Data Center Tenders
GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For Procurement Of Goods: Supply, Delivery And Installation Of Clinical Information System (lot Bid) 1. The Gov. Celestino Gallares Memorial Medical Center, Through The 2025 Hospital Income Fund Intends To Apply The Sum Of Six Million Pesos (php6,000,000.00) Being The Abc To Payment Under The Contract For Ib No. 2025-04-011. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Gov. Celestino Gallares Memorial Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Gcgmmc Bids And Awards Committee (bac) Office Through Electronic Mail Via (gcgmmc.bacdietarynevents@gmail.com) Or Telephone Call At (038) 411-4868 To 69 Local 286 And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders On April 30 – May 21, 2025 From Gcgmmc Google Drive (gcgmmc.bacdietarynevents@gmail.com) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (php10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Cash Or Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcgmmc General Fund Account Number: General Fund Account No. 00-0-00001-780-3 For Bidders Paying Through Bank Deposits, A Successful Transaction/payment Must Be Sent To The Bac’s Official Email Address. Acknowledgement Receipt Will Be Issued In Lieu Of The Official Receipt (coa Circular No. 2021-014 Clause 5.2) As Proof That Payment Is Verified, Confirmed And Received By Gcgmmc. Only Upon The Issuance Of The Acknowledgement Receipt Shall The Bidder Be Granted Access To The Bac Google Drive. 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bid Conference On May 09, 2025 @9:30am At Gcgmmc, 5th Floor, Cloud Lounge, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300 Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before May 21, 2025 @9:59am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 14, 2025, 10:00 Am At The Gcgmmc, 5th Floor, Hospital Training Hall, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Are Required To Include A Flash Drive In The Submission Of Their Bidding Documents Containing Their Bid Form In Excel Format And Their Bid Documents In Pdf Format. 11. The Gov. Celestino Gallares Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: April Mae M. Monredondo Bids And Awards Committee (bac) Office Gov. Celestino Gallares Memorial Medical Center 0053 M. Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300 Email: Gcgmmc.bacdietarynevents@gmail.com Tel. No.: (038) 411-4868 Local 286 Cel. No.: +63 991-825-0786 13. You May Visit The Following Websites: Philgeps Website For Downloading Of Bidding Documents: Https://www.gcgmh.gov.ph/procurement/ Approved: (sgd) Jhobert P. Tan Bac Chairperson (dietary Supplies, Training / Seminars / Workshop / Events And Others) Noted: (sgd) Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) *_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_ Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Lot 1 Radiology Information System General Specifications / Tor: 100% Web-based Image Distribution Unlimited Web Licenses For Internet And Intranet Connections. Unlimited Workstations Connectivity And Client Licenses. Unlimited Study Volumes And User Accounts Unlimited Access For In-house And Remote Radiologists And Radiology Residents Full Licenses And Free Updates For: Operating Os Database Antivirus Application Software Features Customizable Worklist With Worklist Alerts Core Module 1. Frontdesk 1. Patient Registration 2. Patient Order 3. Appointment 4. Scheduling 2. Technologist 1. Order Dashboard 2. Procedure Endorsement 3. Radiologist 1. Results Dashboard 2. Encoders 3. Results Forms 4. System Administration 5. Reports 1. Transaction Logs 2. Census 3. Tat Reports 6. Tat Monitoring 7. Integration 1. His Connection Front Desk 1. Automatic Or Manual Scheduling Of Procedure 2. Drag And Drop Scheduling 3. Auto-validation Of Modality And Time 4. Software Applications Shall Be Both Private /public Cloud-ready 5. Hospital Information System (his) And Electronic Health Records (ehr) Applications Must Be Stress-tested In A Network Consisting Of At Least 500 Desktop Computers 6. Result Forms Admin Module Transaction Logs 1. Reports Tat Monitoring - His Connection 1. Patient Registration And Profile/demographic Management With Easy Searching Of Records And Validations To Avoid Multiple Records Of A Patient 2. Order Entry With Easy Searching Of Procedure And Pricing/discount 3. Computation Of Patient Billing 4. Tagging Whether Patient’s Procedure Is Paid 5. Entry Of Requesting Physician 6. Indication Whether Procedure Is Stat Or Routine 7. Entry For Patient’s Location 8. Entry Of Remarks/instructions Regarding Patient That Will Be Displayed On All System Modules To Inform Other Users 9. Entry Of Patient’s Diagnosis 10. Patient Check-in When The Patient Arrives 11. Entry Of Medical Alert I.e. Allergies 12. Cancellation Of Procedure And Appointment 13. Patient History Of Procedures 14. Worklist Showing All Patient’s Procedure To Be Scheduled 15. Scheduling And Re-scheduling Of Procedure In A Calendar Type And Drag & Drop 16. Display Of Available Schedule In A Day, In A Week Or In A Month 17. Creation Of Patient’s Appointment Without Order And Payment Will Follow 18. Linking Of Patient’s Payment With His/her Appointment 19. Validation Of Procedure Is Scheduled On Right Machine 20. Printing Of Results 21. Customer Service For Procedure/appointment Scheduling And Showing Status Of Patient’s Procedure His Connectivity 1. Support Hl7 2.x, Hl7-fhir, Api, Db Or Proprietary Protocol For Integration 2. Capable Of Receiving Orders And Sending Results/readings 3. Support Order Cancellation By Providing Current Status Of The Procedure 4. Accept Request For Updating Profile And Visit Information 5. Use Same Data From His Like Patient Id And Accession Id. 6. Adjustment On Connectivity In Case Of His Upgrades 7. With Existing Live Connections With Emr/his. 8. Real-time Monitoring Of Procedure Orders From Emr/his. 9. Capable Of Sending Results To Emr/his. 10. Customization Of Connectivity In Case Emr/his Has Upgrades. 11. Viewing Of Patient Results/reading In Emr/his Modality Connectivity 1. Vendor Neutral Supporting Connectivity With Any Dicom Modality Regardless Of Brands And Models 2. Dicom 3.0 Or Latest Version Of Dicom Compliant 3. Unlimited Number Of Modality Connections 4. Proven Interoperability With Different Modalities: 1. X-ray 2. Fluoroscopy 3. Ultrasound 4. Ct-scan 5. Magnetic Resonance Imaging (mri) 6. Radiography 7. Hybrid Modalities: Pet-ct, Pet-mri-spect-ct 8. Cardiology 9. Any Machine That Support Dicom 5. Support Modality Work List (mwl) 6. Support Modality N-set 7. Support Modality Performed Procedure Step (mpps) 8. Image Acquisition 9. Image Storage And Archiving 10. Image Distribution And Communication 11. And All Other Medical Imaging That Support Dicom 12. Storage Should Be A Total Of 24tb Storage 13. Server's Hard Disk Is Configured Raid 5 Radtech 1. Dashboard Showing All Patients And Their Procedures Grouped By Modality In Calendar Form By Day, By Week And By Month, In Tabular Form Or In Tile Form. 2. Color-coded Modalities 3. Shows The Current Stage/status Of The Patient Procedure 4. Date/time Stamp When The Procedure Begins 5. Date/time Stamp When The Procedure Ends 6. Assignment Of Procedure To Single Or Multiple Radiologists 7. Entry Of Instructions/remarks Regarding Patient For The Radiologist 8. Calendar-type, Tabular-type And Tile-type Dashboards Showing All Scheduled Patients Per Modality In Color-coded Based On The Status And Test Plotted In A Calendar-like Time Table 9. Ability To Search For The First Available Appointment Based On Patient Request And Equipment / Modality Availability 10. Schedules Are Based On Procedure And Linked To Equipment, Room And Radiographer Availability 11. Closed Room And Clinic Days Can Be Flagged To Cater For Modality / Equipment Service 12. Creation And Printing Of Patient’s Worklist Per Modality And Physician 13. Audio Visual Alert On New Patients To Be Scheduled. 14. Configurable Average Procedure Processing Time Which Is Useful To Users So That They Can View On Calendar The Schedule Per Modality. 15. Extending Processing Time Of Test In Case Of Delays And Adjust Schedules Of Next Patients 16. Scheduling Test Orders Could Be In Drag And Drop Interface Or In Manual Entry 17. Transfer Of Patient From One Instrument To Another Instrument 18. Automatic Scheduling Of Procedure When Ordered From His 19. Built-in And Quick Access On Image Viewer 20. Flag Cancelled Appointments / Schedules 21. Print Day Sheets For Radiologists And Radiographers 22. Capability To Include Multiple Readers. 23. Modality Worklist Control Wherein User Can Control What Orders A Modality Can Process 24. Section Segregation Of Orders- Ultrasound Radtechs Can Only View Ultrasound Orders. A User Can Also View Multiple Section At The Same Time 25. Patient History Radiologist 1. Dashboard Of Procedures Assigned To Logged-in Radiologist 2. Dashboard Of Unassigned Procedures 3. Open Dicom Images Using Preferred Dicom Viewer 4. Procedures Worklist Can Be Filtered By Modality, Examination Type, Patient Type, By Priority Or Status Like New, Initial Reading And Final Reading 5. Entry Of Readings With Document Editing Tools Like Insertion Of Photo/image 6. Saving Of Readings At Any Time 7. Allow Other Radiologist To Read The Image 8. Saving Of Readings As Template And Use For Future Readings 9. Radiologist Can Assign Encoders Of His/her Readings For A Period Of Time 10. Releasing And Printing Of Final Patient Report 11. Worklist For Doctors With Initial And Final Reading Result Management 1. Dynamic Result Templates Wherein Radiologists Can Create Templates, Save The Template Whether For Personal Or Shared To Other Radiologist 2. Common Header And Footer On Patient Report 3. Patient Report Capable Of Electronic Signature 4. Uploading Of Image On The Result Form 5. Availability Of Editing Tools For Result Entry 6. Saving Result In Pdf For Backup And For The Use Of Other Systems Like His, Philhealth E-claim And Online Result 7. Capable Of Electronic Signature 8. Viewing Of Current And Previous Results 9. Releasing , Proof Reading And Printing Of Final Result 10. Patient Diagnostic Results Shall Be Viewable By Patients Through Online Dicom Image Viewer 1. Provided Dicom Viewer Should Be Web-based And Application-based 2. Support All Third-party Dicom Viewers Being Used By Radiologists 3. Unlimited Web-based Dicom Viewers Licenses 4. Application Based Dicom Viewer 1. Basic Functionality 1. Desktop Application For Installation On Pcs, Laptops, And Tablets Running Windows Systems 2. Windows 7/8/8.1/10/11 Supported 3. Native Arm 64-bit Version For The New Generation Of Windows On Arm Devices (e.g., Surface Pro X) 4. No Additional Dependencies (.net, Java, Etc.) 5. Lightweight, Compact Application 6. Excellent Performance With 32- And 64-bit Versions That Are Both Optimized For Multi-core Processors 7. Asynchronous Reading (you Can Browse Images As They Are Being Opened) 8. Advanced Memory Management System That Facilitates The Concurrent Opening Of Studies That Contain Thousands Of Images 2. Supported Dicom Formats 1. Files From Different Imaging Modalities: Cr, Dx, Mg, Ct, Mr, Pt, Us, Xa, Nm, Sc, Sr 2. Monochromatic Images (e.g., Cr, Ct, Mr) 3. Color Images (e.g., Us, 3d Reconstructions) 4. Static Images (e.g., Cr, Mg, Ct) 5. Dynamic Sequences (e.g., Xa, Us) 6. Uncompressed Images (little Endian/big Endian, Implicit/explicit Vr) 7. Compressed Images (rle, Jpeg Lossy, Jpeg Lossless, Jpeg 2000, Jpeg-ls) 8. Structured Reports 9. Encapsulated Pdf Documents 10. Mpeg4/mpeg2 Dicom Videos 3. Access Dicom Studies 1. Open Dicom Studies From Cd/dvd/blu-ray Discs 2. Open Dicom Studies From Local And Network Folders 3. Open Dicom Studies From Usb Drives 4. Open Zip Archives (unencrypted/encrypted) With Dicom Files 5. Search And Download Dicom Studies (or Selected Series) From Pacs Locations (servers, Workstations, Modalities) 6. Accept And Display Studies Pushed From Other Pacs Locations 4. Local Archive 1. Store Dicom Studies In A Local Database 2. Import Dicom Studies From Cd/dvd/blu-ray Discs 3. Import Dicom Studies From Local And Network Folders 4. Import Dicom Studies From Usb Drives 5. Import Zip Archives (unencrypted/encrypted) With Dicom Files 6. Import Dicom Studies From Pacs Locations 7. Organize Study Collection Using Keywords 8. Multiple Databases Supported 9. Export List Of Studies To Csv File 1. Export Images 1. Export Dicom Files To Jpeg/bmp Images 2. Export Dicom Files To Mp4/wmv Movies 3. Export Dicom Files In Original Format 4. Copy Displayed Image To Windows Clipboard 5. Send Studies To Pacs Locations 2. Basic Tools 1. Perform Fluid Zooming 2. Perform Fluid Panning 3. Adjust Brightness And Contrast (window Level/window Width) 4. Negative Mode 5. Apply Window Presets For Computed Tomography (lung, Bone, Etc.) 6. Apply Precise Window Values (with Suvbw Support For Pet Series) 7. Add Your Own Window Presets 8. Rotate (90 Cw, 90 Ccw, 180) 9. Flip (horizontal, Vertical) 10. Apply Image Filters (sharpen, Smooth, Edge, Emboss) 11. Display Dynamic Series/sequences (cine) With Option To Adjust Frames Per Second 12. Display Dicom Overlays (annotations Or Graphic Overlays Included In The File) 13. Display Dicom File Structure With Searchable Dicom Tags, Their Descriptions And Values 3. Measurements/roi 1. Measurement Of Segment Length 2. Manual Calibration Of Length Measurements 3. Support For Calibrated Regions In Ultrasound Images 4. Measurement Of Mean, Minimum And Maximum Parameter Values (e.g. Density In Hounsfield Units In Computed Tomography, Suvbw In Pet) Within Circle/ellipse And Its Area 5. Measurement Of Area And Perimeter Of A Closed Polygon 6. Measurement Of Open Polygon Length 7. Measurement Of Angle Value 8. Measurement Of Cobb Angle Value 9. Measurement Of Deviation Distance 10. Arrow Tool For Annotations 11. Pencil Tool For Freehand Drawing 4. Compare Series 1. Compare Multiple Series In The Same Or Different Windows 2. Automatic Synchronization Between Series With Images Acquired In The Same Plane (e.g., Computed Tomography Series Before And After Contrast Media Administration) 3. Manual Synchronization Between Series From Different Studies That Have A Similar Patient Orientation 4. Cross-reference Lines In Series With Different Image Planes (e.g., Magnetic Resonance Study) 5. 