Large Or Small Business And Have A Socio-economic Designation As A Small Business, Vosb Or Sdvosb.
statement Of Work: Eyecon 9430
description: Provide Eyecon 9430 And Eyecon Interface Controller With Installation And One (1) Year Of Support To Be Used At The Marion, Il Va Medical Center Pharmacy And In The Evansville, In Outpatient Clinic
this Solicitation Uses A Brand Name Or Equal Description Of The Product Required. This Permits Prospective Contractors To Offer Products Other Than Those Specifically Referenced By Brand Name. All Offers Must Work With Existing Equipment That Has Already Been Purchased And Is Currently In Use At The Station.
minimum Technical Specifications:
the Eyecon 9430 Must Be Assembled Within The Manufactured Country Or Show Significant Proof Of An Internationally Recognized Quality Assurance Program.
scriptpro Is A Distributor Of The Eyecon 9430.
certificate Of Authenticity Will Need To Be Provided
the Dispensing System Must Have The Following:
safety
must Use Barcode Verification To Ensure Accuracy Of Dispensing And Must Work With Scriptpro Label Barcode
unit Must Have Means To Track Dispensed Drug Quantities And Contain Image Verification Of Quantities Dispensed.
must Come Equipped With Database Of Drug Images For Dispensing Verification.
must Include Additional Counting Platters For Penicillin And Sulfa To Avoid Cross Contamination.
workflow
must Allow For Integration With Scriptpro/vista To Verify Correct Dispensing Quantities.
must Fit In Existing Space With A Footprint Of 28 H X 11 W X 17.5 D.
must Count With A Count Accuracy Of At Least 99.9%.
verification Should Include Easy Work Flow Optics Such As Color Touch Screen.
must Include Large Counting Area Of 48 Sq Inches For Larger Quantity Verification.
information Technology
must Integrate With Current Equipment, Including Scriptpro Dispensing/filling Stations
must Interface With Current Scriptpro Equipment.
all Equipment Must Be New
description
quantity
eyecon 9430
eyecon Interface Controller
2
2
optional/value Added Features: N/a
required Interfaces: Must Interface With Current Scriptpro Equipment.
delivery Location(s):
department Of Veterans Affairs
marion Va Medical Center
2401 West Main Street
marion, Il 62959-1188
department Of Veterans Affairs
evansville Va Healthcare Center
6211 E Waterford Blvd
evansville, In 47715
records Management Obligations
applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Â
definitions
Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. Â
the Term Federal Record:
includes [agency] Records.â
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their [agency] Contract.
may Include Deliverables And Documentation Associated With Deliverables.
requirements
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â
in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â
in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â
[agency] And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of [agency] Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To [agency]. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To [agency] Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With [agency] Policy.â
the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public [agency] Information That Are Not Specifically Tied To Or Authorized By The Contract.â
the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â
the [agency] Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which [agency] Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
training. Â all Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take [agency]-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â
[note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor.]â
flow Down Of Requirements To Subcontractors
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â
violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
general. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language. Contractors, Contractor Personnel, Subcontractors And Subcontractor Personnel Will Be Subject To The Same Federal Laws, Regulations, Standards, Va Directives And Handbooks, As Va Personnel Regarding Information And Information System Security And Privacy.
va Information Custodial Language. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language.
the Government Shall Receive Unlimited Rights To Data/intellectual Property First Produced And Delivered In The Performance Of This Contract Or Order (hereinafter Contract ) Unless Expressly Stated Otherwise In This Contract. This Includes All Rights To Source Code And All Documentation Created In Support Thereof. The Primary Clause Used To Define Government And Contractor Data Rights Is Far 52.227-14 Rights In Data General. The Primary Clause Used To Define Computer Software License (not Data/intellectual Property First Produced Under This Contractor Or Order) Is Far 52.227-19, Commercial Computer Software License.
information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Will Be Used Only For The Purposes Specified In The Service Agreement, Sow, Pws, Pd, And/or Contract. The Contractor Shall Not Use Va Information In Any Other Manner Without Prior Written Approval From A Va Contracting Officer (co). The Primary Clause Used To Define Government And Contractor Data Rights Is Far 52.227-14 Rights In Data General.
va Information Will Not Be Co-mingled With Any Other Data On The Contractor S Information Systems Or Media Storage Systems. The Contractor Shall Ensure Compliance With Federal And Va Requirements Related To Data Protection, Data Encryption, Physical Data Segregation, Logical Data Segregation, Classification Requirements And Media Sanitization.
va Reserves The Right To Conduct Scheduled Or Unscheduled Audits, Assessments, Or Investigations Of Contractor Information Technology (it) Resources To Ensure Information Security Is Compliant With Federal And Va Requirements. The Contractor Shall Provide All Necessary Access To Records (including Electronic And Documentary Materials Related To The Contracts And Subcontracts) And Support (including Access To Contractor And Subcontractor Staff Associated With The Contract) To Va, Va's Office Inspector General (oig),and/or Government Accountability Office (gao) Staff During Periodic Control Assessments, Audits, Or Investigations.
the Contractor May Only Use Va Information Within The Terms Of The Contract And Applicable Federal Law, Regulations, And Va Policies. If New Federal Information Security Laws, Regulations Or Va Policies Become Applicable After Execution Of The Contract, The Parties Agree To Negotiate Contract Modification And Adjustment Necessary To Implement The New Laws, Regulations, And/or Policies.
the Contractor Shall Not Make Copies Of Va Information Except As Specifically Authorized And Necessary To Perform The Terms Of The Contract. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Shall Be Destroyed In Accordance With Va Directive 6500, Va Cybersecurity Program And Va Information Security Knowledge Service.
if A Veterans Health Administration (vha) Contract Is Terminated For Default Or Cause With A Business Associate, The Related Local Business Associate Agreement (baa) Shall Also Be Terminated And Actions Taken In Accordance With Vha Directive 1605.05, Business Associate Agreements. If There Is An Executed National Baa Associated With The Contract, Va Will Determine What Actions Are Appropriate And Notify The Contactor.
the Contractor Shall Store And Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools Which Are, At A Minimum, Federal Information Processing Standards (fips) 140-2, Security Requirements For Cryptographic Modules (or Its Successor) Validated And In Conformance With Va Information Security Knowledge Service Requirements. The Contractor Shall Transmit Va Sensitive Information Using Va Approved Transport Layer Security (tls) Configured With Fips Based Cipher Suites In Conformance With National Institute Of Standards And Technology (nist) 800-52, Guidelines For The Selection, Configuration And Use Of Transport Layer Security (tls) Implementations.
the Contractor S Firewall And Web Services Security Controls, As Applicable, Shall Meet Or Exceed Va S Minimum Requirements.
except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor May Use And Disclose Va Information Only In Two Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction After Notification To Va Co (ii) With Written Approval From The Va Co. The Contractor Shall Refer All Requests For, Demands For Production Of Or Inquiries About, Va Information And Information Systems To The Va Co For Response.
notwithstanding The Provision Above, The Contractor Shall Not Release Va Records Protected By Title 38 U.s.c. § 5705, Confidentiality Of Medical Quality- Assurance Records And/or Title 38 U.s.c. § 7332, Confidentiality Of Certain Medical Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse Or Infection With Human Immunodeficiency Virus (hiv). If The Contractor Is In Receipt Of A Court Order Or Other Requests For The Above- Mentioned Information, The Contractor Shall Immediately Refer Such Court Order Or Other Requests To The Va Co For Response.
information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract Will Be Protected And Secured In Accordance With Va Directive 6500 And Identity And Access Management (iam) Security Processes Specified In The Va Information Security Knowledge Service.
any Data Destruction Done On Behalf Of Va By A Contractor Shall Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management, Va Handbook 6300.1, Records Management Procedures, And Applicable Va Records Control Schedules.
the Contractor Shall Provide Its Plan For Destruction Of All Va Data In Its Possession According To Va Directive 6500 And Nist 800-88, Guidelines For Media Sanitization Prior To Termination Or Completion Of This Contract. If Directed By The Cor/co, The Contractor Shall Return All Federal Records To Va For Disposition.
any Media, Such As Paper, Magnetic Tape, Magnetic Disks, Solid State Devices Or Optical Discs That Is Used To Store, Process, Or Access Va Information That Cannot Be Destroyed Shall Be Returned To Va.the Contractor Shall Hold The Appropriate Material Until Otherwise Directed By The Contracting Officer S Representative (cor) Or Co. Items Shall Be Returned Securely Via Va-approved Methods. Va Sensitive Information Must Be Transmitted Utilizing Va-approved Encryption Tools Which Are Validated Under Fips 140-2 (or Its Successor) And Nist 800-52. If Mailed, The Contractor Shall Send Via A Trackable Method (usps, Ups, Fedex, Etc.) And Immediately Provide The Cor/co With The Tracking Information. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Shall Be Sent To The Cor/co Within 30 Business Days Of Termination Of The Contract.
all Electronic Storage Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used To Store, Process Or Access Va Information Will Not Be Returned To The Contractor At The End Of Lease, Loan, Or Trade-in. Exceptions To This Paragraph Will Only Be Granted With The Written Approval Of The Va Co.
access To Va Information And Va Information Systems. This Section
applies When Any Person Requires Access To Information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract.
a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees And Subcontractors Only To The Extent Necessary To Perform The Services Specified In The Solicitation Or Contract. This Includes Indirect Entities, Both Affiliate Of Contractor/subcontractor And Agent Of Contractor/subcontractor.
contractors And Subcontractors Shall Sign The Va Information Security Rule Of Behavior (rob) Before Access Is Provided To Va Information And Information Systems (see Section 4, Training, Below). The Rob Contains The Minimum User Compliance Requirements And Does Not Supersede Any Policies Of Va Facilities Or Other Agency Components Which Provide Higher Levels Of Protection To Va S Information Or Information Systems. Users Who Require Privileged Access Shall Complete The Va Elevated Privilege Access Request Processes Before Privileged Access Is Granted.
all Contractors And Subcontractors Working With Va Information Are Subject To The Same Security Investigative And Clearance Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information, At No Cost To Scriptpro. The Level And Process Of Background Security Investigations For Contractors Shall Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office Of Human Resources And Administration/operations, Security And Preparedness (hra/osp) Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To Classified Information Or Information Systems Shall Have An Appropriate Security Clearance. Verification Of A Security Clearance Shall Be Processed Through The Special Security Officer Located In Hra/osp. Contractors Shall Conform To All Requirements Stated In The National Industrial Security Program Operating Manual (nispom).