3d Cursor Tool 6. Split Multi-sequence Series Into Separate Panels 1. Advanced Tools 1. 2d Mpr (orthogonal Multiplanar Reconstructions) 1. Fusion Of Series With Different Modalities (e.g., Pet-ct) Or With Different Protocols (e.g., Mr T1/t2 – Dwi) 2. Time-intensity Curves (tic, E.g., For Breast Mri) 3. 3d Mpr (oblique Multiplanar Reconstruction) With Mip (maximum Intensity Projection), Minip (minimum Intensity Projection) And Avg (average) Modes 4. 3d Vr (volume Rendering) 5. 3d Snapshots For Quick Saving And Restoring 3d Vr Views 6. Creation Of Quick Movies (simple Rotations) And Advanced 3d Snapshot-based Videos With Volume-rendered Objects 7. Export 3d Models To Stl Files 8. Gpu Acceleration For 3d Vr And 3d Mpr/mip 9. Dsa Mode (digital Subtraction Angiography) With Auto And Manual Pixel-shift, Split Mask And Magic Mask 2. Interface 1. A Simple And Intuitive Interface With Full-screen And Distraction-free Modes 1. Multi-touch Support For Windows 8/8.1/10/11 Touch-enabled Devices 2. Multilingual Interface—more Than 30 Translations Available 3. Customizable Keyboard Shortcuts 1. Web Based Dicom Viewer 1. Load Images From Anywhere, Instantly, With No Installation Required. 2. Support All Modern Browsers 3. Support Multi-modal Image Fusion And Multi-planar Reformatting 4. Support Gpu Accelerated Image Rendering And Multi-threaded Image Decoding 5. Capability For Rendering And Annotation For High-resolution Digital Slide Microscopy Images 6. Customize Display Layouts For Efficient Interpretation Of Medical Images With Multi-planar Reformatting And Multi-modal Fusion Support 7. Precise Segment Anatomical Structures In 3d Medical Images For Advanced Analysis And Visualization 8. Library Of Easy-to-use Annotation And Measurements Tools 9. Must Have The Capability For Automatic Telerad Or Button In Exporting The Images To Remote Radiologists/consultants. Communication 1. Provide Messaging Tool For The Communication Of Users 2. Can Send To A Group Or To Certain User Performance Requirements 1. No Slow Down On Processing. 2. Performance Is Not Affected If Database Has Volume Records. 3. Performance Is Not Affected Even If More Users Access The System. 4. System Is Redundant To Ensure Its Availability. 5. System Is Scalable To Address Future Functionalities And Increase On Volume Transactions And Users. 6. System Is Stable And Requires Minimal Shutdown. 7. Extensibility - System In Constantly Evolving To Meet Functional And Performance; Autonomic Computing, Self Managing System; Self-healing System. Safety Features 1. Network A. Network Access Is Confined Within Laboratory Or Hospital Local Area Network (lan) B. Lis Will Ride-on On Existing Hospital Network Security Measures 2. User-access Level A. Password Protected For Each User Access B. Pre-defined Access Control Per User Level C. Auto-logout On Idle 3. Audit Trail Or Log For All Transactions And Usage Of The System A. Date And Time B. User C. Action Done D. Previous And New Information Value E. Url Accessed 4. Unsolicited Specimen Monitoring A. Monitoring Unsolicited Tests Performed B. Merging/linking Unsolicited Test To Its Official Request 5. Server Location A. System Servers Is Installed At The Data Center Limiting Access Of Users Physically Analytics / Reports 1. Logbook For Patient Checkin And Released Reports 2. Digital Transaction Logs 3. Census Per Modality, Per Patient Type, Per Test, Age, Gender, Service Class, Study Type 4. Analysis Reports In Graphical Format. 5. Patient List 6. Physician Lists And Labels Including Ability To Group Into Categories Or Specialty. 7. Patient Report (present And Previous Tests) 8. Print Day Sheets For Radiologists And Radiographers. 9. Radtechs’ Productivity 10. Modalities Productivity 11. Summary Of Unread Exams 12. Summary Of Referring Physicians Productivity 13. Summary Of Cancelled Procedure And Reasons For Cancellations 14. Summary Of Incomplete Exams 15. Turn-around-time (tat) Reports 16. Tat Monitoring Showing The Statistics, Performance And Status Of Patient Procedures 17. Audit Trail Of All Transactions And Works Performed In The Radiology Department. 18. Additional And Customize Reports Requested By Hospitals And Users. 19. Reports Could Be In Daily, Weekly, Monthly Or Any Date Range Required By User 20. Reports Could Be Saved As Pdf Or Excel 21. Reports In Tabular And Graphical Format. User Adjustable Settings 1. System Setting Definition 2. System User Definition 3. User’s Role Definition 4. Physician Definition 5. Procedure Definition With Pricing And Discount 6. Instrument Definition Including Schedule Of Usage 7. Section Definition 8. Sections Instrument Definition 9. Role Based Modules 10. Patient Id Pattern. 11. Definition Of Customized Reports Plugins. 12. Patient Report Layout Definition 13. Merging Of Data In Case Of Patient Having Multiple Records. General Requirements 1. Migrate/transfer The Patient Data And Images Using The New Pacs From The Existing Archiving System 2. Unlimited Licenses For Simultaneous Users Both For Local And Outside Hospital Access 3. Tele-radiology-ready Which Can Be Accessible From Anywhere Via The Internet, Compatible With Multiple Platforms (ios, Android And Microsoft) 4. Operating System Of System Servers Is Linux Ubuntu. 5. System Database Is Mysql. 6. Redundant Setup For Web And Database Servers. 7. Both Ris And Pacs Are Web-based. 8. Ris Server Can Be On-premise Or Cloud 9. Unlimited Procedures And Dependent Only On Storage Capacity 10. Network Could Be Wired Or Wireless. 11. Option For Automatic Scheduling Of Procedure When Ordered Based On Average Procedure Tat 12. Option For Manual Scheduling Of Procedure 13. Schedule Of Instrument Usage Is Definable 14. System Performance Is Not Affected Even If Database Has Volume Records 15. System Performance Is Not Affected Even If More Users Access The System 16. System Is Scalable To Address Future Functionalities And Increase On Volume Transactions And Users 17. Support Raid 1 Or 10 – Strip & Mirroring 18. User-friendly Interface. 19. Should Have An Open Modular System Structure Wherein Features Can Easily Be Added As Needed 20. Automated Appointment Reminders Sent To Patients Through Email And Sms 21. Provision On Connectivity With Any Third-party Systems In The Future. 22. System Implementation From 2 Weeks To 12 Weeks. 23. Role Based Modules Wherein Users Access To The System Will Be Based On Their Functions/task 24. Configurable Processing Time Which Is Useful To Users So That They Can View On Calendar The Schedule Per Modality. Users Can Drag And Drop Patient For Scheduling. 25. Provision On Connectivity With Any Third-party Systems In The Future. 26. Capability To Merge Patient Records In Case Of Patient Having Multiple Records 27. User And Admin User Manual And Training 28. System Warranty Of Five (5) Years 29. An I.t Company In The Philippine With Local Support Team With Depth Knowledge In Hl7 And Dicom Standards. 30. Complete Lineup Of Engineers From Operating System And Database Administrators, Hardware Engineers, Experienced System Analyst And Developers 31. System Is Installed At The Data Center Of The Hospital 32. 24/7 After Sales Service Including Weekends And Holidays 33. User Terminal 1. Can Be Of Any Type Whether A Desktop Laptop Or Tablet. 2. Can Be Of Any Operating System Like Windows, Mac, Android Or Linux. 3. Can Be Shared With Any Users From Different Sections. 4. Applications Will Run On A “user” Privilege As Added System And Data Security. 5. Network Could Be Wired Or Wireless. 34. Interoperability With The Existing Vpn Of The Hospital Hardware 1. Ris Server Computer (x1) 1. Brand: Banded Rack-typed Server 2. Form Factor: 1u 3. Processor: Intel Xeon E-2300 Series (minimum) 4. Memory: 16gb (minimum) 5. Hard Drive: 2x 256 Hard Disk 6. Network Controller: 1gb Ethernet Adapted 2 Ports 1. Pacs Server Computer (x1) 1. Brand: Banded Rack-typed Server 2. Form Factor: 2u 3. Processor: Intel Xeon Silver 4310 2.1g, 12c/24t 10.4t/s, 18m Cache, Turbo, Hgt (120w) (minimum) 4. Memory: 32gb (minimum) 5. Hard Drive 2 X 256gb Ssd Sata, 6 X960gb Ssd Sata, 2 X 256gb Configured As Raid 1, 6 X 960gb Configured As Raid 5 6. Network Controller: Broadcom 5720 Quad Port 1gbe Base-t Adapter, Ocp Nic 3.0 7. Capability Of Dicom Printing With 1 Unit Of Dicom Paper Printer 8. Capability To Burn Reports And Images/integration With Existing Publisher 9. Cd/dvd Burning With Viewer/integration With Existing Publisher With Document Scanning 1. Ups (x2) 1. 2200va 2. Capacity: 2000va/1200w, 230v 3. Input Voltage Range: 170v – 280v 4. Input: Iec C14 (10a Socket) 5. Output: (6) Iec C13 (10a Socket) Additional Requirements: -must Provide Training With Certification To All End Users And It Personnel (in Actual Setting Of Pacs/ris Including Teleradiology After The Installation Process. - Must Provide A Dryrun/demonstation Of The Actual System After The Notice To Proceed. - Service Provider Shall Host A Joint Workshops With Gccmmc Radiology Department To Translate Current Operations Into The Software Module. - Service Provider Shall Ensure That The System Has Redundancies Against Service Interruption And Provide Excellent Uptime With Minimal Operational Downtime. - Procuring Entity Shall Retain Ownership Of Data Contained In The System In Compliance With The Data Privacy Act Of 2012 -must Provide And Present Workflow Schematic Diagram To The End User And It Personnel For The Installation Of Ris-pacs And After Notice To Proceed (ntp) Is Served. -the Bidder Shall Be Responsible For The Transportation, Delivery, Installation, Implementation, And Commissioning At No Cost To The Government. Notes: Must Be Compatible And Interoperable With All The Radiology Equipment. Lot 1 Laboratory Information System Technical Specification: Must Include These Core Modules - Chemistry - Hematology/coagulation - Immunology/serology - Clinical Microscopy - Microbiology - Barcoding - Front Desk - Phlebotomy - Quality Control - Results Management - Inventory - Result Viewer - Send Out - Efficiency And Tat Monitoring - Analytics/reports - Admin - His Integration Medtech Module (chemistry, Hematology/coagulation, Immunology/serology, Clinical Microscopy, And Microbiology) - Dashboard Must Display All Pending, Completed, Cancelled, For Final Verification And Test Orders With Critical Values - Supports Manual Results Entry - Test Result Editing Capability - Records The Analyzer That Processed The Test - Displays The Number Of Run/rerun On The Specimen And Allow User To Select The Results To Be Released - Show Results In Si And Conventional Units With Reference Range - Pre-defined Test Remarks And Entry Of Narrative Results - Displays Delta-check With Graph - Color-coded Automatic Flagging Of Abnormal, Validated And Edited Results - Auto-conversion Of Si And Conventional Units - Auto-compute Of Test Results - Automatic Computation Of Age Based On Birthday Including Month(s) And Day (s) - Auto-selection Of Reference Range Per Analyzer Based On Age (including 0 Age) And Gender - Adding Test To Be Included On Printing - Saving Results In Pdf - Selection Of Test On Printing - User Can Access Different Sections In One Terminal Especially On Night Shift Wherein Medtech Is Assigned On Multiple Sections - Lab Can Define Number Of Validation Of Test Results Either Single Or Multi-level - Pathologist For Final Releasing Of Test Results - Embed Whonet On Lis To Eliminate Manual Entry - User Can Retrieve Previous Results Of Tests - System Allows User To Accept, Reject, Or Re-run A Test - Allows To Order Additional Test Requests On Specimen Already Received And Processed - System Allows Reporting Of Numerical Results To User-defined Number Of Significant Digits Per Test - System Supports Floating Decimal For Numeric Resulting Based On User-defined Criteria Front Desk Module - System Must Allow To Create And Modify The Patient Demographic Information - System Must Allow Unlimited Number Of Patient Registrations - System Should Perform Duplicate Checks To Prevent Assignment Of Duplicate Medical Records At Registration - The System Can Receive Patient Information From The Hospital Patient Management Systems - The System Can Allow Identification Of Patients Previously Registered In The System And A Tool For Matching And Merging Of Accounts And Associated Data To Decrease Duplicate Registrations - System Should Compute Patient Age In Years, Months, Weeks, Days, Or Hours - Can Disable Adding Of Patient When There Is His Connection - Customer Service Must Shows Test Request Status Of The Patient - Must Include Printing Of Barcode Labels - Must Include Printing Of Test Result Forms For Releasing - Can Tag Specific Test For Send-out To Other Branch Or Partner Laboratory - System Can Provide Management And Monitoring Of Send-out Tests Analyzer Connectivity - Can Connect To All Analyzers Of All Sections Including Handheld Analyzers (poct) - Can Connect Directly To Analyzers To Maximize Automated Setup - User Can Define Different Set Of Reference Ranges Per Analyzer - Can Accept Result From Analyzer In Si Or Conventional Unit With Automatic Conversion To Other Unit - Can Enable/disable Test Assignment Quality Control - Can Receive And Store Qc Results From Analyzers - Can Plot Qc Results In Levey-jennings Graph Per Lot Number Per Control Or Combination (multi-level) - Can Generate Computed Levey-jennings Graph - Can Generate Quoted Levey-jennings Graph - Can Accept And Reject Qc Results - Can Allow Manual Entry Of Lot Number, Label And Results - Can Allow Saving And Printing Of Graph - Can Display Violation Based On Westgard Rules Results Management - Adapt To Current Laboratory Test Result Format - Adjustment Of Test Results Format In Case Laboratory Requires Changes - Watermark On Results Form For Authenticity - Result Displayed And Printed With Graph - Printout With Digital Signatures Of Medtech And Pathologist - Printout With Delta Check - System Supports Result Printing As Ordered Such As Panel Profile And Individual - User Can Remove/include Test From Panel To Be Part Of Result Printing - Can Perform Batch Central Test Results Printing - Electronic Releasing Log Sheet - Centralized Printing Of Test Results - Can Store Results Form In Pdf File With 256-bit Aes Encryption - Can Generate Result Form With Label Whether For Patient Or Physician Copy Result Viewer - Can Allow Access For Non-laboratory Personnel Like Nurses And Physicians On Ward For Viewing Of Test Results - Do Not Allow Editing Of Results - Printing Is Configurable Whether To Allow Or Disallow Printing Of Results - Results Are Displayed The Same Format Released To Patient Reports (can Generate/perform The Following) - Digital Logs - Test Transactions Logs - Release Test Requests - Unreleased Test Requests - Accepted And Checked-in Specimen - Rejected Specimen - Census Reports Per Section - Turn Around Time (tat) - From Order To Test Released - From Specimen Extraction To Test Released - Pre-analytic - From Order To Acceptance Of Section - Analytic - From Section Acceptance To Test Released - Post Analytic - From Test Released To Patient Acceptance - Daily Patients Reports - Analyzers Activity Report - Patient Profile And Demographic Reports - Patient List - Physician Patient’s Reports - Rejected Specimen Reports - Additional Reports Requested By Hospitals And Users - Reports Can Be Daily, Weekly, Monthly And Date Range - Reports Can Be Exported To Excel And Pdf Files - Reports In Tabular And Graphical Format - Audit-trail Of All Transactions And Works Performed In The Laboratory Inventory (can Generate/perform The Following) - The System Has A Monitoring Of Usage And Inventory Of Supplies In The Laboratory Including Reagents - Entry Of New Supplies And Remaining Supplies - Inventory Reports Generation - Notify Users Of Expired Items - Notify Users Of Items That Are Near To Expire - Notify Users Of Items For Restocking - Generate Report Of The Actual Count Of Test Processed By Reagent Kit Including Usage For Control And Calibration - Generate Report Actual Reagent Cost Per Test - Can Generate Inventory Reports User Adjustable Settings (allows/performs The Following) - System User Definition - New Field Definition On Patient Profile - New Field Definition On Patent Test Order - Number Of Medtech Test Results Validation Level - Merging Of Data In Case Of One Patient Having Multiple Records - Price, Discount And Vat Definition - Patient Id Pattern - Specimen Id Pattern - Physician Definition - Delta Check Activation And Deactivation - Definition Of Reference Range Per Analyzer Based On Age And Gender - Definition Of Conversion Factor For Units His Integration - System Can Accept Order Transactions From Hospital Information System - Can Support Standard Hl7 Via Real Time Tcp Connection Or File Based - Can Display Real-time Monitoring Of Test Orders - Can Send Results To Hospital/clinic Information System - Can Support Hl7 For Update Patient Info, Cancel/admit/transfer/discharge And Other Hl7 Standard Events Mobility, Portability - Lis Servers Must Be Installed At The Data Center Of The Hospital - Have Electronic Online Interfacing - Allows Web-based Application User Interface - Can Be Accessed From Any Type Of Workstation Whether A Desktop, Laptop Or Tablet (of Any Operating System Like Windows, Mac, Android, Or Linux) - Can Be Shared With Any Users From Different Sections - Applications Can Run On A “user” Privilege As Added System And Data Security - Network Could Be Wired Or Wireless Performance Requirements - No Slow Down On Processing - Performance Must Not Be Affected Even If Database Has Volume Records - Performance Must Not Be Affected Even If More Users Access The System - System Must Be Scalable To Address Future Functionalities And Increase On Volume Transactions And Users - System Must Be Stable And Requires Minimal Shutdown Safety Features - Network Access Must Be Confined Within Laboratory Or Hospital Local Area Network (lan) - Lis Can Ride-on On Existing Hospital Network Security Measures - Password Protected For Each User Access - Pre-defined Access Control Per User Level - Auto-logout On Idle - Audit Trail Or Log For All Transactions And Usage Of The System - Previous And New Information Value - Url Accessed - Unsolicited Specimen Monitoring - Monitoring Unsolicited Tests Performed - Merging/linking Unsolicited Test To Official Request - System Servers Should Be Installed At The Data Center Limiting Access Of Users Physically Inclusion Of Hardware 1. Barcode Printer - Thermal Transfer Printing Of Barcodes - Resolution: 203 Dpi (8dots/mm) - Memory: 8mb Sdram - Print Width: 4” - Print Speed: At Least 5” Per Second - Interface: Usb, Serial, Parallel 2. Barcode Scanner - Scanner Type: Bi-directional - Light Source (laser): 650nm Laser Diode - Scan Rate: 100 Scans Per Second - Interface: Usb 3. Tat Monitor - At Least 43 Inch Full Hd Smart Tv - Resolution: At Least 1920 X 1080 - Communication: Wifi/ethernet/lan Port - Accessories: 1x Universal Rotatable Wall Bracket, 1x Hdmi Cable (5m), Remote With Batteries 4. Uninterruptible Power Supply (ups) -1500va -capacity: At Least 1500va Rack Type -with Built-in Automatic Voltage Regulator -with Surge Protection -distinctive Audible Alarm For Low Battery And Overload 5. Server -form Factor: Rack-type Server -processor: Intel Xeon -memory: 8gb Minimum To 16gb -hard Drive (for Operating System): 2 X 256gb Ssd Sata Configured As Raid1 -hard Drive (for The Result And Database): 2 X 1tb -network Controller: 1gb Ethernet Adapter 2 Ports -operating System: Linux Ubuntu Training/document - User Training For Relevant Staff And System Manual Must Be Provided Support - Each Relevant Laboratory Staff Must Have An Account To Access The Application - There Must Be An Application Specialist Or Technical Staff Deployed Within Bohol Or At Least Within Visayas Region - There Must Be Application Specialist Or Technical Staff Who Will Cater To Inquiries And Problems Relating The Information System - Immediate Response Time: 15-20 Minutes - The Application Specialist Or Technical Staff Must Respond Or Be Deployed On Site Within 24 Hours From Any Inquiries Or Problems Relating To The Information System - Dry Runs Must Be Held Within The Hospital’s Premises To Assess Functionality Of Software Upon Integration With Hospital’s Information System At Least Three (3) Years Warranty Lot 1 Hemodialysis Information System Specifications/tor: Core Modules 1. Frontdesk 2. Dialysis 3. His Integration 4. Lis Integration 5. Admin 6. Reports His Connection 1. System Accepts Dialysis Order Transaction From Hospital Information System 2. Support Standard Hl7 Via Realtime Tcp Connection Or File-based 3. Real-time Monitoring Of Dialysis Orders 4. Sends Results To Hospital/clinic Information System 5. Support Hl7 For Update Patient Info, Cancel Admit/transfer/discharge And Other Hl7 Standard Events 6. Supports Other Protocols For His Connection Frontdesk 1. System Allows To Create And Modify The Patient Demographic Information 2. System Allows Unlimited Number Of Patient Registrations 3. System Performs Duplicate Checks To Prevent Assignment Of Duplicate Medical Records At Registration 4. The System Receives Patient Information From The Hospital Patient Management Systems 5. System Computes Patient Age In Years, Months, Weeks, Days, Or Hours 6. Patient Profile Management. Can Disable Adding Of Patient When There Is His Connection 7. Customer Service Showing Test Request Status Of The Patient 8. Printing Of Test Result Forms For Releasing 9. System Generates Consent For Hemodialysis Treatment In Which Patient Will Sign Electronically Using E-signature Pad Lis Connection 1. System Receives Laboratory Results From Lis 2. Support Standard Hl7 Via Realtime Tcp Connection Or File-based Dialysis 1. System Records Patient Pre-dialysis And Post-dialysis Information Like Diagnosis, Transport Status, Mental Status, Vital Signs, Complaints, Location, Severity And Fluid Status 2. System Records Hd Order Parameters Like Treatment Mode, Duration, Frequency, Ufv, Bfr, Dfr, Dialysate Solution, Needle Gauge And Dialyzer And Heparin 3. System Records Vascular Access And Vascular Assessment 4. System Records Locking Solution Either Saline, Heparin And Antibiotic 5. System Records Patient’s Weight, Blood Pressure, Pulse And Rate During Hemodialysis 6. System Records Patient’s Medications Given 7. Entry For Physician’s Order 8. Entry For Progress Notes 9. Entry And Monitoring Of Patient’s Vital Signs 10. Entry And Monitoring Of Problem Hepatitis Profile & Immunization Record 1. Records Patient’s Results On Hepatitis 2. Records Patient’s Immunization Such As Hepatitis B, Influenza And Pneumococcal Vaccines Reports 1. Medical Sheet 2. Physician Order Sheet 3. Complications/adverse Events 4. Clinical Abstract 5. Digital Logs 6. Problem List 7. Discharge Instructions Mobility, Portability 1. System Will Share Resources With Lis Servers. 2. Client-server Architecture 3. Web Based Application User Interface 4. User Workstations A. Can Be Of Any Type Whether A Desktop, Laptop Or Tablet, Or Mobile Phone B. Can Be Of Any Operating System Like Windows, Mac, Android Or Linux C. Can Be Shared With Any Users From Different Sections D. Applications Will Run On A “user” Privilege As Added System And Data Security 5. Network Could Be Wired Or Wireless Performance Requirements 1. No Slow Down On Processing 2. Performance Is Not Affected Even If Database Has Volume Records 3. Performance Is Not Affected Even If More Users Access The System 4. System Is Scalable To Address Future Functionalities And Increase On Volume Transactions And Users 5. System Is Stable And Requires Minimal Shutdown Safety Features 1. Network A. Network Access Is Confined Within The Hospital Local Area Network (lan) B. Dialysis Will Ride-on On Existing Hospital Network Security Measures 2. User-access Level A. Password Protected For Each User Access B. Pre-defined Access Control Per User Level C. Auto-logout On Idle 3. Audit Trail Or Log For All Transactions And Usage Of The System A. Date And Time B. User C. Action Done D. Previous And New Information Value E. Url Accessed 4. Unsolicited Specimen Monitoring A. Monitoring Unsolicited Tests Performed B. Merging/linking Unsolicited Test To Its Official Request 5. System Servers Is Installed At The Data Center Limiting Access Of Users Physically General Requirements 1. System Can Run In A Cloud Environment 2. All Modules Are Web-based 3. Operating System Of Main Server Is Linux Ubuntu 4. System Was Designed By Module To Support Future Needs And Growth Of The Blood Bank 5. System Is Scalable To Accommodate New Branches 6. System Has Central Database For All Modules 7. System Has A Secure Communication 8. System Requires Valid Username And Password For Access 9. System Has Restrictions Depending On User Rights. 10. Provision On Connectivity With Any Third-party Systems In The Future. 11. Unlimited License On Simultaneous Users 12. System Enhancement Is Local In The Philippines 13. Ensure Third-party System Connectivity Like Lis 14. Users And Role Management Warranty At Least Three (3) Years Training/document 1. User Training And System Manual Support 1. Each Relevant Hemodialysis Staff Must Have An Account To Access The Application 2. There Must Be An Application Specialist Or Technical Staff Deployed Within Bohol Or At Least Within Visayas Region 3. There Must Be An Application Specialist Or Technical Staff Who Will Cater To Inquiries And Problems Relating To The Information System 4. Immediate Response Time: 15-20 Minutes 5. The Application Specialist Or Technical Staff Must Respond Or Be Deployed On Site Within 24 Hours From Any Inquiries Or Problems Relating To The Information System 6. Dry Runs Must Be Held Within The Hospital’s Premises To Assess Functionality Of Software Upon Integration With Hospital’s Information System Lot 1 Blood Bank Information System Technical Specification: Must Include These Core Modules 1. Donor & Patient Registration 2. Online Donor Pre-registration Via Website 3. Blood Donation 4. Mobile Blood Donation 5. Blood Request 6. Processing 7. Screening/crossmatching 8. Hematology 9. Transfusion 10. Barcoding 11. Medical/social Declaration 12. Fingerprint Biometric 13. Blood Issuance 14. Blood On Stock General Requirements 1. System Can Run In A Cloud Environment 2. System Was Designed By Module To Support Future Needs And Growth Of The Blood Bank 3. System Is Scalable To Accommodate New Branches 4. System Has Central Database For All Modules 5. System Has A Secure Communication 6. System Requires Valid Username And Password For Access 7. System Has Restrictions Depending On User Rights. 