all Contractors And Subcontractors Shall Comply With Conditions Specified In Vaar 852.204-71(d); Contractor Operations Required To Be In United States. All Contractors And Subcontractors Working With Va Information Must Be Permanently Located Within A Jurisdiction Subject To The Law Of The United States Or Its Territories To The Maximum Extent Feasible. If Services Are Proposed To Be Performed Abroad The Contractor Must State Where All Non-u.s. Services Are Provided. The Contractor Shall Deliver To Va A Detailed Plan Specifically Addressing Communications, Personnel Control, Data Protection And Potential Legal Issues. The Plan Shall Be Approved By The Cor/co In Writing Prior To Access Being Granted.
the Contractor Shall Notify The Cor/co In Writing Immediately (no Later Than 24 Hours) After Personnel Separation Or Occurrence Of Other Causes. Causes May Include The Following:
contractor/subcontractor Personnel No Longer Has A Need For Access To Va Information Or Va Information Systems.
contractor/subcontractor Personnel Are Terminated, Suspended, Or Otherwise Has Their Work On A Va Project Discontinued For Any Reason.
contractor Believes Their Own Personnel Or Subcontractor Personnel May Pose A Threat To Their Company S Working Environment Or To Any Company- Owned Property. This Includes Contractor-owned Assets, Buildings, Confidential Data, Customers, Employees, Networks, Systems, Trade Secrets And/or Va Data.
any Previously Undisclosed Changes To Contractor/subcontractor Background History Are Brought To Light, Including But Not Limited To Changes To Background Investigation Or Employee Record.
contractor/subcontractor Personnel Have Their Authorization To Work In The United States Revoked.
agreement By Which Contractor Provides Products And Services To Va Has Either Been Fulfilled Or Terminated, Such That Va Can Cut Off Electronic And/or Physical Access For Contractor Personnel.
in Such Cases Of Contract Fulfillment, Termination, Or Other Causes; The Contractor Shall Take The Necessary Measures To Immediately Revoke Access To Va Network, Property, Information, And Information Systems (logical And Physical) By Contractor/subcontractor Personnel. These Measures Include (but Are Not Limited To): Removing And Then Securing Personal Identity Verification (piv) Badges And Piv Interoperable (piv-i) Access Badges, Va-issued Photo Badges, Credentials For Va Facilities And Devices, Va-issued Laptops, And Authentication Tokens. Contractors Shall Notify The Appropriate Va Cor/co Immediately To Initiate Access Removal.
contractors/subcontractors Who No Longer Require Va Accesses Will Return Va- Issued Property To Va. This Property Includes (but Is Not Limited To): Documents, Electronic Equipment, Keys, And Parking Passes. Piv And Piv-i Access Badges Shall Be Returned To The Nearest Va Piv Badge Issuance Office. Once They Have Had Access To Va Information, Information Systems, Networks And Va Property In Their Possessions Removed, Contractors Shall Notify The Appropriate Va Cor/co.
training. This Entire Section Applies To All Acquisitions Which Include Section 3.
all Contractors And Subcontractors Requiring Access To Va Information And Va Information Systems Shall Successfully Complete The Following Before Being Granted Access To Va Information And Its Systems:
va Privacy And Information Security Awareness And Rules Of Behavior Course (talent Management System (tms) #10176) Initially And Annually Thereafter.
sign And Acknowledge (electronically Through Tms #10176) Understanding Of And Responsibilities For Compliance With The Organizational Rules Of Behavior, Relating To Access To Va Information And Information Systems Initially And Annually Thereafter; And
successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Or Information Access [to Be Defined By The Va Program Official And Provided To The Va Co For Inclusion In The Solicitation Document I.e., Any Role- Based Information Security Training].
the Contractor Shall Provide To The Cor/co A Copy Of The Training Certificates And Certification Of Signing The Organizational Rules Of Behavior For Each Applicable Employee Within Five Days Of The Initiation Of The Contract And Annually Thereafter, As Required.
failure To Complete The Mandatory Annual Training Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Required Training Is Complete.
security Incident Investigation. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language.
the Contractor, Subcontractor, Their Employees, Or Business Associates Shall Immediately (within One Hour) Report Suspected Security / Privacy Incidents To The Va Oit S Enterprise Service Desk (esd) By Calling (855) 673-4357 (tty: 711). The Esd Is Oit S 24/7/365 Single Point Of Contact For It-related Issues. After Reporting To The Esd, The Contractor, Subcontractor, Their Employees, Or Business Associates Shall, Within One Hour, Provide The Cor/co The Incident Number Received From The Esd.
to The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved And The Circumstances Surrounding The Incident, Including The Following:
the Date And Time (or Approximation Of) The Security Incident Occurred.
the Names Of Individuals Involved (when Applicable).
the Physical And Logical (if Applicable) Location Of The Incident.
why The Security Incident Took Place (i.e., Catalyst For The Failure).
the Amount Of Data Belonging To Va Believed To Have Been Compromised.
the Remediation Measures The Contractor Is Taking To Ensure No Future Incidents Of A Similar Nature.
after The Contractor Has Provided The Initial Detailed Incident Summary To Va, They Will Continue To Provide Written Updates On Any New And Relevant Circumstances Or Facts They Discover. The Contractor, Subcontractor, And Their Employes Shall Fully Cooperate With Va Or Third-party Entity Performing An Independent Risk Analysis On Behalf Of Va. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
va It Contractors Shall Follow Va Handbook 6500, Risk Management Framework For Va Information Systems Va Information Security Program, And Va Information Security Knowledge Service Guidance For Implementing An Incident Response Plan Or Integrating With An Existing Va Implementation.
in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig, And The Va Office Of Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.
the Contractor Shall Comply With Va Handbook 6500.2, Management Of Breaches Involving Sensitive Personal Information, Which Establishes The Breach Management Policies And Assigns Responsibilities For The Oversight, Management And Reporting Procedures Associated With Managing Of Breaches.
with Respect To Unsecured Protected Health Information (phi), The Contractor Is Deemed To Have Discovered A Data Breach When The Contractor Knew Or Should Have Known Of Breach Of Such Information. When A Business Associate Is Part Of Vha Contract, Notification To The Covered Entity (vha) Shall Be Made In Accordance With The Executed Baa.
if The Contractor Or Any Of Its Agents Fails To Protect Va Sensitive Personal Information Or Otherwise Engages In Conduct Which Results In A Data Breach Involving Any Va Sensitive Personal Information The Contractor/subcontractor Processes Or Maintains Under The Contract; The Contractor Shall Pay Liquidated Damages To The Va As Set Forth In Clause 852.211-76, Liquidated Damages Reimbursement For Data Breach Costs.
information System Design And Development. This Entire Section
applies To Information Systems, Systems, Major Applications, Minor Applications, Enclaves, And Platform Information Technologies (to Include The Subcomponents Of Each) Designed Or Developed For Or On Behalf Of Va By Any Non-va Entity.
information Systems Designed Or Developed On Behalf Of Va At Non-va Facilities Shall Comply With All Applicable Federal Law, Regulations, And Va Policies. This Includes Standards For The Protection Of Electronic Protected Health Information (phi), Outlined In 45 C.f.r. Part 164, Subpart C And Information And System Security Categorization Level Designations In Accordance With Fips 199, Standards For Security Categorization Of Federal Information And Information Systems And Fips 200, Minimum Security Requirements For Federal Information Systems. Baseline Security Controls Shall Be Implemented Commensurate With The Fips 199 System Security Categorization (reference Va Handbook 6500 And Va Trusted Internet Connections (tic) Architecture).
contracted New Developments Require Creation, Testing, Evaluation, And Authorization In Compliance With Va Assessment And Authorization (a&a) Processes In Va Handbook 6500 And Va Information Security Knowledge Service To Obtain An Authority To Operate (ato). Va Directive 6517, Risk Management Framework For Cloud Computing Services, Provides The Security And Privacy Requirements For Cloud Environments.
va It Contractors, Subcontractors And Third-party Service Providers Shall Address And/or Integrate Applicable Va Handbook 6500, Va Handbook 6517, Risk Management Framework For Cloud Computing Services And Information Security Knowledge Service Specifications In Delivered It Systems/solutions, Products And/or Services. If Systems/solutions, Products And/or Services Do Not Directly Match Va Security Requirements, The Contractor Shall Work Though The Cor/co To Identify The Va Organization Responsible For Governance Or Resolution. Contractors Shall Comply With Far 39.1, Specifically The Prohibitions Referenced.
the Contractor (including Producers And Resellers) Shall Comply With Office Of Management And Budget (omb) M-22-18 And M-23-16 When Using Third-party Software On Va Information Systems Or Otherwise Affecting The Va Information. This Includes New Software Purchases And Software Renewals For Software Developed Or Modified By Major Version Change After The Issuance Date Of M- 22-18 (september 14, 2022). The Term Software Includes Firmware, Operating Systems, Applications And Application Services (e.g., Cloud-based Software), As Well As Products Containing Software. The Contractor Shall Provide A Self- Attestation That Secure Software Development Practices Are Utilized As Outlined By Executive Order (eo)14028 And Nist Guidance. A Third-party Assessment Provided By Either A Certified Federal Risk And Authorization Management Program (fedramp) Third Party Assessor Organization (3pao) Or One Approved By The Agency Will Be Acceptable In Lieu Of A Software Producer's Self- Attestation.
the Contractor Shall Ensure All Delivered Applications, Systems And Information Systems Are Compliant With Homeland Security Presidential Directive (hspd) 12 And Va Identity And Access Management (iam) Enterprise Identity Management Requirements As Set Forth In Omb M-19-17, M-05-24, Fips 201-3, Personal Identity Verification (piv) Of Federal Employees And Contractors (or Its Successor), M-21-31 And Supporting Nist Guidance. This Applies To Commercial Off-the-shelf (cots) Product(s) That The Contractor Did Not Develop, All Software Configurations And All Customizations.
the Contractor Shall Ensure All Contractor Delivered Applications And Systems Provide User Authentication Services Compliant With Va Handbook 6500, Va Information Security Knowledge Service, Iam Enterprise Requirements And Nist 800-63, Digital Identity Guidelines, For Direct, Assertion-based Authentication And/or Trust-based Authentication, As Determined By The Design And Integration Patterns. Direct Authentication At A Minimum Must Include Public Key Infrastructure (pki) Based Authentication Supportive Of Piv And/or Common Access Card (cac), As Determined By The Business Need And Compliance With Va Information Security Knowledge Service Specifications.