8. Provision On Connectivity With Any Third-party Systems In The Future 9. Unlimited License On Simultaneous Users 10. Ensure Third-party System Connectivity Like Lis 11. Provides Users And Role Management His Connection 1. System Can Accept Blood Typing And Crossmatch Orders From Hospital Information System 2. System Can Accept Patient Blood Request From Hospital Information System 3. Can Trigger Patient Information Query To Hospital Information System To Eliminate Double Entry Of Patient Info On Blood Request 4. Can Support Standard Hl7 Via Real Time Tcp Connection Analyzer Connectivity 1. Can Connect Hematology Analyzers 2. Can Connect Screening Analyzers 3. Can Connect Crossmatch And Blood Typing Analyzers 4. Can Connect Directly To Analyzers To Maximize Automated Setup 5. User Can Configure Different Set Of Reference Ranges Per Analyzer Donor And Patient Registration 1. System Can Create And Modify Person Demographic Information, Wherein A Person Can Be A Donor Or A Patient 2. System Allows Unlimited Number Of Persons Registrations 3. System Performs Duplicate Checks To Prevent Assignment Of Duplicate Medical Records At Registration 4. The System Receives Patient Information From The Hospital Patient Management Systems 5. System Computes Patient Age In Years, Months, Weeks, Days, Or Hours Based On Birthdate 6. Auto-generation Of Serial Number For The Blood 7. Printing Of Test Result Forms For Releasing 8. Profile Can Include Patient/donor’s Photo 9. Can Incorporate Donor’s Fingerprint 10. Can Record And Search Person’s Records Using Fingerprint Biometric 11. Fingerprint Scanner Is Portable And Can Be Brought On Mobile Donation 12. Able To View Person’s Donation And Blood Requests History Online Donor Preregistration 1. Have Website For Online Donor Pre-registration 2. May Schedule Preferred Date And Time Of Blood Donation (and Also Can Limit Time Cut-offs For Donations) 3. Entry Of Donor Data Including Photo 4. Generation Of Qr Code On Successful Submission For Quick Searching Of Records During Front Desk Validation 5. Hosting For The Website Blood Donation 1. Can Provide Selection Of Donation Type Like Voluntary, Patient Replacement, Or Autologous 2. Can Provide Selection Of Extraction Type Whether Conventional Or Apheresis 3. Physical Exam Data Recording 4. Can Provide Definable Medical History And Declarations’ Questionnaires 5. Can Tag Donors As Temporary Deferred Until Certain Number Of Days Depending On Reasons Like Medications, Vaccines And Diseases 6. Can Provide Hematology Test Selection And Automatic Routing To Lab/analyzer For Processing 7. Can Provide Screening Selection And Automatic Routing To Lab/analyzer For Processing 8. Can Provide Consent Form Which Can Be Signed Using E-signature Pad Or Fingerprint Biometric 9. Can Validate Basic Donation Requirements Like Interval From Previous Donation, Weight, Age And Donor Status Whether Permanently Or Temporary Deferred 10. Can Input And View Donor Physical Exam, Donor Donation History, And Donor Assessment 11. Have Configurable Medical History And Declarations’ Questionnaires 12. Have Dashboard Showing Ongoing Donations And Its Status Blood Request 1. Entry Of Blood Request Including Component, Volume And Quantity 2. Receiving Of Blood Request From His 3. Can View Dashboard Showing All Blood Request With Their Status 4. Can Assign Blood Units To Patient Following First-expiry- First-out Basis Based On Blood Expiration Date 5. Can View Crossmatching Test Of Patient’s Blood And Assigned Blood Units 6. Can Use E-signature Pad On Signing Receiving Logbook During Issuance Blood Processing 1. Can Record Component Processing Details 2. Can Provide Automatic Update On Blood Pool Upon Successful Component Preparation 3. Can Print Barcode Labels For Blood Bag Blood Inventory 1. Can Show Blood Inventory Count Of Blood Available Based On Blood Type, Components And Status Whether Assigned, Reserved, Expired, Near To Expire 2. Can Archive All Donated Blood And Blood From Other Centers And Institutions 4. Can Display Available Components Grouped By Status, Blood Type, Component Type And Days Of Expiration. 5. Can Manually Register Blood From Other Institution Mobile Donation 1. Can Access Workstations On The Site 2. Able To Advance Print Barcode Labels That Will Be Used On Tagging Donor’s Form, Test Tube And Blood Bag 3. Encoding Of Donations Using Excel For Uploading To The System Blood Transfusion Can Record Of Blood Transfusion And Transfusion Reactions (if Applicable) Barcoding Module 1. Can Support All Type Of Barcode Format Like Code128, Ean13 And Code 39 To Ensure All Analyzers Barcode Readers Are Supported 2. Can Support Both Numeric And Characters On Barcoding 3. System Can Automatically Generate Serial Number For The Blood 4. Customize Contents On Barcode Including Serial Number, Results Of Screening, Component, Blood Type, Etc 5. Supports Different Brands And Models Of Barcode Printers Reports (able To Generate The Following) 1. Blood Donation Logs 2. Blood Request Logs 3. Blood On-stock Count 4. Inventory Of Blood Received From Other Blood Service Facilities (bsf) 5. Inventory Of Blood Received From Philippine National Red Cross (pnrc) 6. Blood Donors By Age And Gender 7. Blood Donors Demographic 8. Transfused Blood Units 9. Patient Transfused By Age And Gender 10. Additional Reports Requested By Users 11. Reports As Daily, Weekly, Monthly, And Date Range 12. Reports Can Be Exported To Excel And Pdf Files 13. Reports In Tabular And Graphical Format 14. Audit-trail Of All Transactions And Works Performed By Users 15. Generates Crossmatch-to-transfusion (ct) Ratio As Daily, Weekly, Monthly, And Date Range Mobility, Portability (must Have Or Provides The Following) 1. Servers Must Be Installed At The Data Center Of The Hospital Or On Cloud 2. Client-server Architecture 3. Electronic Online Interfacing 4. Web Based Application User Interface 5. User Workstations A. Can Be Accessed From Any Type Whether A Desktop, Laptop Or Tablet (by Any Operating System Such As Windows, Mac, Android Or Linux) C. Can Be Shared With Any Users From Different Sections D. Applications Can Run On A “user” Privilege As Added System And Data Security 6. Network Can Be Wired Or Wireless Performance Requirements 1. No Slow Down On Processing 2. Performance Is Not Affected Even If Database Has Volume Records 3. Performance Is Not Affected Even If More Users Access The System 4. System Is Scalable To Address Future Functionalities And Increase On Volume Transactions And Users 5. System Is Stable And Requires Minimal Shutdown Safety Features 1. Network A. Network May Be Accessed Confined Within Blood Bank, Hospital Local Area Network (lan), Or At The Mobile Blood Donation Site (thru Vpn) B. System Can Ride-on On Existing Hospital Network Security Measures 2. Can Configure User-access Level A. Password Protected For Each User Access B. Pre-defined Access Control Per User Level C. Auto-logout On Idle 3. Can Generate Audit Trail Or Log For All Transactions And Usage Of The System A. Date And Time B. User C. Action Done D. Previous And New Information Value E. Url Accessed 4. Can Track Unsolicited Specimens A. Monitoring Unsolicited Tests Performed B. Merging/linking Unsolicited Test To Its Official Request 5. System Servers Is Installed At The Data Center Limiting Access Of Users Physically Training/document - User Training For Relevant Staff And System Manual Must Be Provided Support - Each Relevant Laboratory Staff Must Have An Account To Access The Application - There Must Be An Application Specialist Or Technical Staff Deployed Within Bohol Or At Least Within Visayas Region - There Must Be Application Specialist Or Technical Staff Who Will Cater To Inquiries And Problems Relating The Information System - Immediate Response Time: 15-20 Minutes - The Application Specialist Or Technical Staff Must Respond Or Be Deployed On Site Within 24 Hours From Any Inquiries Or Problems Relating To The Information System - Dry Runs Must Be Held Within The Hospital’s Premises To Assess Functionality Of Software Upon Integration With Hospital’s Information System At Least Three (3) Years Warranty Lot 1 Histopathology Information System Technical Specifications: Must Include These Core Modules 1. Front Desk 2. Gross 3. Tissue Processing 4. Reading 5. Barcoding 6. Admin 7. Result Forms 8. Reports Generation Specimen Registration 1. System Must Be Capable Of Creating And Reading A Generated Barcode (patient’s Name, Specimen, And Number Of Specimens). 2. System Must Be Able To Tag A Specimen As Prio Depending On The Criteria Set By The Department. 3. System Must Have A List Of The Histopathology Tests: Biopsy (small, Medium, Large, Extra-large), Non-gynecologic Cytology/cell Block, Fine Needle Aspirate Biopsy (fnab), Gynecologic Cytology (pap’s Smear), Immunohistochemistry (ihc), Peripheral Blood Smear, Bone Marrow Aspiration Study, Frozen Section Biopsy, Review Of Case Report, And Rapid On-site Evaluation. 4. System Must Allow Input Of Brief Specimen Condition Upon Receipt (e.g., Bloody Csf). 5. System Must Be Able To Automatically Assign The Resident In -charge, On-duty Screener, And Specimen Organ System. 6. System Must Be Able To Generate Expected Turn-around-time Depending On The Type Of Specimen Submitted. 7. System Must Be Able To Update The Technical Work List In Real Time And Follow The Progress Of The Workflow. Grossing 1. System Can Allow Both Scanning Of Barcodes And Manual Input Of Data Provided That The Latter Is Done By Authorized Resident Pathologist. 2. System Can Enable Direct Access To Patient History, Imaging Result, Intraoperative Findings, And Resident In-charge (ric) Contact Number. 3. System Can Allow Standardized Protocols For Grossing, And Use Predefined Specimen Description And Sampling. 4. System Can Allow Manual Input Of Gross Dictation. Tissue Processing 1. System Can Locate Requests Easily, Respect The Turnaround Time For All Types Of Requests, And Have A Global View Of The Work In Progress. 2. System Can Notify Delay In Turnaround Time In Each Step Of The Whole Process. 3. System Can Enable Authorized Histopathology Staff To Input Reason/s For Delay. 4. System Can Allow Color-coded Process Status In Histopathology. Screening And Generation Of Official Histopathology Result 1. System Can Allow Input Of Reason For Rejection, Reprocess, Recut, And Reposition Of Endorsed Slides And Reason For Retrieval Of Specimen. - Allows Remote Input Of Data (with Vpn) 2. System Can Enable Direct Access To Patient History, Imaging Result, Intraoperative Findings, And Ric’s Contact Number. 3. System Can Correlate Current Cases With Previous Results. 4. System Must Have Has A User-friendly Interface For Input Of Initial Reading By Ric And Final Reading Of Pathologist. 5. System Can Allow Standardized Protocol Templates For Synoptic Reporting (e.g., Cap Protocol). 6. System Can Notify Resident-in-charge Of Pending Cases For Sign-out. 7. System Must Be Capable Of Remote Access For Checking Or Revision Of Reports Before Sending To His. 8. System Can Allow Different Means Of Sending Reports (electronic, Hardcopies). Specimen Storage And Disposal 1. System Can Allow Scanning Of Barcodes For Specimen Storage In The Morgue. 2. System Can Notify Specimens With Final Histopathology Results Due For Disposal Depending On The Retention Period Set By The Department. 3. System Can Allow Morgue Staff To Input Remarks For Retrieved Specimens. Documentation Reports & Inventory 1. System Can Customize The Following Forms Based On The Iso Approved Template: - Permanent Section Biopsy - Frozen Section Biopsy/rapid On-site Evaluation - Review Of Slides - Non-gynecologic Cytology (fnab, Fluid Cytology, Cell Block) - Gynecologic Cytology (pap’s Smear) - Ihc 2. System Can Provide A Drop-down List Of Common Reasons For Delay In Each Step Of The Process. 3. System Can Provide A Drop-down List Of Common Reasons For Reprocess, Recut, And Reposition Of Slides, Or Retrieval Of Specimens. 4. System Can Generate List And Statistical Reports Based On: - Organ System - Malignant/benign - Pathologist - Requesting Department (obgyn, Gs, Ortho) - Frozen Section Biopsy - Rapid On-site Evaluation 5. System Can Search Patients By Diagnosis, Or Key Words. 6. System Can Export Data In A Database/spreadsheet Compatible Format. 7. System Can Generate Monthly Reports Containing Patient’s Name, Accession Code, Gross Web/database Server 1. Quantity: 1 Unit 2. Form Factor: 1u Tower-type Server 3. Processor: Intel Xeon 4. Memory: 16gb 5. Hard Drive/storage: 2x1tb 6. Raid Setup: Raid 1 7. Network Controller: 1gb Ethernet Adapter 2 Ports 8. Operating System: Linux Ups 1. Quantity: 1 Unit 2. Capacity: At Least 2200va 3. With Built-in Automatic Voltage Regulator 4. With At Least 6 X 220volts Grounded Outlets 5. With Surge Protection 6. Distinctive Audible Alarm For Low Battery And Overload Training/document - User Training For Relevant Staff And System Manual Must Be Provided Support - Each Relevant Laboratory Staff Must Have An Account To Access The Application - There Must Be An Application Specialist Or Technical Staff Deployed Within Bohol Or At Least Within Visayas Region - There Must Be Application Specialist Or Technical Staff Who Will Cater To Inquiries And Problems Relating The Information System - Immediate Response Time: 15-20 Minutes - The Application Specialist Or Technical Staff Must Respond Or Be Deployed On Site Within 24 Hours From Any Inquiries Or Problems Relating To The Information System - Dry Runs Must Be Held Within The Hospital’s Premises To Assess Functionality Of Software Upon Integration With Hospital’s Information System At Least Three (3) Years Warranty Grand Total: 6,000,000.00 ----------------------------------------------------- Nothing Follows -------------------------------------------------
Closing Date21 May 2025
Tender AmountPHP 6 Million (USD 107.6 K)
Court Of Appeals Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Request For Quotation Supply, Delivery, And Installation Of Uninteruptible Power Supply Batteries (1 Lot) Amp-020-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries ₱103,200.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 27, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 1st Floor, Annex Vi Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsec.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsec.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Sgd. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. 5. Statement Of Compliance With The Technical Specifications Must Be Duly Signed And Dated By The Authorized Representative. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-020-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Unit Price Total Price Lot 1 Supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries 40 Pcs Total Price In Figures: Total Price In Words: ___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is One Hundred Three Thousand And Two Hundred Pesos (php103,200.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Comply With The Technical Specifications Outlined In Annex “c”. Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: Please Refer To Item 5 Of The Technical Specifications (annex “c”) Of The Project. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) 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: 1. [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]; 2. [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;)]; 3. [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; 4. 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; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, 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, 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, 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; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [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; 10. 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; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. 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 Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____. Republic Of The Philippines Court Of Appeals Manila It Technical Specification Document For The Supply, Delivery And Installation Of Ups Batteries Annex “c” Tsr-2025-008 1. Introduction This Document Outlines The Technical Specifications For The Replacement Of Batteries For The 30kva Ups (invt Brand) Installed At The Data Center. The Replacement Is Necessary To Ensure The Uninterrupted Operation Of Critical It Infrastructure And To Maintain The Reliability Of The Power Backup System 1.1 Objectives The Objective Of This Activity Is To Procure And Install High-quality Replacement Batteries That Will Restore The Ups System's Full Functionality And Ensure Continuous Power Availability In The Data Center. The New Batteries Should Provide Optimal Performance To Support The Court Of Appeals (ca) It Infrastructure. 1.2 Specifications Note The Specifications Outlined In This Document Provide A General Framework For The Minimum Requirements That The Supplier Must Deliver For The Project. While These Specifications Are Comprehensive, They May Not Encompass All The Intricate Details And Configurations Necessary For Successful Implementation. The Supplier Is Responsible For Identifying And Including Any Additional Items, Work, Or Configurations Typically Required To Complete The Project As Specified. This May Include, But Is Not Limited To, Unforeseen Components, Adjustments To Existing Systems, Or Additional Work Essential For Achieving The Project's Goals. Any Omissions Or Additional Requirements That Become Apparent During The Project's Execution Must Be Incorporated Into The Scope Of Work At No Extra Cost To The Ca, Ensuring That The System Meets All Performance, Operational, And Compliance Standards. 2. Scope Of Work The Scope Of This Procurement Covers The Supply, Delivery, And Installation Of Forty-pieces (40) Batteries For A 30kva Ups (invt Brand), Including Testing And Commissioning To Ensure Proper Functionality. The Supplier Must Also Provide A One (1) Year Warranty For The Supplied Batteries And Installation Service. 3. Technical Specifications 3.1. Batteries Item Specification Supporting Documents To Be Submitted 1 Battery Type Valve Regulated Lead Acid (vrla) Product Brochures/ Manuals/ Data Sheets/ Reference Guides/ Other Supporting Documents 2 Voltage 12v Product Brochures/ Manuals/ Data Sheets/ Reference Guides/ Other Supporting Documents 3 Capacity 18ah Product Brochures/ Manuals/ Data Sheets/ Reference Guides/ Other Supporting Documents 4 Warranty And Support • The Supplier Must Provide A 1-year Warranty Covering Defects On The Battery And Workmanship. • The Supplier Must Provide After-sales Service And Support, Ensuring A Response Time Within 24 Hours For Any Service Requests Or Technical Assistance Required. 5 Delivery And Installation • Delivery Of The Batteries Should Be Completed Within 15 Days From The Date Of Purchase Order. • Installation And Commissioning Must Be Completed Within 5 Days From Delivery. • The Supplier Must Ensure Safe Removal Of The Old Batteries In Compliance With Environmental Regulations. • The Supplier Must Conduct A Full Load And Runtime Test After Installation. 6 Testing And Commissioning • The Supplier Must Perform A Full System Diagnostic Test Post-installation To Verify The Proper Functioning Of The New Batteries. • A Detailed Test Report And Certification Of Completion Must Be Provided After Commissioning. 7 Documentation Requirements The Supplier Must Provide The Following Documents Upon Delivery: ◦ Manufacturer’s Datasheet And Specifications For The Supplied Batteries ◦ Warranty Certificate For Batteries And Installation ◦ Installation And Testing Report ◦ 8 Acceptance Criteria The Following Acceptance Criteria Must Be Met Before Final Approval And Payment: ◦ The Delivered Batteries Must Match The Specified Quantity, Type, Voltage, And Capacity. ◦ All Batteries Must Pass Installation, Testing, And Commissioning Procedures Successfully. ◦ The Ups System Must Operate Without Faults After Battery Replacement. ◦ The Supplier Must Provide All Required Documentation Including Warranty Certificates And Testing Reports. ◦ Any Defects Or Non-conforming Items Must Be Replaced By The Supplier At No Additional Cost. ◦ A Certificate Of Acceptance Must Be Signed By The End-user After Successful Verification. ◦ 9 Payment Terms Payment Will Be Processed Upon Successful Delivery, Installation, And Testing Of The Batteries. 10 Legal Compliance And Reporting The Supplier Shall Sign A Non-disclosure Agreement (nda) To Ensure The Confidentiality Of All Project Details And Any Sensitive Data Accessed During The Project And The Duration Of The Contract. 11 Indemnification And Liability Clause The Supplier Shall: ◦ Indemnify And Hold Harmless The Ca From All Liability For Damages Arising From Injuries Or Disabilities To Persons Or Damages To Property Occasioned By The Supplier Or Any Of Its Subcontractors. ◦ Be Responsible For Any Accidents, Damages, Or Legal Claims That Occur During Installation, Maintenance, Or Operation. 12 Supplier Qualification The Supplier Must: ◦ Have At Least 3 Years Of Experience In Supplying And Installing Ups Batteries. ◦ Have A Team Of Qualified Technicians For Battery Installation And Commissioning. _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address
Closing Date27 Feb 2025
Tender AmountPHP 103.2 K (USD 1.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Va Illiana Healthcare System (vaihcs) Located In Danville, Il.
project Description:
the Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (demo Wall, Remove Raised Floor, Relocate Server Cabinets, Install Bus Bar And Overhead Cable Management, Patch, Finish), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 14, 19, 22, 58, 60, 64, 98, 101, 102, 103, 104, 125, 128, 129, 130, 131, 132, 133, 140 And Site.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid To Late-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document.
federal Acquisition Regulation (far) 22.503 Policy:
(a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects.
(b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will-
(1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And
(2) Be Consistent With Law.
(c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 17, 2025 At 10:00 Am Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 300
independence, Oh 44131
primary Point Of Contact:
shardae Webb
contract Specialist
shardae.webb@va.gov
secondary Point Of Contact:
william Henkel
contracting Officer
william.henkel@va.gov
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
comments:
--- End Of Pla Questionnaire ---
Closing Date17 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Bay Pines Va Medical Center Located In Bay Pines, Fl.
project Description:
the Project Shall Include, But Is Not Limited To, Building 107 Addition, Upgrading Facility Fiber Throughout The Buildings To Each Tele/comm Rooms (87), Provide A Redundant Fiber Run Throughout The Facility To Each Tele/comm Room, Provide Redundant Fiber Mains To The Pbx/telecom Demarcation And Data Center Rooms From The Provider Point, Install Or Upgrade Potentially (8400) It Outlets Located Throughout End User Spaces, And (175) 48 Port Patch Panels In (87) Tele/comm Rooms Throughout Campus Buildings (requires Field Verification), Install Or Upgrade Potentially (8400) Electrical Outlets Located Throughout The End User Spaces And (87) Dual Power Outlets In (87) Tele/comm Rooms Throughout The Campus (requires Field Verification), Upgrade Facility Power Distribution As Required, Upgrade Facility Hvac Distribution As Required, Physical Security Assessment And Upgrades, And Hazardous Materials Remediation And Abatement.as Required By Drawings And Specifications.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid June 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 450 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document.
federal Acquisition Regulation (far) 22.503 Policy:
(a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects.
(b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will-
(1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And
(2) Be Consistent With Law.
(c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary Point Of Contact Listed Below By May 9, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 300
independence, Oh 44131
primary Point Of Contact:
shawn Tavernia
contract Specialist
shawn.tavernia@va.gov
secondary Point Of Contact:
bridget E. May
contracting Officer
bridget.may@va.gov
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
comments:
--- End Of Pla Questionnaire ---
Closing Date9 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Introduction
the Army Program Director-base Emergency Communications Systems (pd-becs) Is Seeking Companies That Can Engineer, Furnish, And Install Computer‑aided Dispatch(cad), Next Generation 9-1-1 Call Handling Systems (ng-911 Ch), And Ng-911 Location Information Services(lis) In Support Of The Pd-becs Public Safety Answering Point (psap) Modernization Efforts.
installations, Garrisons, And Other Army Operational Sites Use Different Names For Communications Centers Including Dispatch Centers, Integrated Incident Management Centers, Emergency Communications Centers(eccs), Incident Operations Centers, Fire Alarm Controlcenters, Etc. The Term Psap Is Used Generically To Represent Those Centers. Psap Modernization Will Bring Base Emergency Response Systems Into Compliance With The Current Version Of The Next Generation 9-1-1 (ng-911) I3 Standard (sta-010) Published By The National Emergency Number Association (nena), The Department Of Defense Public Safety Communications Directives And Instructions And Army Cyber Security Policies. The Army Operates Psaps At Thirty-eight (38) Conus Installations Supporting Organic Law Enforcement, Fire Protection, And Emergency Medical Services To A Combined Population Of Approximately 400,000 Active‑duty Military, Civilians, And Dependents.
scope
the Us Army Seeks A Balance Between Mature And State-of-the-art Technology That Enables The Employment Of Solutions That Will Prolong The Life Of The New System. Theusarmy Envisions That Its Modern Cad And Ng-911 Ch Solutions Will Be Based On Proven Technology Derived From Current Industry Standards.
the Ng-911 Ch Solution Shall Be A Complete, On-premises System With Fully Redundant Host Controllers/servers, Call Taker/operator Consoles, Voice Recording, And Integrated Automatic Location Information (ali) Database. Thesystemshall Support Inbound Calls From Army-owned And Operated Voice Wireline Legacy Time‑division Multiplexing(tdm) And/or Voice Over Internet Protocol(voip) Networks, Commercial Wireline (housing, On-base Contractors, Vendors, Etc.), And Commercial Wireless (mobile Phone) Sources. The Ng-911 Ch Solution Shall Include An Integrated Automatic Location Information (ali) Database To Provide Location Information For Calls Originating From Legacy Phones. The Ng-911 And Cad Systems Shall Be Integrated In Compliance With The Current Version Of The Nena Emergency Incident Data Object (eido) Standards (sta-021 And Sta-024).
the Ng-911 Ch Solution Shall Be Tested And Approved By The Joint Interoperability Test Command (jitc) And On The Jitc Approved Product List (apl). System Redundancy, As Shown In The Jitc System Under Test Diagrams, Shall Have No Single Point Of Failure And Shall Provide Automatic Failover In The Event Of A Server Or Network Failure With No Loss Of Active Calls. The Army Anticipates Initially Fielding On Premise Ng-911 Chss Until The Technology Matures And Dod-approved Cloud-hosted Solutions Become Available From Industry.
the Ng-911 Ch Solution Shall Support Calls Routed From Commercial (non-government) Sources Via Legacy 9-1-1 Selective Routers, Based On The Associated Existing Emergency Service Number(esn), Or Geospatially Routed Session Initiation Protocol (sip) Based Calls Via An Internet Protocol(ip) Based Emergency Services Ip Network(esinet) To Automatically Deliver 9-1-1 Calls To The Designated Army Psap. Theng-911 Ch Solution Shall Be Capable Of Interoperating With Other Dod, Federal, State, Local, Tribal, And Territorial E9-1-1 Or Ng-911 Psaps To Support Call Transfers And Conferencing, With Location Data, Between Psaps.
the Cad Solution Is To Be Deployed As A Cloud Or Other Commercial Data Center-hosted Solution That Is Centrally Managed And Fully Redundant With No Single Points Of Failure. The Contractor Shall Provide Dedicated, Redundant Commercial Ip Circuits, With Backup Connections Leveraging The National First Responder Broadband Long‑term Evolution(lte) Wireless Network First Responder Broadband Network(frbn) Commonly Known As First Responder Network Authority(firstnet).
the Cad System Shall Support Legacy Interfaces To Ancillary Sub-systems Local To Individual Installations. These Sub-systems Include Firestation Alerting Systems, Fire And Intrusion Alarm Central Monitoring Systems, Headset Arbitration Between Ng-911 And Radio Consoles, Vehicle And Personnel Location Information, Mobile Cad Applications, And Fire And Le Event/incident Records Reporting Systems. Applicable Interfaces May Differ By Army Installation. Examples Include But Are Not Limited To, Serial (rs-232, 422, 485), Analog, Contact Closure, Ip, Or Proprietary And May Involve Vendor-unique Application Programming Interfaces (apis).
the Cad System Shall Provide An Integrated Gis-based Mapping Element. The Cad System Shall Provide Event Creation/updates, Event/run Cards, Event Closeout, Police/fire/ems Dispatch Protocols, Incident And Operational Reports, Database Updating, And Receiving Populating All 9-1-1 Caller Data To Include Calling Party Number(cpn) And Calling Device Location Data.
the Contractor Shall Provide All Personnel, Infrastructure, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items Necessary For System Installation, Integration, Implementation, Testing, System Operator Training, And System Warranty And Support For The Cad, Ng-911 Ch Solution And Ng-911 Lis Systems.