the Contractor Shall Use Va Authorized Technical Security Baseline Configurations And Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems In Compliance With Va Baselines Prior To Acceptance Or Connection Into An Authorized Va Computing Environment. If The Defense Information Systems Agency (disa) Has Created A Security Technical Implementation Guide (stig) For The Technology, The Contractor May Configure To Comply With That Stig. If Va Determines A New Or Updated Va Configuration Baseline Needs To Be Created, The Contractor Shall Provide Required Technical Support To Develop The Configuration Settings. Far 39.1 Requires The Population Of Operating Systems And Applications Includes All Listed On The Nist National Checklist Program Checklist Repository.
the Standard Installation, Operation, Maintenance, Updating And Patching Of Software Shall Not Alter The Configuration Settings From Va Approved Baseline Configuration. Software Developed For Va Must Be Compatible With Va Enterprise Installer Services And Install To The Default Program Files Directory With Silently Install And Uninstall. The Contractor Shall Perform Testing Of All Updates And Patching Prior To Implementation On Va Systems.
applications Designed For Normal End Users Will Run In The Standard User Context Without Elevated System Administration Privileges.
the Contractor-delivered Solutions Shall Reside On Va Approved Operating Systems. Exceptions To This Will Only Be Granted With The Written Approval Of The Cor/co.
the Contractor Shall Design, Develop, And Implement Security And Privacy Controls In Accordance With The Provisions Of Va Security System Development Life Cycle Outlined In Nist 800-37, Risk Management Framework For Information Systems And Organizations: A System Life Cycle Approach For Security And Privacy, Va Directive And Handbook 6500, And Va Handbook 6517.
the Contractor Shall Comply With The Privacy Act Of1974 (the Act), Far 52.224- 2 Privacy Act, And Va Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish A Va Function.
the Contractor Shall Ensure The Security Of All Procured Or Developed Information Systems, Systems, Major Applications, Minor Applications, Enclaves And Platform Information Technologies, Including Their Subcomponents (hereinafter Referred To As Information Systems ) Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes Security Configurations, Workarounds, Patches, Hotfixes, Upgrades, Replacements And Any Physical Components Which May Be Necessary To Remediate All Security Vulnerabilities Published Or Known To The Contractor Anywhere In The Information Systems (including Systems, Operating Systems, Products, Hardware, Software, Applications And Firmware). The Contractor Shall Ensure Security Fixes Do Not Negatively Impact The Information Systems.
when The Contractor Is Responsible For Operations Or Maintenance Of The Systems, The Contractor Shall Apply The Security Fixes Within The Timeframe Specified By The Associated Controls On The Va Information Security Knowledge Service. When Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Contractor Shall Provide Written Notice To The Va Cor/co That The Patch Has Been Validated As To Not Affecting The Systems Within 10 Business Days.
information System Hosting, Operation, Maintenance Or Use.
this Entire Section Applies To Information Systems, Systems, Major Applications, Minor Applications, Enclaves, And Platform Information Technologies (cloud And Non- Cloud) Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities.
the Contractor Shall Comply With All Federal Laws, Regulations, And Va Policies For Information Systems (cloud And Non-cloud) That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities. Security Controls For Collecting, Processing, Transmitting, And Storing Of Va Sensitive Information, Must Be In Place. The Controls Will Be Tested By Va Or A Va Sanctioned 3pao And Approved By Va Prior To Hosting, Operation, Maintenance Or Use Of The Information System Or Systems By Or On Behalf Of Va. This Includes Conducting Compliance Risk Assessments, Security Architecture Analysis, Routine Vulnerability Scanning, System Patching, Change Management Procedures And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Shall Be The Same As Procedures Used To Secure Va-operated Information Systems.
outsourcing (contractor Facility, Equipment, Or Staff) Of Systems Or Network Operations, Telecommunications Services Or Other Managed Services Require Assessment And Authorization (a&a) Of The Contractor S Systems In Accordance With Va Handbook 6500 As Specified In Va Information Security Knowledge Service. Major Changes To The A&a Package May Require Reviewing And Updating All The Documentation Associated With The Change. The Contractor S Cloud Computing Systems Shall Comply With Fedramp And Va Directive 6517 Requirements.
the Contractor Shall Return All Electronic Storage Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) On Non-va Leased Or Non-va Owned It Equipment Used To Store, Process Or Access Va Information To Va In Accordance With A&a Package Requirements. This Applies When The Contract Is Terminated Or Completed And Prior To Disposal Of Media. The Contractor Shall Provide Its Plan For Destruction Of All Va Data In Its Possession According To Va Information Security Knowledge Service Requirements And Nist 800-88. The Contractor Shall Send A Self-certification That The Data Destruction Requirements Above Have Been Met To The Cor/co Within 30 Business Days Of Termination Of The Contract.
all External Internet Connections To Va Network Involving Va Information Must Be In Accordance With Va Trusted Internet Connection (tic) Reference Architecture And Va Directive And Handbook 6513, Secure External Connections And Reviewed And Approved By Va Prior To Implementation. Government-owned Contractor-operated Systems, Third Party Or Business Partner Networks Require A Memorandum Of Understanding (mou) And Interconnection Security Agreements (isa).
contractor Procedures Shall Be Subject To Periodic, Announced, Or Unannounced Assessments By Va Officials, The Oig Or A 3pao. The Physical Security Aspects Associated With Contractor Activities Are Also Subject To Such Assessments. The Contractor Shall Report, In Writing, Any Deficiencies Noted During The Above Assessment To The Va Cor/co. The Contractor Shall Use Va S Defined Processes To Document Planned Remedial Actions That Address Identified Deficiencies In Information Security Policies, Procedures, And Practices. The Contractor Shall Correct Security Deficiencies Within The Timeframes Specified In The Va Information Security Knowledge Service.
all Major Information System Changes Which Occur In The Production Environment Shall Be Reviewed By The Va To Determine The Impact On Privacy And Security Of The System. Based On The Review Results, Updates To The Authority To Operate (ato) Documentation And Parameters May Be Required To Remain In Compliance With Va Handbook 6500 And Va Information Security Knowledge Service Requirements.
the Contractor Shall Conduct An Annual Privacy And Security Self-assessment On All Information Systems And Outsourced Services As Required. Copies Of The Assessment Shall Be Provided To The Cor/co. The Va/government Reserves The Right To Conduct Assessment Using Government Personnel Or A Third-party If Deemed Necessary. The Contractor Shall Correct Or Mitigate Any Weaknesses Discovered During The Assessment.
va Prohibits The Installation And Use Of Personally Owned Or Contractor-owned Equipment Or Software On Va Information Systems. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow, Pws, Pd Or Contract. All Security Controls Required For Government Furnished Equipment Must Be Utilized In Va Approved Other Equipment (oe). Configuration Changes To The Contractor Oe, Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Use A Va-approved Antivirus Software And A Personal (host-based Or Enclave Based) Firewall With A Va-approved Configuration. The Contractor Shall Ensure Software On Oe Is Kept Current With All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-virus Software And The Firewall On The Non-va Owned Oe. Approved Contractor Oe Will Be Subject To Technical Inspection At Any Time.
the Contractor Shall Notify The Cor/co Within One Hour Of Disclosure Or Successful Exploits Of Any Vulnerability Which Can Compromise The Confidentiality, Integrity, Or Availability Of The Information Systems. The System Or Effected Component(s) Need(s) To Be Isolated From The Network. A Forensic Analysis Needs To Be Conducted Jointly With Va. Such Issues Will Be Remediated As Quickly As Practicable, But In No Event Longer Than The Timeframe Specified By Va Information Security Knowledge Service. If Sensitive Personal Information Is Compromised Reference Va Handbook 6500.2 And Section 5, Security Incident Investigation.
for Cases Wherein The Contractor Discovers Material Defects Or Vulnerabilities Impacting Products And Services They Provide To Va, The Contractor Shall Develop And Implement Policies And Procedures For Disclosure To Va, As Well As Remediation. The Contractor Shall, Within 30 Business Days Of Discovery, Document A Summary Of These Vulnerabilities Or Defects. The Documentation Will Include A Description Of The Potential Impact Of Each Vulnerability And Material Defect, Compensating Security Controls, Mitigations, Recommended Corrective Actions, Fbonotice Cause Analysis And/or Workarounds (i.e., Monitoring). Should There Exist Any Backdoors In The Products Or Services They Provide To Va (referring To Methods For Bypassing Computer Authentication), The Contractor Shall Provide The Va Co/co Written Assurance They Have Permanently Remediated These Backdoors.
all Other Vulnerabilities, Including Those Discovered Through Routine Scans Or Other Assessments, Will Be Remediated Based On Risk, In Accordance With The Remediation Timelines Specified By The Va Information Security Knowledge Service And/or The Applicable Timeframe Mandated By Cybersecurity & Infrastructure Security Agency (cisa) Binding Operational Directive (bod) 22- 01 And Bod 19-02 For Internet-accessible Systems. Exceptions To This Paragraph Will Only Be Granted With The Approval Of The Cor/co.
security And Privacy Controls Compliance Testing, Assessment
and Auditing. This Entire Section Applies Whenever Section 6 Or 7 Is Included.
should Va Request It, The Contractor Shall Provide A Copy Of Their (corporation S, Sole Proprietorship S, Partnership S, Limited Liability Company (llc), Or Other Business Structure Entity S) Policies, Procedures, Evidence And Independent Report Summaries Related To Specified Cybersecurity Frameworks (international Organization For Standardization (iso), Nist Cybersecurity Framework (csf), Etc.). Va Or Its Third-party/partner Designee (if Applicable) Are Further Entitled To Perform Their Own Audits And Security/penetration Tests Of The Contractor S It Or Systems And Controls, To Ascertain Whether The Contractor Is Complying With The Information Security, Network Or System Requirements Mandated In The Agreement Between Va And The Contractor.
any Audits Or Tests Of The Contractor Or Third-party Designees/partner Va Elects To Carry Out Will Commence Within 30 Business Days Of Va Notification. Such Audits, Tests And Assessments May Include The Following: (a): Security/penetration Tests Which Both Sides Agree Will Not Unduly Impact Contractor Operations; (b): Interviews With Pertinent Stakeholders And Practitioners; (c): Document Review; And (d): Technical Inspections Of Networks And Systems The Contractor Uses To Destroy, Maintain, Receive, Retain, Or Use Va Information.
as Part Of These Audits, Tests And Assessments, The Contractor Shall Provide All Information Requested By Va. This Information Includes, But Is Not Limited To, The Following: Equipment Lists, Network Or Infrastructure Diagrams, Relevant Policy Documents, System Logs Or Details On Information Systems Accessing, Transporting, Or Processing Va Data.