the Cad System Shall Have An Approved Federal Risk And Authorization Management Program(fedramp) Assessor, 3rd Party Assessment Organization(3pao), To Assess Its Cadsoftware Suite And Network Hosting Infrastructure To Ensure They Meet Impact Level 4(il-4) Requirements. The Contractor Shall Meet All Other Commercial Cloud Requirements As Listed In The Defense Information Systems Agency’s (disa’s) Cloud Computing Security Requirements Guide (srg). The Contractor Shall Meet All The Disa Requirements For A Provisional ‑ Authorization To Operate(p‑ato).
the Ng-911 Lis Solution Shall Be An On‑premise Architecture, Co-located With Applicable Regional Or Local Session Controllers, Providing An Liscapability With Ip Network Discovery Of Location Changes To Voip/sip End-user Devices. The Ng-911 Lis Solution Shall Be Jitc Tested And Approved And On The Jitc Apl.
requested Information
please Provide A Response To The Government Per The Below Submission Requirements On The Following Questions To Encourage Competition And Exchange Of Information. Vendors Should Identify Past (limit To Five (5) Years) Or Current Contracts That Your Company Has Been Either Prime Or Subcontractor Associated With Fielding Ng-911 Chs, Cad, And/or Lis Solutions On Dod Installations. Use The Following As Guidelines For The Responses.
please Indicate Your Current Cage & Duns Codes.
brief Descriptions Of Contract Or Task Order Projects Your Company Has Successfully Supported Which Demonstrate The Number Of Systems Implemented And Breakout By Capability Set.
ng-911.
cad.
lis.
other Relevant Capabilities.
size Of The Systems.
number Call Taker/dispatch Consoles At A Given Customer. If Relevant, List Multiple Projects/customers.
psap Annual 9-1-1 Call Volume At A Given Customer.
describe Any Challenges Faced And How Were They Resolved. Since This Rfi Covers Three Capabilities (cad, Ng9-1-1, Lis), Challenges Would Include Identified System Interoperability Dependencies, Government Dependencies/infrastructure/policies That Need To Be In Place Before Any Fielding Efforts, Cyber Constraints, Cloud Hosting Constraints, Etc.
describe Any Technical, Logistic, And Programmatic Risks Your Company Foresees In Executing The Technology Changes Taking Place In The 9-1-1, Cad, And/or Lis Industry.
were The Capabilities Implemented Commercial Off The Shelf (cots) Solutions? If So, What Was The Result (e.g., In Terms Of Schedule, Resource, Risk)?
describe Your Company’s Experience Interfacing To 3rd Party, Ancillary Sub-systems.
is Your Company The Original Equipment Manufacturer (oem) For Any Or All The Solutions Implemented? If Not, Please Provide A Brief Description Of Existing Teaming Arrangements That You Have To Deliver Solutions.
which Dod Component(s) Issued The Project Requirement/solicitation And Subsequent Contract Award(s)
was Your Company The Prime Or Sub-contractor?
were Contract(s) Firm Fixed Price Or Cost Plus?
were Contract(s) Lowest Price, Technically Acceptable (lpta) Or Best Value?
how Many Ng911/cad Installs Can Be Completed In A Calendar Year?
what Information And/or Documents Are Missing That Would Otherwise Allow Your Company To Submit A Proposal?
will Your Company Propose On This Effort? Yes, Or No?
if Yes, Please Indicate Your Business Type (for Example, Small Business, Large Business, Small, Disadvantaged Business…etc.).
if A Small Business, Please Indicate If Your Company Would Be Capable And Intend For At Least 50 Percent Of The Cost Of Performance Incurred For Personnel To Be Expended For Employees Of Your Company (see Far 52.219-14).
submission Instructions:
any Information Considered By The Responder To Be Proprietary Shall Be Marked As Proprietary. None Of The Information Provided Shall Contain Any Classified Material Or Classification Markings. No Telephone Requests Or Questions Will Be Accepted. All Responses To This Rfi Shall Only Be Submitted In Writing To Army Contracting Command-aberdeen Proving Ground (acc-apg), Addressed To The Following: Contracting Officer, Katia.lacoste.civ@army.mil And Contract Specialist, Walker.d.bazemore.civ@army.mil. Responses Shall Be Received No Later Than Close Of Business (cob) On 13 Feb 2025. All Email Transmittals Shall Be Contained In A Message Less Than 10mb In Size.page Count Shall Not Exceed Five (5) Pages For This Rfi.cover Page Is Excluded From The Five (5) Page Limit.
this Request Is Issued To Develop A Viable Rfp That Will Best Communicate The Government's Requirements To Industry Through This Exchange Of Information. Responses To This Request Are Voluntary And Will Not Affect Any Contractor's Ability To Submit A Proposal If, Or When, An Rfp Is Released. The Requested Information Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued.
no Entitlement To Payment By The Government Of Direct Or Indirect Costs Or Charges Will Arise As A Result Of The Submission Of Information In Response To This Request. Proprietary Information Shall Not Be Submitted. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information.
update (4/22/2025)
government Response To Industry Questions Have Been Included As An Attachment.
Closing Date2 May 2025
Tender AmountRefer Documents
Eastern Samar State University - ESSU Tender
Others
Philippines
Details: Description The Owner/proprietor ___________________ ___________________ Ma'am/sir: Please Quote Your Price For The Items Specified Below, Taking Into Consideration The Following & Fill-up The Above Portion "the Owner/proprietor" & The Portion Below The Price Quotation: Name Of The Transaction: Procurement Of A 3-month Subscription On High-speed Internet (5 Gbps+) With Comprehensive Support And Expanded Wi-fi Coverage In All Colleges 1. The Total Approved Budget For The Contract (abc) Is Three Hundred Forty Two Thousand Pesos Only (342, 000.00) 2. Price Quotation Should Be Inclusive Of The Required Tax Obligations; 3. Submission Of Sealed Rfq: When: On Or Before 9:00am Of February 24, 2025 Where: Quotation Drop Box, Procurement Office, 3rd Floor Of Essu-guiuan Admin. Building 4. Opening Of Submitted Rfqs: When: Exactly 10:00am Of February 25, 2025 Where: Conference Room, 2nd Floor Of Essu-guiuan Admin. Building 5. Evaluation Of Bids Shall Be Conducted On A "per Lot Basis"; Delivered To Essu Guiuan Campus 6. Delivery Period Is 7 Calendar Days Upon Receipt Of Notice To Proceed (ntp) 7. If Awarded The Contract, Processing Of Payment Shall Be Made Within Five (5) Working Days Upon Receipt Of Billing Request; 8. Refusal To Accept An Award May Be Ground For Imposition Administrative Sanctions Under Rule Xxiii Of The 2016 Revised Irr Of Ra 9184; And 9. Failure Of The Supplier To Deliver Goods And Render Services Under The Contract Within The Specified Delivery Schedule Shall Be Liable For The Delay. 10. Subject To The Submission Of The Following Documents: Failure To Submit The Same May Result For A Disqualification Under The Applicable Law. A. Dti/ Sec Certificate Of Registration B. Income/ Business Tax Return (abc's Above 500k) C. Mayor's/ Business Permit D. Philgeps Class "a" Platinum Or Philgeps Registration Number E. Omnibus Sworn Statement Notarized (for Abc's Above 50k) F. Professional License/ Curriculum Vitae (consulting Services Only) G. Pcab License (infra Project Only) H. Request For Quotation (rfq) 11. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/ Or Levies Payable. Egan B. Cabugawan Jose O. Cabides, Jr Authorized Canvasser Bac Chairperson ======================================================================================================================================= To The Bac Chairperson: I Have Read And Understand The Procurement Terms And Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To The Above Terms And Conditions. No. Qty Unit Particulars Abc Bid Price 3 Months Subscription On High-speed Internet (5 Gbps+) With Comprehensive Support And Expanded Wi-fi Coverage In All Colleges, Covering Both Materials And Labor Costs Of Installation To All Campus Buildings Installation Cost Shall Cover: 1. New Fiber Optic Cables; 2. Upgrading Of Existing Network Equipment (routers, Switches, Etc.); And 3. Expanding The Capacity Of The Data Centers. For Technical Support, This Shall Include The Maintenance And Repair Of Network Infrastructure Such As: * Fixing Damaged Cables * Replacement Of Aging Equipment * Responding To Outages The Internet Service Provider Should Also Meet The Following Requirements: A. The Service Provider Should Be With Valid And Existing Joint Pole Agreement With Esamelco; And B. Valid And Existing Certificate Of Registration From The National Telecommunications Commissions As A Value-added Service Provider Please Fill-out This Portion Legibly And Completely: Name Of Business Or Firm: ________________________________ Authorized Representative : ________________________________ Date: _____________ _______________________ Signature Over Printed Name Position In Firm: _____________________________ Contact Number: ______________ Business Address: __________________________________
Closing Date24 Feb 2025
Tender AmountPHP 342 K (USD 5.9 K)
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Others, Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Work For This Project Includes, But Is Not Limited To, P-614 Joint Consolidated Communications Center Facility At Andersen Air Force Base, Guam. This Project Consolidates The Andersen Air Force Base Communications, Command And Control, Computer, Intelligence/information Technology (c4i/it) Functions Into A Resilient And Diverse Open Architecture Solution By Construction Of A New, Two-story, Reinforced Concrete Communications Center And Administrative Support Space For The 36th Communications Squadron (36cs). Work To Include Electrical, Mechanical, Water, Communication, Fire Suppression/detection, Air Conditioning System With Humidity Environmental Controls, Utilities, Pavements, Security, Parking, Associated Site Improvements, And All Necessary Supporting Facilities For A Complete And Usable Facility. Special Features Include Sensitive Compartmented Information Facility Construction Work In Accordance With Icd/ics 705 And Incidental Related Work. Secure Facility Construction Shall Be Performed By U.s. Companies Using U.s. Citizens.
the Magnitude Of This Project Is Estimated Between $100,000,000 And $250,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Of $45 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,286 Calendar Days.
a Sources Sought Notice (n62742-25-s-1303) For This Procurement Was Posted On 22 August 2024 On The System For Award Management (sam) Website Https://www.sam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Pacific Small Business Office Concurs With This Decision.
this Is An Lpta Source Selection Procurement. The Government Intends To Evaluate Proposals And Award A Contract Without Discussions With Offerors (except Clarifications As Described In Far 15.306 (a)). Therefore, The Initial Proposal Shall Conform To The Solicitation Requirements And Should Contain The Best Offer From A Technical And Price Standpoint Based On The Following Factors: Factor 1 – Experience, Factor 2 – Past Performance, And Factor 3 – Safety. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars.
only The Three (3) Lowest-priced Proposals Will Be Evaluated For Fair And Reasonable Pricing And Technical Acceptability. If None Of The Three (3) Lowest-priced Proposals Are Found To Be Technically Acceptable, Then The Next Three (3) Lowest-priced Proposals Will Be Evaluated For Technical Acceptability. If None Of The Six (6) Lowest Priced Proposals Are Found To Be Technically Acceptable, Then All Remaining Proposals Will Be Evaluated For Technical Acceptability.
the Government Intends To Select The Lowest Reasonably Priced Technically Acceptable Offer And Award A Contract (within The Funds Available) Without Conducting Discussions.
a Relevant Construction Project Is Defined As A Construction Project That Includes At Least One Of The Following Individual Features:
precision Cooling System. New Construction Of A Chiller Type Technology Cooling System Engineered Specifically For Data Center/electronic/it Networking Environments. Projects Submitted Which Reference Comfort Cooling Systems Which Are Engineered Primarily For The Intermittent Use Required To Maintain A Comfortable Environment For People In Facilities Will Not Be Considered. Projects Submitted To Demonstrate Precision Cooling System Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Precision Cooling System Under The Resultant Contract, As Identified In Block 1 Of Attachment A.
uninterruptable Power Supply System. New Construction Of An Uninterruptible Power Supply (ups) System That Is 225 Kva Size Or More. Projects Submitted To Demonstrate Ups System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Ups System, As Identified In Block 1 Of Attachment A.
clean Agent Fire Suppression System. New Construction Or Replacement Of A Clean Agent Fire Extinguishing System And Releasing System, Including All Mechanical, Controls And Electrical Components Necessary For A Complete And Operating Clean Agent Fire Suppression System. Projects Submitted To Demonstrate Clean Agent Fire Suppression System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Clean Agent Fire Suppression System, As Identified In Block 1 Of Attachment A.
1. Projects Submitted To Demonstrate Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed To Perform That Type Of Work In This Contract.
2. If The Offeror Self-performed The Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Then The Offeror Must Confirm That It Will Self-perform The Same Relevant Individual Feature(s) In Order To Be Considered. If Offeror Does Not Intend To Self-perform, See Note 9 About Teaming Arrangements.
3. Projects Submitted Shall Collectively Demonstrate Experience In All Three (3) Individual Features: (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System. Failure To Demonstrate Experience In All Three (3) Individual Features Shall Be Considered A Deficiency And An Unacceptable Rating Will Be Assigned For This Factor. All Individual Features, Or Multiple Individual Features, Do Not Have To Be Within Any Single Project Scope.
4. Relevant Projects Shall Have Been Completed Or Substantially Completed Within The Last Ten (10) Years Of The Date Of Issuance Of The Rfp. “substantially Complete” Is Defined As At Least 90% Physically Completed Construction.
5. Building Alteration, Repair, Renovation, Conversion, And Addition Work Will Not Be Considered As Relevant Projects.
6. A Relevant Construction Project Is Further Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project; Rather Offerors Shall Submit The Work Performed Under A Task Order As A Distinct Project. For Example, Multiple Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts That Demonstrate Experience In One Or More Of The Desired Individual Features Describe Above Shall Be Submitted As A Distinct Project, Rather Than Submitting All Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts As A Single Project.
there Are Two Volumes Of Specifications And Drawings Issued For This Rfp. Volume 1 For The Construction Of The Entire Facility, And Volume 2 Is For The Construction Of A Secure Space Within The Facility. Consequently, The Volume 2 Specifications And Drawings Are Marked “controlled Unclassified Information” And Will Only Be Released To The U.s. Citizens Of U.s. Firms.
volume 2 Will Only Be Released As An Amendment To U.s. Citizens Of A U.s. Firm Attachment (1). All Contractor Personnel Handling And Accessing The Volume 2 Documents Must Be Vetted As A U.s. Citizen Prior To Receiving Any Volume 2 Documents. To Determine Eligibility For Receipt Of Volume 2 Rfp Documents, Each Interested Firm Shall Complete And Submit A U.s. Firm Certification, Attachment (1). All Sources, Whether Prime Offerors Or Subcontractors At All Tiers, Must Certify That It Is A U.s. Firm. Once A Favorable U.s. Firm Determination Has Been Made, All Individuals Of The Approved U.s. Firm Requiring Access To The Rfp Documents Shall Complete And Submit:
(1) Certification Of U.s. Citizen (attachment 2)
(2) Proof U.s. Citizenship
(3) Signed Non-disclosure Agreement (attachment 3)
a List Of Acceptable Documents For Proof Of U.s. Citizenship Is Provided In Attachment (2). Submit The Required Forms To Ms. Merbby Corpuz The Following Forms Mentioned Above To Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil.offerors Are Encouraged To Submit The Required Documents As Soon As Possible.
the Rfp, Including The Specifications And Drawings, Can Be Accessed By Approved Individuals Via The Sam Website At Https://sam.gov/. Approved Individuals Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Once Registered In Sam, Approved Individuals Must Request Explicit Access To View The Documents. An Email Will Be Forwarded Once The Contracting Office Has Approved Or Declined The Request. Approved Individuals May View And/or Download The Volume 2 Rfp Documents. The Navfac Drawings And Specifications Are Marked "controlled Unclassified Information"; Therefore, The Navfac Drawings And Specifications Are Considered "covered Defense Information.” Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation.
offerors Are Required To Be Registered In The Sam Database At Https://www.sam.gov At The Time Of Proposal Submission.
note: The Prime Contractor Shall Designate A Primary Point-of-contact Who Will Be Responsible For Managing And Submitting The Required Forms And Proof Of U.s. Citizenship For Its Employees And Subcontractor/supplier Firms And Its Employees To A Liaison With The Government. Forms Shall Be Submitted In Alphabetical Order First By Firm Name And Then Alphabetically By Last Name Of Individuals Of The Firm. Also, A List Of Personnel For Each Shall Be Submitted.
a One-time Pre-proposal Site Visit Is Scheduled For 18 Mar 2025 0900 Chst. This Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered And Is Not For The Purpose Of Answering Questions. Offerors Interested In Attending The Site Visit Shall Submit The Following Forms:
base Access Request – Contractor Memo (fill-in Information In Red).
iii Log (complete In Accordance With The Attached “how To Fill Out The Iii Log” Instructions Located At The End Of This Document.)
base Access Affidavit 2020 (completed For Each Visitor That Does Not Have Dbids Pass)
foreign National Access Request Form
contractor Policy Update Memo
either A U.s. Passport Or Real Id Act Driver’s License/id
the Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil On Or Before 24 February 2025, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To The Attendees For Use When Obtaining Base Passes At The Visitor Control Center (northgate), Andersen Air Force Base.
please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date And Time, The Attendee May Not Be Able To Attend The Site Visit.
the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release.
upon Receipt Of The Above Information, Our Office Will Submit A Letter To The Pass And Id Office Authorizing Your Entrance.
on The Day Of The Visit, Attendees Shall Meet Promptly At The Pacific Regional Training Center (prtc) Gate And Bring Necessary Base Access Pass, The “iii Log” And “new Contractor Letter Memorandum” To The Site Visit. For Those That Do Not Have Dbids, Pick Up An Approved Day Pass From The Visitor’s Center (northgate). Attendees Shall Meet At The Visitor Control Center Overflow Parking Lot.
Closing Date15 May 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: 1.0 Procuring & Administrative Contracting Office
air Force District Of Washington (afdw) Contracting Directorate (pk) Headquarters Air Force (haf) - Enterprise Support Division (pkh), Dodaac: Fa7014
2.0 Introduction
this Is A Sources Sought Notice (ssn) Which Is Being Released To Industry For Information Gathering And Planning Purposes Only Pursuant To Far Part 10 Market Research. This Ssn Is Not A Solicitation Nor Shall This Ssn Constitute A Request For Proposal (rfp), Invitation For Bid (ifb), Or Request For Quote (rfq). The Government Shall Not Award Any Contract Solely On The Basis Of This Ssn Nor Shall The Government Reimburse Any Contractor For Any Associated Costs They Incur To Submit A Capability Package To The Government In Response To This Ssn. This Market Research Notice Is Being Deployed To Bring Forth Qualified, Capable Sources And In No Way Shall Restrict The Government’s Final Acquisition Strategy, Planning, Or Requirements Refinement.
*note: Recipients Of This Ssn Are Hereby Advised That The Government Shall Not Accept Any Capability Package Submitted In Response To This Ssn Containing Extraneous, Unsolicited Material Or Content Which Does Not Conform To The Government’s Specific Questions And Request For Certain Procurement/contracting Data As Expressed Below. Additional Company Literature, Presentations, Pamphlets, Papers, Etc. Must Not Be Submitted In Response To This Ssn And Any Such Unsolicited Artifacts Shall Not Be Accepted Nor Reviewed By The Government. Recipients Of This Ssn Should Not Request An Extension Or More Time To Respond To This Ssn Regardless Of Circumstance.
3.0 Naics Code
the North American Industrial Classification System (naics) Code For This Ssn Is 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, And Related Services.
*note: A Small Business Firm Competing As A Prime Contractor Would Need To Perform At Least 50% Of The Total Requirement Form Within Its Own Company (see Far 52.219-14, Limitations On Subcontracting).
4.0 Background & Description Of Government’s Requirements
the Government Has A Potential Requirement To Provide Professional Support, Sustainment, And Modernization Of The Current A1 Virtual Data Center (a1 Vdc) Which Is A Fully Functioning Commercial Cloud Environment Capable Of Supporting Applications In The Air Force A1 And A1 Dta Portfolios, And For Building Out The A1 Multi-cloud Ecosystem (a1 Mce) Landing Zone. Commercial Professional Services Would Be Performed To Ensure Continued Operations Of The Existing Environment, Execution And Management Of Multi-cloud Ecosystems, Modernization/optimization (i.e. Enhancing Common Shared Services, Streamlining Processes, And Achieving Cost Efficiencies), Execution And Management Of Big Data And Ai Initiatives, Execution Of Emerging Technologies Across A Multi-cloud Ecosystem, And Increase Capabilities Of The Cloud Environment Per Applicable Information Technology (it) Guidance, As Well As, Dod And Air Force Directives/policies Across Multiple Impact Levels Including Il6.
5.0 Government Questions For Industry Response
1. Experience In Multi-cloud Ecosystems:
a. Does Your Company Have Experience Architecting, Implementing, Managing, And Optimizing A Multi-cloud Landing Zone Ecosystem Across Dod Impact Levels (il), Especially Il6, Within Dod Rmf And Cloud Computing Srg Standards?
b. If So, Is That Multi-cloud Ecosystems Experience From Performing As A Prime Contractor, Subcontractor, Integrator, Commercial Business Partner, Etc.?
c. If So, Describe Your Approach To Governance, Change Management, And Incident Response In Each Of Those Environments.
d. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
2. Optimization Of Common Shared Services:
a. Does Your Company Have Experience Delivering And Optimizing Common Shared Services (such As A Centrally Managed Devsecops Ci/cd Pipeline And Development Tools), Streamlining Processes, And Achieving Cost Savings Or Efficiencies Within A Multi-cloud Landing Zone Ecosystem?
b. If So, Include Your Methods For Integrating Governance Structures And Managing Change To Support Continuous Improvement.
c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
3. Artificial Intelligence Initiatives:
a. Does Your Company Have Experience Executing And Managing Artificial Intelligence (ai) Initiatives Across A Hybrid Multi-cloud Landing Zone Ecosystem?
b. If So, Explain Your Process/methodology, Including How You Architect And Implement Monitoring Guiderails Within That Hybrid Multi-cloud Landing Zone.
c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
4. Big Data Initiatives:
a. Does Your Company Have Experience Executing Big Data Initiatives And Architecting Zero Trust Framework Architectures Across A Multi-cloud Landing Zone Ecosystem?
b. If So, How Did Your Company Incorporate Governance, Change Management, And Incident Response Strategies In Such Initiatives Across A Multi-cloud Landing Zone Ecosystem (explain Your Process And Methodology)?
c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
5. Multi-cloud Management Technologies:
a. Does Your Company Have Experience With Emerging Technology Tools And Services Unique To Multi-cloud Landing Zone Ecosystems (e.g., Palo Alto Sase, Splunk, Elastic, Hashicorp, Aqua Security, Etc.)?
b. If So, Describe Your Company’s Experience/expertise In Implementing Microservices And Containerization Technologies Within The Environments Of Those Multi-cloud Landing Zone Ecosystems.
c. If So, Describe The Exact Technology Tools And Services That Your Company Used In Those Multi-cloud Landing Zone Ecosystems.
d. If So, Does Your Company Suggest Any New Technology Tools/services Or Recommend Any Proven Technology Tools/services That Can Facilitate Additional Value To The Environments Of Those Multi-cloud Landing Zone Ecosystems?
6. Subcontracting Dependencies:
a. If Your Company Has Experience Managing And/or Performing Requirements For A Multi-cloud Landing Zone Ecosystem, What Percentage Of That Work Was Performed By Your Company As A Subcontractor Versus By Your Company As The Prime Contractor (also, Explain Whether That Work Was Related To Managing And/or Performing)?
b. Would Your Company Need To Subcontract Significantly To Perform Most Of The Subject Requirements Identified Above And If So, Identify Each Of Those Requirements Where Subcontractors Would Need To Be Assigned?
c. Explain How Governance, Change Management, And Incident Response Processes Are Maintained Across Your Subcontractor Teams As Both The Prime Contractor Managing Assigned Subcontractors And As A Subcontractor Performing On Behalf Of The Prime Contractor.
d. Provide Examples Of Subcontracting Sources, Business Partnerships/relationships, Goals, And Plans Your Company Would Utilize To Ensure Performance Of All Subject Requirements.
6.0 Additional Information For Capability Packages
as Part Of The Capability Packages Submitted In Response To This Ssn, All Respondents Must Fully Address The Government’s Requested Related Procurement And Contracting Data Expressed Below Which Will Help During Other Pre-award Activities In The Future.
respondents Must Identify/provide The Contractor’s:
a. Company Name (full Legal Name And D.b.a., If Applicable);
b. Company Address;
c. Company Pre-award/proposal Team/business Development Point Of Contact (poc) By Name (first And Last);
d. Company Poc Email Address;
e. Company Poc Telephone Number;
f. Cognizant Dcma Office Code And Info (if Applicable);
g. Cognizant Dcaa Office Code And Info (if Applicable);
h. Cognizant Defense Security Office Code And Info (if Applicable);
i. Current Facility Classification Level (fcl);
j. Federal Cage Code And Unique Entity Id (sam.gov);
*note: A Company Must Be Registered In The System For Award Management (sam) To Be Considered Responsible For A Federal Contract Award. To Register Your Company, Go To Https://www.sam.gov.
k. Business Size (large Or Small) And Applicable Socioeconomic Categories (vosb, 8a, Hubzone, Sdb, Wosb, Etc.) For The Established Naics Code Established Above For This Ssn And For The Contractor’s Other Similar Naics Codes;
l. General Services Administration (gsa) Federal Supply Schedules (fss), Multiple Award Contracts (macs), Government-wide Acquisition Contracts (gwacs), Dod Enterprise Service Initiatives (esi), Indefinite-delivery Indefinite Quantity (idiq) Contracts, Agreements, And/or Blanket Purchase Agreements (bpas) That The Contractor Currently Holds And Authorizes Ordering From The Respective Air Force Contracting Office (provide The Respective Contract/agreement Numbers, Identify The Source Of The Procurement Vehicle, And Any Other Relevant Information);
*note: Some Examples Are….air Force Enterprise Sbeas Idiqs; Stars3, Alliant2, Vets2, And Oasis+ Gsa Gwacs; Nasa Sewp Gwac; National Institute Of Health (nih) Gwacs; Veterans Administration (va) Gwacs; Gsa Af 2git Bpas; Etc.
m. Examples/references/samples (no More Than 3) Of Recent And Relevant Performance (recent, Meaning Within The Last 3 Years And Relevant, Meaning The Same Or Similar Requirements Based On The Subject Requirements Identified Above); And
*note: For Each Example/reference/sample, Provide The Federal Contract/agreement Numbers, Commercial Company-to-company Purchase Order Numbers, Dates/pops, Total Dollars, Description Of Work/requirements, Significance Of Work, Percent Of Work Performed As Prime And Sub, Project Poc Name, Project Poc Email Address, And Project Poc Phone Number.
n. Company’s History, Capabilities, Experience, Strengths, And Weaknesses In Providing Professional Services Which Are Similar To And/or Consistent With The Government’s Requirements Detailed Above.
7.0 Mandatory Capability Package Instructions, Formatting & Deadline
interested Parties Shall Submit Capability Packages To The Government Which Meet All Formatting, Instructions, Limitations, And The Submittal Deadline As Expressed Below.
capability Packages Must Be Submitted To The Government:
a. Within The Confines Of 8 Total Pages;
b. Electronically Via One (1) Email Before The Established Ssn Deadline;
c. In Adobe Portable Document Format (.pdf) Format Only;
d. In A Digital File Size That Does Not Exceed 5mb;
*note1: If File Size Is 5mb Or Larger, The Government Will Not Receive The Respondent’s Email And Attached Document Due To Internal Dod And Air Force Message System Limits And Restrictions.