the Contractor And At Its Own Expense, Shall Comply With Any Recommendations Resulting From Va Audits, Inspections And Tests. Va Further Retains The Right To View Any Related Security Reports The Contractor Has Generated As Part Of Its Own Security Assessment. The Contractor Shall Also Notify Va Of The Existence Of Any Such Security Reports Or Other Related Assessments, Upon Completion And Validation.
va Appointed Auditors Or Other Government Agency Partners May Be Granted Access To Such Documentation On A Need-to-know Basis And Coordinated Through The Cor/co. The Contractor Shall Comply With Recommendations Which Result From These Regulatory Assessments On The Part Of Va Regulators And Associated Government Agency Partners.
product Integrity, Authenticity, Provenance, Anti-counterfeit
and Anti-tampering. This Entire Section Applies When The Acquisition Involves Any Product (application, Hardware, Or Software) Or When Section 6 Or 7 Is Included.
the Contractor Shall Comply With Code Of Federal Regulations (cfr) Title 15 Part 7, Securing The Information And Communications Technology And Services (icts) Supply Chain , Which Prohibits Icts Transactions From Foreign Adversaries. Icts Transactions Are Defined As Any Acquisition, Importation, Transfer, Installation, Dealing In Or Use Of Any Information And Communications Technology Or Service, Including Ongoing Activities, Such As Managed Services, Data Transmission, Software Updates, Repairs Or The Platforming Or Data Hosting Of Applications For Consumer Download.
when Contracting Terms Require The Contractor To Procure Equipment, The Contractor Shall Purchase Or Acquire The Equipment From An Original Equipment Manufacturer (oem) Or An Authorized Reseller Of The Oem. The Contractor Shall Attest That Equipment Procured From An Oem Or Authorized Reseller Or Distributor Are Authentic. If Procurement Is Unavailable From An Oem Or Authorized Reseller, The Contractor Shall Submit In Writing, Details Of The Circumstances Prohibiting This From Happening And Procure A Product Waiver From The Va Cor/co.
all Contractors Shall Establish, Implement, And Provide Documentation For Risk Management Practices For Supply Chain Delivery Of Hardware, Software (to Include Patches) And Firmware Provided Under This Agreement. Documentation Will Include Chain Of Custody Practices, Inventory Management Program, Information Protection Practices, Integrity Management Program For Sub-supplier Provided Components, And Replacement Parts Requests. The Contractor Shall Make Spare Parts Available. All Contractor(s) Shall Specify How Digital Delivery For Procured Products, Including Patches, Will Be Validated And Monitored To Ensure Consistent Delivery. The Contractor Shall Apply Encryption Technology To Protect Procured Products Throughout The Delivery Process.
if A Contractor Provides Software Or Patches To Va, The Contractor Shall Publish Or Provide A Hash Conforming To The Fips Security Requirements For Cryptographic Modules (fips 140-2 Or Successor).
the Contractor Shall Provide A Software Bill Of Materials (sbom) For Procured (to Include Licensed Products) And Consist Of A List Of Components And Associated Metadata Which Make Up The Product. Sboms Must Be Generated In One Of The Data Formats Defined In The National Telecommunications And Information Administration (ntia) Report The Minimum Elements For A Software Bill Of Materials (sbom).
contractors Shall Use Or Arrange For The Use Of Trusted Channels To Ship Procured Products, Such As U.s. Registered Mail And/or Tamper-evident Packaging For Physical Deliveries.
throughout The Delivery Process, The Contractor Shall Demonstrate A Capability For Detecting Unauthorized Access (tampering).
the Contractor Shall Demonstrate Chain-of-custody Documentation For Procured Products And Require Tamper-evident Packaging For The Delivery Of This Hardware.
viruses, Firmware And Malware. This Entire Section Applies When The Acquisition Involves Any Product (application, Hardware, Or Software) Or When Section 6 Or 7 Is Included.
the Contractor Shall Execute Due Diligence To Ensure All Provided Software And Patches, Including Third-party Patches, Are Free Of Viruses And/or Malware Before Releasing Them To Or Installing Them On Va Information Systems.
the Contractor Warrants It Has No Knowledge Of And Did Not Insert, Any Malicious Virus And/or Malware Code Into Any Software Or Patches Provided To Va Which Could Potentially Harm Or Disrupt Va Information Systems. The Contractor Shall Use Due Diligence, If Supplying Third-party Software Or Patches, To Ensure The Third-party Has Not Inserted Any Malicious Code And/or Virus Which Could Damage Or Disrupt Va Information Systems.
the Contractor Shall Provide Or Arrange For The Provision Of Technical Justification As To Why Any False Positive Hit Has Taken Place To Ensure Their Code S Supply Chain Has Not Been Compromised. Justification May Be Required, But Is Not Limited To, When Install Files, Scripts, Firmware, Or Other Contractor-delivered Software Solutions (including Third-party Install Files, Scripts, Firmware, Or Other Software) Are Flagged As Malicious, Infected, Or Suspicious By An Anti-virus Vendor.
the Contractor Shall Not Upload (intentionally Or Negligently) Any Virus, Worm, Malware Or Any Harmful Or Malicious Content, Component And/or Corrupted Data/source Code (hereinafter Virus Or Other Malware ) Onto Va Computer And Information Systems And/or Networks. If Introduced (and This Clause Is Violated), Upon Written Request From The Va Co, The Contractor Shall:
take All Necessary Action To Correct The Incident, To Include Any And All Assistance To Va To Eliminate The Virus Or Other Malware Throughout Va S Information Networks, Computer Systems And Information Systems; And
use Commercially Reasonable Efforts To Restore Operational Efficiency And Remediate Damages Due To Data Loss Or Data Integrity Damage, If The Virus Or Other Malware Causes A Loss Of Operational Efficiency, Data Loss, Or Damage To Data Integrity.
cryptographic Requirement. This Entire Section Applies Whenever The Acquisition Includes Section 6 Or 7 Is Included.
the Contractor Shall Document How The Cryptographic System Supporting The Contractor S Products And/or Services Protect The Confidentiality, Data Integrity, Authentication And Non-repudiation Of Devices And Data Flows In The Underlying System.
the Contractor Shall Use Only Approved Cryptographic Methods As Defined In Fips 140-2 (or Its Successor) And Nist 800-52 Standards When Enabling Encryption On Its Products.
the Contractor Shall Provide Or Arrange For The Provision Of An Automated Remote Key-establishment Method Which Protects The Confidentiality And Integrity Of The Cryptographic Keys.
the Contractor Shall Ensure Emergency Re-keying Of All Devices Can Be Remotely Performed Within 30 Business Days.
the Contractor Shall Provide Or Arrange For The Provision Of A Method For Updating Cryptographic Primitives Or Algorithms.
patching Governance. This Entire Section Applies Whenever The Acquisition Includes Section 7 Is Included
the Contractor Shall Provide Documentation Detailing The Patch Management, Vulnerability Management, Mitigation And Update Processes (to Include Third- Party) Prior To The Connection Of Electronic Devices, Assets Or Equipment To Va S Assets. This Documentation Will Include Information Regarding The Follow:
the Resources And Technical Capabilities To Sustain The Program Or Process (e.g., How The Integrity Of A Patch Is Validated By Va); And
the Approach And Capability To Remediate Newly Reported Zero-day Vulnerabilities For Contractor Products.
the Contractor Shall Verify And Provide Documentation All Procured Products (including Third-party Applications, Hardware, Software, Operating Systems, And Firmware) Have Appropriate Updates And Patches Installed Prior To Delivery To Va.
the Contractor Shall Provide Or Arrange The Provision Of Appropriate Software And Firmware Updates To Remediate Newly Discovered Vulnerabilities Or Weaknesses For Their Products And Services Within 30 Days Of Discovery. Updates To Remediate Critical Or Emergent Vulnerabilities Will Be Provided Within Seven Business Days Of Discovery. If Updates Cannot Be Made Available By Contractor Within These Time Periods, The Contractor Shall Submit Mitigations, Methods Of Exploit Detection And/or Workarounds To The Cor/co Prior To The Above Deadlines.
the Contractor Shall Provide Or Arrange For The Provision Of Appropriate Hardware, Software And/or Firmware Updates, When Those Products, Including Open-source Software, Are Provided To The Va, To Remediate Newly Discovered Vulnerabilities Or Weaknesses. Remediations Of Products Or Services Provided To The Va S System Environment Must Be Provided Within 30 Business Days Of Availability From The Original Supplier And/or Patching Source. Updates Toremediate Critical Vulnerabilities Applicable To The Contractor S Use Of The Third- Party Product In Its System Environment Will Be Provided Within Seven Business Days Of Availability From The Original Supplier And/or Patching Source. If Applicable Third-party Updates Cannot Be Integrated, Tested And Made Available By Contractor Within These Time Periods, Mitigations And/or Workarounds Will Be Provided To The Cor/co Before The Above Deadlines.
specialized Devices/systems (medical Devices, Special Purpose
systems, Research Scientific Computing). This Entire Section Applies When The Acquisition Includes One Or More Medical Device, Special Purpose System Or Research Scientific Computing Device. If Appropriate, Ensure Selected Clauses From Section 6 Or 7 And 8 Through 12 Are Included.
contractor Supplies/delivered Medical Devices, Special Purpose Systems- Operational Technology (sps-ot) And Research Scientific Computing Devices Shall Comply With All Applicable Federal Law, Regulations, And Va Policies. New Developments Require Creation, Testing, Evaluation, And Authorization In Compliance With Processes Specified On The Specialized Device Cybersecurity Department Enterprise Risk Management (sdcd-erm) Portal, Va Directive 6550, Pre-procurement Assessment And Implementation Of Medical Devices/systems, Va Handbook 6500, And The Va Information Security Knowledge Service. Deviations From Federal Law, Regulations, And Va Policy Are Identified And Documented As Part Of Va Directive 6550 And/or The Va Enterprise Risk Analysis (era) Processes For Specialized Devices/systems Processes.
all Contractors And Third-party Service Providers Shall Address And/or Integrate Applicable Va Handbook 6500 And Information Security Knowledge Service Specifications In Delivered It Systems/solutions, Products And/or Services. If Systems/solutions, Products And/or Services Do Not Directly Match Va Security Requirements, The Contractor Shall Work Though The Cor/co For Governance Or Resolution.
the Contractor Shall Certify To The Cor/co That Devices/systems That Have Completed The Va Enterprise Risk Analysis (era) Process For Specialized Devices/systems Are Fully Functional And Operate Correctly As Intended. Devices/systems Must Follow The Va Era Authorized Configuration Prior To Acquisition And Connection To The Va Computing Environment. If Va Determines A New Va Era Needs To Be Created, The Contractor Shall Provide Required Technical Support To Develop The Configuration Settings. Major Changes To A Previously Approved Device/system Will Require A New Era.
the Contractor Shall Comply With All Practices Documented By The Food Drug And Administration (fda) Premarket Submission For Management Of Cybersecurity In Medical Devices And Postmarket Management Of Cybersecurity In Medical Devices.
the Contractor Shall Design Devices Capable Of Accepting All Applicable Security Patches With Or Without The Support Of The Contractor Personnel. If Patching Can Only Be Completed By The Contractor, The Contractor Shall Commit The Resources Needed To Patch All Applicable Devices At All Va Locations. If Unique Patching Instructions Or Packaging Is Needed, The Contractor Shall Provide The Necessary Information In Conjunction With The Validation/testing Of The Patch. The Contractor Shall Apply Security Patches Within 30 Business Days Of The Patch Release And Have A Formal Tracking Process For Any Security Patches Not Implemented To Include Explanation When A Device Cannot Be Patched.
the Contractor Shall Provide Devices Able To Install And Maintain Va-approved Antivirus Capabilities With The Capability To Quarantine Files And Be Updated As Needed In Response To Incidents. Alternatively, A Va-approved Whitelisting Application May Be Used When The Contractor Cannot Install An Anti-virus / Anti- Malware Application.
the Contractor Shall Verify And Document All Software Embedded Within The Device Does Not Contain Any Known Viruses Or Malware Before Delivery To Or Installation At A Va Location.
devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Solid State, And Storage Via Chips/firmware) With Va Sensitive
information Will Be Returned To The Contractor With Media Removed. When The Contract Requires Return Of Equipment, The Options Available To The Contractor Are The Following:
the Contractor Shall Accept The System Without The Drive, Firmware And Solid State.
va S Initial Device Purchase Includes A Spare Drive Or Other Replacement Media Which Must Be Installed In Place Of The Original Drive At Time Of Turn- In; Or
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With The Device, If It Is Not Possible For Va To Retain The Hard Drive, Firmware, And Solid State, Then:
the Equipment Contractor Shall Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact.
any Fixed Hard Drive, Complementary Metal-oxide-semiconductor (cmos), Programmable Read-only Memory (prom), Solid State And Firmware On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Solicitation, Contract, Or Order.
data Center Provisions. This Entire Section Applies Whenever The Acquisition Requires An Interconnection To/from The Va Network To/from A Non-va Location.
the Contractor Shall Ensure The Va Network Is Accessed By In Accordance With Va Directive 6500 And Iam Security Processes Specified In The Va Information Security Knowledge Service.
the Contractor Shall Ensure Network Infrastructure And Data Availability In Accordance With Va Information System Business Continuity Procedures Specified In The Va Information Security Knowledge Service.
the Contractor Shall Ensure Any Connections To The Internet Or Other External Networks For Information Systems Occur Through Managed Interfaces Utilizing Va Approved Boundary Protection Devices (e.g., Internet Proxies, Gateways, Routers, Firewalls, Guards Or Encrypted Tunnels).
the Contractor Shall Encrypt All Traffic Across The Segment Of The Wide Area Network (wan) It Manages And No Unencrypted Out Of Band (oob) Internet Protocol (ip) Traffic Will Traverse The Network.
the Contractor Shall Ensure Tunnel Endpoints Are Routable Addresses At Each Va Operating Site.
the Contractor Shall Secure Access From Local Area Networks (lans) At Co- Located Sites In Accordance With Va Tic Reference Architecture, Va Directive And Handbook 6513, And Mou/isa Process Specified In The Va Information Security Knowledge Service.
Closing Date17 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Furnitures and Fixtures
United States
Details: Sources Sought Notice
this Is A Sources Sought Notice Only. The U.s. Government Desires To Procure Repairs To Spacesaver Shelves In The Usma Library. On A Small Business Set-aside Basis, Provided 2 Or More Qualified Small Businesses Respond To This Sources Sought Notice With Information Sufficient To Support A Set-aside. Be Advised That The U.s. Government Will Not Be Able To Set Aside This Requirement If 2 Or More Small Businesses Do Not Respond With Information To Support The Set-aside. We Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price.
this Notice Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Sources Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Governmentwide Point Of Entry. It Is The Responsibility Of Potential Offerors To Monitor The Governmentwide Point Of Entry For Additional Information Pertaining To This Requirement. The Anticipated Naics Code(s) Is: 811310, Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance With A Size Standard Of 12,500,000.
in Response To This Sources Sought, Please Provide:
1. Name Of The Firm, Point Of Contact, Phone Number, Email Address, Duns Number, Cage Code, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code.
2. Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any.
3. Information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination.
4. Information To Help Determine If The Requirement Is Commercially Available, Including Pricing Information, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc.
5. Identify How The Army Can Best Structure These Contract Requirements To Facilitate Competition By And Among Small Business Concerns.
6. Identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Contract Specialist, Shawn Valastro, At Shawn.m.valastro.civ@army.mil, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Fedbizopps Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion.
7. Recommendations To Improve The Approach/specifications/draft Pws/prs To Acquiring The Identified Items/services.
1
performance Work Statement (pws)
spacesaver Shelving Repair
march 2025
(pop 4/1/25-3/31/26)
part 1
general Information
1. General: This Is A Non-personal Service(s) Contract Under Which The Personnel Rendering The Service(s) Are Not Subject, Either By The Contract’s Terms Or By The Manner Of Its Administration, To The Supervision And Control Usually Prevailing In Relationships Between The Government And Its Employees.
1.1 Description Of Services/introduction: This Is A Non-personal Service(s) Contract For The Repair And Upgrade Of The Spacesaver Ec200 High Density Electronic Compact Shelving System For The Archival Material, At The Library Annex. The Compact Shelving System At The Library Annex Consists Of 20 Shelving Units. The Vendor Will Complete The Repair Including Replacement Of All Necessary Electrical Components, Keypads, Distance Sensors, Safety Features, And Inspection Of All End Panels. Installation, Freight, And Removal Of Debris Are Included.
1.2 Background: This Service Contract Is For The Shelving In The Library Annex, Pershing Center, Repaired For Continued Use. The Repair Was Attempted To Be Purchased In Fy24, But A Vendor Fell Through. The Quote For Fy25 Has The Donnegan Systems Vendor, The Only Authorized Spacesaver Area Contractor Certified To Complete This Work. The Spacesaver Shelving System Was Initially Installed Between 1980-2000 And Needs Updates To Technology For Sustainability Of System Operations And Repair For Significantly Damaged Portions Of The Shelving. No Keys Or Cacs Will Be Provided To The Contractor Or Their Staff, Access Will Be Monitored By Usma Library Staff At All Times. The Spaces That The Shelving Is Located Are Not Public Facing, No Signage Or Badges Will Be Necessary.
1.3 Scope: The Contractor Shall Provide The Following:
1. The Contractor Must Be A Licensed Vendor For Spacesaver Products And Have Knowledge Of The Operation And Repair Of The Spacesaver High Density Electronic Condensed Shelving In General And With The Spacesaver Ec200 In Particular.
2. The Spacesaver Shelving Needs All New Keypad Controllers On Each Of The 20 Shelving Units In The Range And New Wiring And Cables For Each Controller.
3. The Spacesaver Shelving Needs All New Distance Sensors Which Allows Ranges To Stop When Aisles Are Being Opened Or Closed.
4. The Spacesaver Shelving Needs All New Electronics And Cabling Throughout The System And The Vendor Must Use Existing Infrastructure For Power Needs.
5. The Spacesaver Shelving Needs A New Photo Sweep Safety System To Replace The Existing Safety Systems
2
6. The Work Will Include At Least 1 New Laminate End Panel To Replace A Broken Panel And Any Panels That Are Broken In The Repair Process Will Also Need To Be Replaced
7. The Contractor Must Include All Hardware-cables-and Any Miscellaneous Items To Complete Job
8. The Contractor Shall Remove And Dispose Off Premises Of All The Packing/shipping Materials, Waste, And Debris That Results From The Repair, Upgrades, And Rewiring.
1.4 Objectives: The Objective Is For This Contract Is To Repair The Movable Shelving In The Library Annex, Pershing Center, Repaired For Continued Use And Support Of The Archives And Special Collections Of Usma Library.
1.5 General Information:
1.5.1 Quality Control Plan (qcp): The Contractor’s Existing Quality Assurance System Shall Be Utilized In Accordance With Far 12.208.
1.5.1.1 Reserved
1.5.1.2 The Contractor Shall Inform The Cor Of Issues Or Potential Issues That Might Affect The Performance Within 72 Clock Hours Of Identifying Those Issues. Verbal Reports Shall Be Followed Up By Written Reports Within 10 Business Days {deliverable 1}.
1.5.2 Quality Assurance: The Government Will Evaluate The Contractor’s Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Is Primarily Focused On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With The Performance Standards. It Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Acceptable Quality Levels (performance Thresholds).
1.5.3 Recognized Holidays: The Following Provides Information On Recognized Holidays For The Purpose Of The Pws. If Submittal Of Any Documentation (e.g. Deliverables, Submittals, Etc.) Deadlines Fall On A Holiday, The Closest Workday Prior To The Holiday Will Apply As The Deadline For Submittal.
1.5.3.1 U.s. Holidays: When A U.s. Holiday Occurs On A Saturday Or A Sunday, The Holiday Is Observed On The Preceding Friday Or Following Monday, Respectively.
new Year’s Day January 1st M. L. King Memorial Day 3rd Monday In Jan
presidents’ Day 3rd Monday In February Memorial Day Last Monday In May
juneteenth June 19th Independence Day July 4th
labor Day 1st Monday In September Columbus Day 2nd Monday In October
veteran’s Day November 11th Thanksgiving Day 4th Thursday In November
christmas Day December 25th
1.5.3.2 Host Nation Holidays: Reserved
3
1.5.4 Operating Hours: The Government Facility Office Hours, Facility Operating Hours, And The Contractor Support Hour Requirements Often Coincide, However, They May Differ. Please Refer To The Following.
1.5.4.1 Government Facility Office Hours: The Government Facility Office Hours Are 0700 To 2315 Monday Through Thursday, 0700-2100 Friday, 1300-2100 Saturday, And 1000-2315 On Sundays Except U.s. Holidays Identified In Paragraph 1.5.3.1 Above Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closings, Or Similar Government Directed Facility Closings.
1.5.4.2 Government Facility Operating Hours: The Government Facility Operating Hours Occur Between The Hours Of 0800 To 1600 Monday Through Friday. The Government Facility Is Not Open For Operations During The Recognized U.s. Holidays Identified In Paragraph 1.6.3.1 Above. The Government Facility May Close Due To Local Or National Emergencies, Administrative Closings, Or Similar Government Directed Facility Closings And Will Be Communicated By The Contracting Officer To The Contractor.
1.5.4.3 Contractor Support Hours: The Contractor Shall Provide Support Between The Hours Of 0800-1600 Monday Through Friday Based On The Availability Of Usma Staff During The Facility’s Open Status During Local Or National Emergencies, Administrative Closings, Or Similar Government Directed Facility Closings. The Contractor Shall Maintain An Adequate Workforce At All Times, For The Uninterrupted Performance Of All Tasks Defined Within This Pws When The Government Facility Is Not Closed For The Above Reasons. When Hiring Personnel, The Contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Is Essential.
1.5.4.3.1 Contractor Work Plan: Reserved
1.5.5 Training Holidays: Reserved
1.5.6 Place Of Performance: The Work To Be Performed Under This Contract Will Be Performed At Building 2107 Pershing Center, West Point, Ny.
1.6 Security Requirements: The Following Information Is Provided On Security Related Matters.
1.6.1 Security Program: Reserved
1.6.2 Personnel Security Clearance Requirements: Reserved
1.6.3 Installation Access: Access To U.s. Installations, Buildings And Controlled Areas Is Limited To Personnel Who Meet Security Criteria And Are Authorized. Failure To Submit Required Information/data And Obtain Required Documentation Or Clearances Will Be Grounds For Denying Access To U.s. Installations, Buildings And Controlled Areas. The Contractor Shall Ensure That Any Subcontractors Used In Performance Of This Contract Complies With These Requirements And That All Employees, Of Both The Contractor And Any Subcontractor Utilized By The Contractor, Are Made Aware Of And Comply With These Requirements.
4
the Contractor Shall Be Aware Of And Comply With The Requirements Associated With Installation Access Control. The Government Is Not Liable For Any Costs Associated With Performance Delays Due Solely To A Firm’s Failure To Comply With Installation Access Control System (iacs) Processing Requirements.
the Contractor Shall Return Installation Passes To The Issuing Iacs Office When The Contract Is Completed Or When A Contractor Employee No Longer Requires Access.
1.6.3.1 Installation Pass Log: In Addition, The Contractor Shall Provide The Contracting Officer, Via The Cor, An Initial Installation Pass Log Within Three (3) Calendar Days After Contract Completion.the Log Must At A Minimum Contain The Following Information (date, Employee Name, Arrival Time, And Departure Time). The Log Shall Be Updated As Employees Are Added Or Removed. The Updated Installation Pass Log Shall Be Current And Available At Any Time Upon Request By The Government And Submitted To The Cor Within Five (5) Days After Any Changes To The Log (deliverable 2).
1.6.3.2 Individual Termination Or Expiration Of Employment: Reserved
1.6.3.3 Contract Termination Or Cancellation: Reserved
1.6.3.4 Common Access Cards (cac) And Cac Log: Reserved
1.6.4 Background Checks: Reserved
1.6.4.1 U.s. Citizen: Reserved
1.6.4.2 Local Nationals And Third Country Nationals: Reserved
1.6.5 Physical Security: The Contractor Shall Safeguard All Government Equipment, Information, And Property Provided For Contractor Use.
1.6.6 Operations Security (opsec) Requirements: Contractor Personnel Shall Adhere To Facility Security Policies And Restrictions. The Contractor Shall Immediately Report Suspicious Activities To Security Personnel.
1.7 Key Control: Reserved
1.8 Post Award Conference/periodic Progress Meetings: The Contractor Shall Attend Any Post Award Conference Convened By The Contracting Activity Or Contract Administration Office In Accordance With Far Subpart 42.5. The Contracting Officer, Cor, And Other Government Personnel, As Appropriate, May Meet Periodically With The Contractor To Review The Contractor's Performance. At These Meetings The Contracting Officer Will Apprise The Contractor Of How The Government Views The Contractor's Performance And The Contractor Shall Apprise The Government Of Problems, If Any, Being Experienced. Appropriate Action Shall Be Taken To Resolve Outstanding Issues. These Meetings Shall Be At No Additional Cost To The Government.
5
1.8.1 The Contractor Shall Attend, Participate In, And Furnish Input To Scheduled And Unscheduled Meetings, Conferences, And Briefings That Relate To The Functions And Services Herein As Required By The Government To Provide Effective Communication And Impart Necessary Information. The Contract Manager Or Designated Representative Shall Attend Meetings As Requested By The Government. Meeting Attendees Shall At Times Include Contractor Managerial, Supervisory, And Other Personnel Knowledgeable Of The Subject Matter. Meetings May Start Or End Outside Of Regular Duty Hours.
1.9 Contracting Officer’s Representative (cor): Refer To Part 2 Of This Pws For The Definition Of A Cor. As Determined By The Contracting Officer, A Cor Will Be Appointed And Identified By Letter Of Designation, A Copy Of Which Will Be Provided To The Contractor By The Contracting Officer. The Designation Letter States The Responsibilities And Limitations Of The Cor, Especially With Regard To Changes In Cost Or Price, Estimates, Or Changes In Delivery Dates. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Resulting Order. The Cor Monitors All Technical Aspects Of The Contract And Assists In Contract Administration. The Cor Is Not Authorized To Obligate The Government. If The Work Is Not Written In The Contract, The Cor Is Not Authorized To Request New Work. The Cor Is Authorized To Perform The Following Functions: Assure That The Contractor Performs The Technical Requirements Of The Contract, Perform Inspections Necessary In Connection With Contract Performance, Maintain Written And Oral Communications With The Contractor Concerning Technical Aspects Of The Contract, Issue Written Interpretations Of Technical Requirements, Including Government Drawings, Designs, Specifications, Monitor Contractor's Performance And Notifies Both The Contracting Officer And Contractor Of Any Deficiencies, Coordinate Availability Of Government Property, And Coordinate Site Entry Of Contractor Personnel.
1.10 Key Personnel: The Contractor Shall Provide A Program/contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person And An Alternate Program/contract Manager, Who Shall Act For The Contractor When The Program/contract Manager Is Absent. The Contract Manager And Alternate Contract Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager Or Alternate Contract Manager Shall Be Available Between The Applicable Hours, Days, Etc. That Have Been Identified In Paragraph 1.6.4. All Key Personnel Are Listed Below:
a. Contract Manager: Mike Melanson
b. Alternate Contract Manager: Glenn Underwood
c. Quality Control Manager: Patrick Webster
d. Alternate Control Manager: Tom Mulvey
e. Special Qualifications: See 7.3 Attachment 1 – Spacesaver License/ Sole-source
letter
1.11 Identification Of Contractor Employees: Reserved
6
1.12.1 Reserved
1.12.2 Reserved
1.13 Contractor Travel: Reserved
1.14 Other Direct Costs (odcs): Reserved
1.15 Data Rights: Reserved
1.16 Non-disclosure Requirements: Reserved
1.17 Protection Of Government And Contract Information: Per Public Use Notice Of Limitations Stated By Defense Imagery Management Operations Center And Contained At Www.dimoc.mil/resources/limitations/ , The Contractor Shall Not Cite Any Information (e.g., Contract Information, Pictures, Locations, Etc.) Obtained Through This Contract On Any Hard Copy Or Digital Marketing Tools To Include Its Company Website.
1.18 Non-disclosure Statements: Reserved
1.19 Organizational Conflict Of Interest (oci): Reserved
1.20 Phase In /phase Out Period: Reserved
1.21 Safety: The Following Provides Information Pertaining To Safety And Accident Prevention:
1.21.1 Safety Laws And Regulations: The Contractor Shall Comply With Far 52.236-13, Accident Prevention (november 1991), The References Contained Therein (e.g. U.s. Army Corps Of Engineers Safety And Health Requirements Manual (em 385-1-1)). The Contractor Will Also Comply With Any Internal Or Industry Standard Safety Procedures As Required.
1.21.1.1 In Addition To Other Requirements For Accident Prevention Specified In This Contract, The Contractor Shall Comply With All Federal And State Requirements Governing Safety And Health Protection On Construction Sites And Other Applicable Occupational Safety Codes.
the Contractor Shall Indicate Its Plan For Compliance Considering Conditions Of The Work Described By The Design, Technical Proposal, Operational Activities Of The Government Or Others In The Area Of The Work, Identification Of The Coordinator, And Implementation Of All Other Accident Prevention Provisions Of This Contract.
1.21.1.2 The Contractor Shall Complete And Provide Safety Notifications Required And Will Provide Documented Proof If Requested.
1.22 Environmental Compliance: The Following Provides Information On Environmental Compliance.
7
1.22.1 Environmental Compliance Plan And Program: Reserved
1.23 Required Training: The Following Provides Information On Training Requirements.
1.23.1 Anti-terrorism (at) Level I Training: Reserved
1.23.2 Opsec Training: Reserved
1.23.3 Iwatch Training: Reserved
1.23.4 Information Assurance (ia) Training
1.23.4.1 Reserved
1.23.4.2 Reserved
1.23.4.3 Reserved
1.23.5 Personally Identifiable Information (pii): Reserved
1.24.3 By Acceptance Of And Performance Under This Contract, The Contractor Affirms That It Has Complied With The Requirements Above. Compliance With This Requirement And American Law Is A Material Contract Requirement. Noncompliance By The Contractor Or Subcontractor At Any Tier Shall Be Grounds For Issuing A Negative Past Performance Evaluation And Terminating This Contract For Default.
1.25 Notice To Proceed: The Notice To Proceed Will Be Provided As Indicated Below. (contracting Office Must Identify One)
☐the Effective Date Of Contract Will Constitute The Date Of Notice To Proceed
☐a Notice To Proceed Letter Will Be Issued
☐the Date Of The Letter Transmitting The Contract Will Constitute The Date Of The Notice To Proceed
1.27 Government Property And Services: Reserved
8
part 2
definitions & Acronyms
2. Definitions And Acronyms
2.1 Definitions: Although Not Inclusive Of Every Term Used Within This Pws, The Following Provides A List Of Definitions Used Throughout This Pws And Commonly Used In The Acquisition Field.
contracting Officer – Means A Person With The Authority To Enter Into, Administer, And/or Terminate Contracts And Make Related Determinations And Findings On Behalf Of The Government. Note: The Only Individual Who Can Legally Bind The Government.
contracting Officer's Representative (cor) – As Defined In Dfars 202.101, Means An Individual Designated And Authorized In Writing By The Contracting Officer To Perform Specific Technical Or Administrative Functions. Dod Instruction (dodi) 5000.72, Part Ii Definitions States The Following When Defining A Cor: “defined In Subpart 202.101 Of Reference (f). Any Individual Delegated Responsibilities Pursuant To Subpart 1.602-2 Of Reference (e), Regardless Of Local Terminology, Must Be Certified In Accordance With This Instruction. For Example, Local Terminology Can Be Cor, Contracting Officer’s Technical Representative, Technical Point Of Contact, Technical Representative, Alternate Cor, Administrative Cor, Assistant Cor, Line Item Manager, Task Order Manager, Quality Assurance Personnel, Quality Assurance Evaluator, Or Cor Management.” In Addition, Army Regulation 70-13, Chapter 2, Paragraph 2-2g, States, In Part, The Following When Providing Other Surveillance Support Personnel To Assist The Cor When Needed, “…these Other Surveillance Support Personnel May Serve As On-site Representatives Of The Cor In Performance Of Actual Contract Surveillance If They Meet All Cor Requirements And Have Been Appointed By The Contracting Officer As Alternate Cors.”
contractor – Means A Supplier Or Vendor Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime.
contractor-acquired Property - Means Property Acquired, Fabricated, Or Otherwise Provided By The Contractor For Performing A Contract And To Which The Government Has Title.
day – Means, Unless Otherwise Specified, A Calendar Day.
defective Service – Means A Service Output That Does Not Meet The Standard Of Performance Associated With The Performance Work Statement.
deliverable – Means Anything That Can Be Physically Delivered, But May Include Non-manufactured Things Such As Meeting Minutes Or Reports.
government-furnished Property – As Reflected In Far 52.245-1, Government-furnished Property “means Property In The Possession Of, Or Directly Acquired By, The Government And Subsequently Furnished To The Contractor For Performance Of A Contract. Government-furnished
9
property Includes, But Is Not Limited To, Spares And Property Furnished For Repair, Maintenance,
government Property - Means All Property Owned Or Leased By The Government. Government Property Includes Both Government-furnished And Contractor-acquired Property. Government Property Includes Material, Equipment, Special Tooling, Special Test Equipment, And Real Property. Government Property Does Not Include Intellectual Property And Software.
property Administrator - Means An Authorized Representative Of The Contracting Officer Appointed In Accordance With Agency Procedures, Responsible For Administering The Contract Requirements And Obligations Relating To Government Property In The Possession Of A Contractor.
high Level Objective (hlo) – Means A Key Overarching Result-based Objective For A Project Necessary To Achieve The Project’s Vision. Hlos Are Similar To Level 2 In A Work Breakdown Structure. Each Hlo May Contain Several Statements To Flesh Out The Areas Necessary To Meet The Objective.
physical Security – Means That Part Of Security Concerned With Physical Measures Designed To Safeguard Personnel; To Prevent Unauthorized Access To Equipment, Installations, Material, And Documents; And To Safeguard Against Espionage, Sabotage, Damage, And Theft.
quality Assurance – (or Government Contract Quality Assurance) Means The Various Functions, Including, Inspection, Performed By The Government To Determine Whether A Contractor Has Fulfilled The Contract Obligations Pertaining To Quality And Quantity.
quality Assurance Surveillance Plan (qasp) – Means The Key Government-developed Surveillance Process Document, And Is Applied To Performance-based Service Contracting (pbsc). The Qasp Is Used For Managing Contractor Performance Assessment By Ensuring That Systematic Quality Assurance Methods Validate That Contractor Quality Control Efforts Are Timely, Effective, And Are Delivering The Results Specified In The Contract Or Task Order. The Qasp Directly Corresponds To The Performance Objectives And Standards (i.e., Quality, Quantity, Timeliness) Specified In The Performance Work Statement (pws). It Provides Specific Details On How The Government Will Survey, Observe, Test, Sample, Evaluate, And Document Contractor Performance Results To Determine If The Contractor Has Met The Required Standards For Each Objective In The Pws. The Qasp, With Very Few If Any Exceptions, Is An Internal To Government Document.
quality Control – Means All Necessary Measures Taken By The Contractor To Assure That The Quality Of An End Product Or Service Shall Meet Contract Requirements.
statement – Means The Specific Results-based Activities Required To Satisfy Hlos. A Statement Contains A Result, The Context Of The Statement, And The Required Action(s). Statements Focus On “what” Is To Be Accomplished; However, They Are Not Prescriptive In Describing “how” The
overhaul, Or Modification. Government-furnished Property Also Includes Contractor-acquired
property If The Contractor-acquired Property Is A Deliverable Under A Cost Contract When
accepted By The Government For Continued Use Under The Contract
10
outcome Is To Be Achieved. Each Hlo May Have Several Statements To Flesh Out The Areas Necessary To Meet The Objective. Statements Are Similar To Level 3 In A Work Breakdown Structure.
subcontractor – Means One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor.
work Day - The Number Of Hours Per Day The Contractor Provides Services In Accordance With The Contract.
work Week - Monday Through Friday, Unless Otherwise Specified.
2.2 Acronyms: Although Not Inclusive Of Every Term Used Within This Pws, Or That May Be Included In An Acquisition, The Following Provides A List Of Acronyms Commonly Used In The Acquisition Field.
acor Alternate Contracting Officer's Representative
afars Army Federal Acquisition Regulation Supplement
aha Activity Hazard Analysis
aor Area Of Responsibility
ar Army Regulation
at Anti-terrorism
atcts Army Training Certification Tracking System
cac Common Access Card
cce Contracting Center Of Excellence
cfr Code Of Federal Regulations
conus Continental United States (excludes Alaska And Hawaii)
cor Contracting Officer’s Representative
cots Commercial-off-the-shelf
da Department Of The Army
dd250 Department Of Defense Form 250 (receiving Report)
dd254 Department Of Defense Contract Security Requirement List
dfars Defense Federal Acquisition Regulation Supplement
dmdc Defense Manpower Data Center
dod Department Of Defense
far Federal Acquisition Regulation
frg Federal Republic Of Germany
gfp Government Furnished Property
hlo High Level Objective
hipaa Health Insurance Portability And Accountability Act Of 1996
ia Information Awareness
iac Installation Access Control
iaco Installation Access Control Office
id Identification
igce Independent Government Cost Estimate
it Information Technology
11
jpas Joint Personnel Adjudication System
ko Contracting Officer
oci Organizational Conflict Of Interest
oconus Outside Continental United States (includes Alaska And Hawaii)
odc Other Direct Costs
opsec Operations Security
pa Property Administrator
pii Personally Identifiable Information
pipo Phase In/phase Out
poc Point Of Contact
prs Performance Requirements Summary
pws Performance Work Statement
qa Quality Assurance
qap Quality Assurance Program
qasp Quality Assurance Surveillance Plan
qc Quality Control
qcp Quality Control Program
ra Requiring Activity
rco Regional Contracting Office
sige Safety And Health Protection Plan
te Technical Exhibit
usag United States Army Garrison Uom Unit Of Measure
usma United States Military Academy
12
part 3
government Property (gp) And Services
3. Government Property And Services
3.1 Services: Reserved
3.2 Facilities: Reserved
3.3 Utilities: Reserved
3.4 Equipment: Reserved
3.5 Special Tooling And Test Equipment: Reserved
3.6 Materials: The Government Will Provide Access To Spacesaver Shelving.
3.7 Training: Reserved
3.8 Common Access Cards (cac): Reserved
13
part 4
contractor Furnished Items And Services
4. Contractor Furnished Property And Services
4.1 General: The Contractor Shall Furnish All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items Necessary To Perform Services As Described In The Pws And Associated Contract Documents, Except For Those Items Specified In Part 3 Government Property And Services.
4.2 Secret Facility Clearance: Reserved
4.3 Materials: The Contractor Shall Provide Replacement Of All Necessary Electrical Components Including Keypads, Distance Sensors, Safety Features, And End Panels. Although It Must Be Noted This Example Is Not All Inclusive, The Ra Must Ensure Addressing Their Specific Requirements Including Personal Protective Equipment, Ppe, Tools, Electrical Equipment, Office Supplies And Materials Such As, Paper, Printer Cartridges, And All Other Office Supplies And Materials Needed In The Performance Of This Contract; Automated Data Processing Equipment (adpe) Such As Computers, Copy, Printer, And Fax Machines. None Of The Adpe Will Be Connected To The Government Network.
4.4 Vehicles And Equipment: Reserved
4.5 Background Checks): Reserved
14
part 5
specific Tasks
5.1 Basic Services: The Contractor Shall Provide Services For:
5.2 Tasks: Tasks Consist Of The Following:
deliverable 1: The Contractor Shall Inform The Cor Of Issues Or Potential Issues That Might Affect The Performance Within 72 Clock Hours Of Identifying Those Issues. Verbal Reports Shall Be Followed Up By Written Reports Within 10 Business Days.
deliverable 2: The Contractor Shall Provide The Contracting Officer, Via The Cor, An Installation Pass Log Within Three (3) Calendar Days After Contract Completion. The Log Must At A Minimum Contain The Following Information (date, Employee Name, Arrival Time, And Departure Time). The Log Shall Be Updated As Employees Are Added Or Removed. The Updated Installation Pass Log Shall Be Current And Available At Any Time Upon Request By The Government And Submitted To The Cor Within Five (5) Days After Any Changes To The Log.
5.2.1 Contractor Shall Provide Suitable Repair Of Damaged End Panel
5.2.1.1 Any Damaged Shelving Sections Will Have The Broken End Panel Replaced.
5.2.2 Contractor Shall Clean Up Any Debris Associated With Repairs
5.2.2 The Contractor Shall Remove And Dispose Of All The Packing/shipping Materials, Waste, And Debris That Results From The Repair, Upgrades, And Rewiring Off-premises.
5.2.3 Contractor Shall Ensure Functionality And Ease Of Utilization
5.2.3 The Movable Spacesaver Shelving Will Be Fully Upgraded And Functional, The End Panel Controls Will Be Fully Operational.
(a) A New Photo Sweep Safety System Will Be Installed.
(b) New Keypad Controllers Will Be Installed For Each Of The 20 Shelving Units.
(c) Installation Of All New Distance Sensors.
5.3 Service Contract Reporting
5.3.1 System For Award Management (sam) Service Contract Report (scr): Reserved
steps For Submitting A Service Contract Report (scr) Reserved (does Not Apply)
15
part 6
applicable Publications
6. Applicable Publications (current Editions): The Following Publications, Manuals, Regulations, Etc. Are Mentioned In This Pws And Are Listed Below.
6.1.1 Department Of Defense Contract Security Classification Specification (dd Form 254)
6.1.2 Department Of Defense Security Agreement (dd Form 441)
6.1.3 National Industrial Security Program Operating Manual (dod 5220.22-m)
6.1.4 Installation Access Control (ae Reg 190-16)
6.1.5 The Army Physical Security Program (ar 190-13)
6.1.6 Contractor Identification (ae Reg 27-715)
6.1.7 U.s. Army Corps Of Engineers Safety And Health Requirements Manual (em 385-1-1)
6.1.8 Information Assurance Workforce Improvement Program (dod 8570-m)
6.1.9 Information Assurance Training Certification And Workforce Management Directive (dodd 8570.01)
6.1.10 Information Assurance (ar 25-2)
6.1.11 Electromagnetic Compatibility Directive (2004/108/ec)
6.1.12 Policies And Procedures For Property Accountability (ar 735-5)
16
part 7
attachment And Technical Exhibit Listing
7. Attachment And Technical Exhibit List
7.1 Technical Exhibit A – Performance Requirements Summary
7.2 Technical Exhibit B – Deliverables Schedule
7.3 Attachment 1 – Spacesaver License/ Sole-source Letter
7.4 Attachment 2 – Reserved
7.5 Attachment 3 – Reserved
17
technical Exhibit A
performance Requirements Summary (prs) Performance Objective Standard Performance Threshold Acceptable Quality Levels (aqls) Method Of Surveillance
prs#1
the Contractor Shall Provide Suitable Repair Of Damaged End Panel. Any Damaged Shelving Sections Will Have The Broken End Panel Replaced. 100% Of The End Panels Will Be Unbroken Due To Replacement If Necessary. 100% Inspection
visible Inspection Of All 20 Shelves Upon Completion Of Work.
prs#2
the Contractor Shall Clean Up Any Debris Associated With Repairs. The Contractor Shall Remove And Dispose Of All The Packing/shipping Materials, Waste, And Debris That Results From The Repair, Upgrades, And Rewiring Off-premises. 100% Of The Debris From Completed Repairs Must Be Disposed Of Off-premises. 100% Inspection
visible Inspection Of The Annex Shelving Space Ensuring No Debris Has Been Left Behind Upon Completion Of Work.
prs#3
the Contractor Shall Ensure Functionality And Ease Of Utilization For The Movable Shelving Via The End Panel Controls. A New Photo Sweep Safety System Will Be Installed.
new Keypad Controllers Will Be Installed For Each Of The 20 Shelving Units.
installation Of All New Distance Sensors. 100% Of The Systems That Scan Aisles Between Shelves Must Be Functional.
100% Of The Keypad Controllers Will Be Replaced.
100% Of Distance Sensors Must Be Replaced. 100% Inspection
testing The New Photo Sweep Safety System To Ensure Functionality.
visible Inspection Of The Keypad Controllers To Ensure Replacement And Testing Of Keypad Controllers To Ensure Appropriate Functionality.
testing Of Distance Sensors To Ensure Functionality.
Closing Date21 Mar 2025
Tender AmountRefer Documents
Health Canada Tender
Others
Canada
Details: Advance Contract Award Notice (acan) Title: Support To The Canadian Surveillance System For Poison Information (csspi) Solicitation Number: 1000262309 1. The Purpose And Explanation Of An Acan An Advance Contract Award Notice (acan) Allows Health Canada To Post A Notice For No Less Than Fifteen (15) Calendar Days, Indicating To The Supplier Community That A Goods, Services Or Construction Contract Will Be Awarded To A Pre-identified Contractor. If No Other Supplier Submits, On Or Before The Closing Date, A Statement Of Capabilities That Meets The Minimum Requirements Identified In The Acan, The Contracting Authority May Then Proceed To Award A Contract To The Pre-identified Contractor. 2. Rights Of Suppliers Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Services Or Goods Described In This Acan May Submit A Statement Of Capabilities Demonstrating How They Meet The Advertised Requirement. This Statement Of Capabilities Must Be Provided Via E-mail Only To The Contact Person Identified In Section 12 Of The Notice On Or Before The Closing Date And Time Of The Notice. If The Bidder Can Clearly Demonstrate They Possess The Required Capabilities, The Requirement Will Be Opened To Electronic Or Traditional Bidding Processes. 3. Proposed Contractor Parachute 300-150 Eglinton Ave E. Toronto Ontario M4p 1e8 4. Definition Of Requirements Or Expected Results Unintentional Poisonings Are A Leading Cause Of Preventable Injury And Death In Canada, Particularly Among Children And Other Vulnerable Populations. Canada’s Five Regional Poison Centres Serve As Vital Resources For Both The Public And Medical Professionals Seeking Guidance On The Treatment Of Poisoning And Adverse Drug Reactions. Together, These Centres Manage Approximately 200,000 Cases Annually, Providing Valuable, Evidence–based Information On Exposures To A Wide Variety Of Products And Substances Regulated By Health Canada. Canada Did Not Have A National Poison Centre Surveillance System Until The Need Was Identified In 2013 And 2014 By Various Authorities. In Response, A Pan-canadian Task Force Was Established, Bringing Together The Canadian Association Of Poison Centres And Clinical Toxicology (capcct), Poison Centres, And Provincial, Territorial, And Federal Health Authorities, Along With Other Key Partners, To Collaborate On The Development Of The Canadian Surveillance System For Poison Information (csspi). In 2016, A Business Case Was Completed Outlining A Multi-year Implementation Plan For The Csspi Program, Including The Technical Development Of An Automated Surveillance Application On The Canadian Network For Public Health Intelligence (cnphi). Alongside The Csspi’s Implementation And Technical Development, Health Canada And Its Partners Have Been Nurturing And Expanding The Toxicovigilance Canada Network, While Also Conducting Public Outreach And Communication Activities With The Support Of Partners Such As Parachute, Canada’s Leading Injury Prevention Organization. Toxicovigilance Canada, Led By Health Canada, Is A Collaborative Network Of Various Disciplines And Jurisdictions That Strengthens The Capacity For The Timely Detection, Analysis, And Response To Poisonings, Substance-related Harms, And Toxic Chemical Exposures. With The Anticipated Rollout Of The Csspi Application On Cnphi In 2025-2026, The Program Will Achieve A Key Milestone: The Ability To Conduct Near Real-time Surveillance And Generate National Statistics On Poisonings. The Csspi Program Will Provide Critical Evidence To Support Core Departmental Responsibilities, Pan-canadian Toxicovigilance Initiatives, And Public Health Efforts Aimed At Poison Prevention, Through Knowledge Translation And Outreach Activities. The Objective Of This Contract Is To Support Public Outreach And Knowledge Translation To Enhance The Impact Of The Csspi Program And Strengthen The Toxicovigilance Canada Network. Over The Next Five Years, Health Canada Requires The Services Of A Contractor To Coordinate Pan-canadian Outreach And Communication Activities, Build Professional Capacity And Facilitate Knowledge Exchange Across A Broad Network In Canada, Support And Coordinate Csspi Face-to-face Meetings And Toxicovigilance Workshops With Key Stakeholders, And Lead The Publication Of The Pan-canadian Annual Data Reports. This Work Aligns With Health Canada’s Mandate To Help Canadians Maintain And Protect Their Health, As Well As With Commitments Outlined In The Minister Of Health’s Mandate Letter To Protect Canadians From Harmful Chemicals. 5. Minimum Requirements Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Minimum Requirements: 1. The Bidder’s Home Organization Must Have A Pan-canadian Mandate As Well As Significant And Recent Experience In Point Prevention And Harm Reduction Activities. 2. The Bidder’s Home Organization Must Have Significant Knowledge And Experience In Knowledge Translation And Public Outreach At The Pan-canadian Level. 3. The Bidder’s Home Organization Must Have Significant And Recent Experience Working With Canadian Poison Center Data And Medical Toxicology And Or Specialist In Poison Information. 4. The Bidder’s Home Organization Must Have An Established Pan-canadian Network That Includes Partners And Stakeholders Spanning Federal/provincial/territorial (f/p/t) Health Authorities As Well As Ngos, Academia And International Partners Involved In Toxicovigilance, All-hazards Prevention And Harm Reduction Efforts. *please Note – Significant And Recent Experience Is Defined As Minimum Five (5) Years Of Experience Within The Last Seven (7) Years* 6. Reason For Non-competitive Award Section 6 Of The Government Contracts Regulations Contains Four Exceptions That Permit The Contracting Authority To Set Aside The Requirement To Solicit Bids. For The Proposed Procurement, The Following Exception Applies: (d) Only One Person Or Firm Is Capable Of Performing The Contract 7. Applicable Trade Agreements And Justification For Limited Tendering This Procurement Is Subject To The Following: • Canadian Free Trade Agreement • Canada-chile Free Trade Agreement • Comprehensive And Progressive Agreement For Trans-pacific Partnership • Canada-colombia Free Trade Agreement • Canada-european Union Comprehensive Economic And Trade Agreement • Canada-honduras Free Trade Agreement • Canada-korea Free Trade Agreement • Canada-panama Free Trade Agreement • Canada-peru Free Trade Agreement • Canada-ukraine Free Trade Agreement • Canada-united Kingdom Trade Continuity Agreement • World Trade Organization-agreement On /government Procurement 8. Ownership Of Intellectual Property Contractor Will Own The Intellectual Property. 9. Period Of The Proposed Contract The Contract Period Shall Be From The 1st Of April 2025 Until The 31st Of March 2026, With Four (4) Option Periods. 10. Estimated Value Of The Proposed Contract The Estimated Value Of The Proposed Contract Is $300,000.00, Including All Applicable Taxes Plus Four (4) Option Years: Option Year 1 (2026/2027): $300,000.00 Option Year 2 (2027/2028): $350,000.00 Option Year 3 (2028/2029): $300,000.00 Option Year 4 (2029/2030): $300,000.00 The Estimated Total Of The Contract Including All Option Years Is $1,600,000.00 11. Closing Date And Time The Closing Date And Time For Accepting Statements Of Capabilities Is The 23th Of January, 2025 At 2 P.m. Est). 12. Contact Person All Enquiries Must Be Addressed By E-mail To: Name: Eryn Mathers E-mail: Eryn.mathers@hc-sc.gc.ca
Closing Date23 Jan 2025
Tender AmountRefer Documents
1051-1060 of 1070 archived Tenders