*note2: Respondent’s Must Not Submit A Zip File Because The Government Email System Does Not Allow Transmittal Of Zip Files.
e. Containing Unclassified Data/information/content Only;
*note: Capability Packages A Submitted To The Government In Response To This Ssn Shall Not And Must Not Contain Any Controlled Unclassified Information (cui), Classified, Secret, Or Top Secret Data/information/contents.
f. And Received At The Identified Government Office On Or Before 4:30 Pm (central Time Zone) On Thursday, 30 January 2025; And
g. Air Force Contracting Office Electronically Via Email To Ms. Brittney Devallon, Afdw/pkh Contract Specialist, At Brittney.devallon@us.af.mil.
8.0 Organizational Conflict Of Interest
the Government Would Also Like To Remind Companies Of Their Responsibility To Avoid And/or Mitigate Any Potential Organizational Conflict Of Interest (oci). Guidance Is Found In Federal Acquisition Regulation (far) Part 9.5. If A Company Has A Potential Oci Situation, They Must Submit And Have An Approved Mitigation Plan Prior To The Government’s Consideration Of Any Proposal For Award. Since The Approval Process Can Be Lengthy And Approval Of Any Plan Is Not Assured, It Is Highly Recommended That Potential Oci Identification And Resolution Processes Begin During The Planning Phase If Possible. An Oci Could Result In The Canceling Of A Contract Or Determining An Offeror To Be Ineligible For Award. Potential Oci Issues, And Mitigation Plans If Developed, Shall Be Included As An Attachment To Capability Package. Such Oci Attachment Shall Not Be Considered In The Capability Package Total Page Count.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Ilocos Sur Tender
Others
Philippines
Details: Description The Department Of Education - Schools Division Of Ilocos Sur Is In Need Of Suppliers For The Transportation Service Of The Ntwg For The National Festival Of Talents (nfot) With The Following Details: Item And Description 1 Transportation Service For The Ntwg For 4 Days (van) 12 Unit Administrative Arrangement: 1.the Winning Bidder Shall: A. Transport The Ntwg From Their Hotel (to Be Announced Later) To The Contest Venues (ilocos Sur Community College, Sti Vigan City, Vigan Convention Center, Data College Philippines, Vigan City, Ilocos Sur Provincial Capitol, Immaculate Conception School Of Theology, Provincial Farmers Development And Livelihood Center) And Vice-versa; B. Be On Standby For Emergency Transport Needs; C. Ensure Their Safe And Timely Transfer To The Various Contest Venues.; D. Be Available From May 19 To May 22, 2025, Between 5:30 Am And 6:00 Pm, Or As The Need Arises; And E. Shoulder The Food, Gas, And Accommodation Of The Driver. Required Documents: 1.mayor’s Permit 2. Philgeps Registration 3. Omnibus Sworn Statement The Submission Of Quotation And Required Documents Should Not Be Later Than April 15, 2025 @ 9:00 Am At The Schools Division Office, Bantay, Ilocos Sur.
Closing Date15 Apr 2025
Tender AmountPHP 288 K (USD 5 K)
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: The Resilient Mwt Meo Program Will Host A Gmi Update Brief To Industry On Friday, 25 Apr 2025, Starting At 1300 Pacific Time.
please Limit The Number Of Dial-ins Per Company To 2; Other Attendees May Be Present On The Same Dial-in.
since The Content Presented Will Contain Cui Information, You Must Send The Name Of Two Attendees From Your Company To Maj Joe Silvio, Joseph.silvio.1@spaceforce.mil, At Least 24 Hours Prior To The Event Start To Receive An Invite To The Microsoft Teams Hosted Meeting.
the Email To Maj Silvio Must Contain The Information Below:
company Name
cage Code
name Of Two Attendees And Their Company Emails
on The Day Of The Meeting, Please Enter The Meeting Room At Least 10 Minutes Prior To The Meeting Start Time.
once You Enter The Meeting Room, You Must Set Your Meeting Name To: Company_cage_last Name
you Will Be Admitted To The Meeting Room In Arriving Order, Upon The Gmi Team Checking Your Company Name, Cage Code, And Attendee’s Last Name On File.
there Will Be An Opportunity For Q&a During The Meeting. Additionally, Respondents Have Until 1600 On Friday, 02 May 2025 To Submit Additional Questions Via Email To Maj Silvio. All Questions And Answers Will Be Posted To Sam.gov By 09 May 2025. No Proprietary Questions Will Be Answered At This Time. This Will Be The Last Announcement Posted To Sam.gov.
poc Information:
program Manager: Maj Joseph Silvio: Joseph.silvio.1@spaceforce.mil
contracting Poc: Capt David Kirkland: David.kirkland.9@spaceforce.mil
alt Contracting Poc: Leslie.semerena@spaceforce.mil
**original Sources Sought Request**
sources Sought Synopsis
resilient Meo Missile Warning And Tracking (rmmwt)
ground Management And Integration (gmi)
description / Purpose
1.1 The Resilient Meo Missile Warning And Tracking (rmmwt) Program Is Contemplating A Contract With Requirements For The Management And Integration Of Their Ground System Capabilities. Rmmwt Procures Missile Tracking Satellites In Spiral Deliveries Known As Epochs. Epoch 1 Will Provide Two Planes Provided By A Single Space Vehicle (sv) Vendor With Each Plane Containing Six Satellites. Plane 1 Is Planned To Launch In 4qfy26, And Plane 2 Is Planned To Launch In 2qfy28. Epoch 2 Is Not Yet Awarded But Plans To Purchase Up To Four Planes From Up To Two Sv Vendors Of Unspecified Number Of Satellites Per Plane. Award Of Epoch 2 Is Planned For 3qfy25, With A Plane 1 Launch In 1qfy29 And Subsequent Launches Each Quarter Thereafter Until All Planes Procured In Epoch 2 Are Launched. Development Of The Ground System To Include A Primary Meo Satellite Operations Center (msoc) And Three Ground Entry Points (geps), Two Sites With Three Antennas And The Third With One Antenna, Is Underway To Support The Epoch 1 System. The Government Is Researching Sources For Support To Epoch 2 And A Possible Transition Of Epoch 1 Responsibilities At A Future Date.
1.2 The Rmmwt Program Is Seeking To Identify Qualified Contractors With The Following Capabilities:
evolve And Maintain The Msoc At The Boulder Ground Innovation Facility (bgif) To Integrate Support For Epoch 2 Missions
unify All Missile Warning And Track (mwt) Ground Software Onto One Common Platform Software Framework And Hardware.
maintain Network Connectivity To The Msoc And A Continuous Authority To Operation (ato) Through Collaboration With The Other Contractors For Fulfillment Of This Milestone
evolve And Maintain Satellite Operations Center Services, To Include Constellation Mission Management Supporting Tasking.
provide Network Scheduling Services, Ground Resource Management, For Contacts Between The Geps And Svs
maintain And Expand Gep Capabilities
integration Of Multi-contractor System.
2.0 Requested Information
2.1 Qualified Sources Will Submit An Unclassified Statement Of Capability (soc) Demonstrating Their Experience And Capability In The Task Areas Listed Below. The Soc Should Provide Specific Examples Of Proficiency. Industry May Provide Responses To Any Or All The Areas Specified Below, Depending On Relevant Experience. Please Indicate If Interested In These Tasks As A Prime Or Subcontractor. If Indicating Interest As A Prime, A Contractor Should Be Capable Of Performing Or Overseeing And Integrating All The Task Areas Below. Industry Should Not Feel Compelled To Respond To Areas Outside Of Their Expertise. Each Subsection Directs Respondents To Describe The Contractor’s Experience With Areas Within Or Related To The General Scope Of Tasks.
2.1.1 Software Development
contractors Should Describe Experience With Software For Command And Control And Resource Management Of Various Assets Including Ground System, Ground Networks, Ground Antennas. The Software Capabilities Include The Following:
sending Commands/messages And Receiving Confirmations
routing Of Messages To And From Other Contractors’ Software System, Including To Factories And Externals
configuring Networks, Virtual Processors And Virtual Modems To Communicate Between Mtc Space Vehicles And Space Vehicle Provider Ground Software System.
deconflicting Resources (based On Various Methods To Include Constellation Models)
scheduling And Managing Contacts (configuration And Deconfiguration), Balancing Resources Among Users And Providing Resiliency Through Similar And Diverse Communication Paths (terrestrial And/or Space Based)
health And Safety Monitoring Of The Mtc Ground System
system Status Reporting And Anomaly Resolution
system Failover, Locally And Geographically Separated
tip/cue Of Tasking Between Multiple Imaging Space Vehicle Constellations
real-time And Pre-planned Tasking/collections
cross Domain Solutions (cds) For Automated Transferring Messages And Commands Across Domains, Both Different Domains At The Same Security Level Or Between Security Levels.
operating In Local Data Center And/or In The Cloud Environment
leveraging Automation To Reduce Operator Workload Requirements Is Preferred. Information Should Be Displayed In A User-friendly Graphical User Interface To System Operators.
2.1.2software Integration
contractors Should Describe Experience With Integration Of Third-party Software Onto An Existing Platform/framework Using Automated Continuous Integration / Continuous Delivery (ci/cd) Pipeline With Demonstrated Ability To Collaborate And Coordinate With Externals. Contractors Should Describe Experience With Upgrading, Deploying And Maintaining Framework Environments For Operations And For Use By All Program Contractors. Contractors Should Describe Experience In Performing System Updates Without Or Minimally Impacting Operations.
2.1.3ground Entry Points (gep)s
contractors Should Describe Experience With End-to-end Design, Construction, Build, Integration, Operations, And Maintenance Of Gep Site, Ground Antenna(s) And Associated Equipment For Space To Ground Communications In Support Of Operations.
2.1.4ops Center Management
contractors Should Describe Experience With Operation, Maintenance, And Sustainment At A Permanent Operations Facility (pl3 Or Above), Including Network, Software And Resource Management, Security, And Operations. Contractor Should Describe Experience In Government Owned, Contractor Operated (goco) Environment And Support To Government Operations.
2.1.5cybersecurity
contractors Should Describe Experience With Cybersecurity Management And Sustainment Of System Authority To Operate (ato), As Well As Approval Process For Authority To Connect (atc), Including Cloud-based System Component Integration. Contractors Should Describe How Their Systems Engineering Processes Incorporate Cybersecurity Principles Into The Technical Baseline And Allow Tracing Of System Controls To Features, Test Events, And Test Artifacts.
2.1.6cloud-based Development And Hosting Services
contractors Should Describe Experience With Design Of A Scalable And High-performance Gov Cloud Infrastructure Within A Larger Ground System Architecture. Demonstration Of Compliance With Current Gov Cloud Security Standards.
2.1.7existing Contract Vehicles
the Government Is Contemplating Contracting Strategies For This Acquisition. In Addition To Your Stated Capabilities, Please Identify Any Existing Contract Vehicles That Can Be Used For This Critical Workload. For Any Existing Contract Vehicle, Please Provide The Government Contracting Office Responsible For The Contract.
3.0 Responses
3.1 The Soc Shall Be Organized Into Two Sections. Section 1 Of The Soc Shall Provide Administrative Information, And Shall Include The Following As A Minimum:
3.1.1 Name, Mailing Address, Cage Code, Phone Number, Fax Number, And E-mail Of Designated Point Of Contact.
3.1.2 Business Type (large Business, Small Business, Small Disadvantaged Business, 8(a)-certified Small Disadvantaged Business, Hubzone Small Business, Woman-owned Small Business, Very Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business) Based Upon North American Industry Classification System (naics) Code 541330 - Engineering Services, With A Size Standard Of $16.5 M In Average Annual Receipts. Responses From Small And Small-disadvantaged Business Are Highly Encouraged. Responses From Small Business And Small, Disadvantaged Business Firms Are Highly Encouraged. Interested Parties Shall State The Size Of Their Business
each Soc Must Include A Cover Page And Table Of Contents. The Number Of Pages In Section 1 Of The White Paper Shall Not Be Included In The 15-page Limitation, I.e., The 15-page Limitation Applies Only To Section 2 Of The Soc.
3.2 Section 2 Of The Soc Shall Include The Contractor’s Responses To Any Or All Of The Areas From Section 2 Of This Sources Sought. Contractor’s Should Clearly State Its Capabilities For Any Particular Section In A Logical Numbering Schema And Provide Clear Alignment To One Of The Areas In Section 2 Of This Sources Sought. The Government Is Interested In Qualified Sources That Can Meet Any Portion, Or All Of The Areas Discussed.
3.3 Section 2 Of The Soc Shall Not Exceed 15 Pages In Total Length. All Responses Must Conform To 8.5x11 Inch Pages, With Font No Smaller Than 12 Point. This Sources Sought Synopsis Is For Informational Market Research Only And In No Way Obligates The Government.
3.4 The Soc Shall Be Delivered In Microsoft Word Format Or Pdf Format And Are Due No Later Than 27 Feb 25, 1700 Pst. Responses Shall Be Submitted Via E-mail To The Primary Point Of Contact (poc), Capt David Kirklan, Procurement Contracting Officer (pco), At David.kirkland.9@spaceforce.mil And The Secondary Poc, Ms. Leslie Semerena At Leslie.semerena@spaceforce.mil. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information.
4.0 Questions
questions Regarding This Announcement Shall Only Be Submitted In Writing By E-mail To The Pco, David.kirkland.9@spaceforce.mil With A Courtesy Copy To Leslie.semerena@spaceforce.mil. Verbal Questions Will Not Be Accepted.
disclaimers And Notes
this Is A Sources Sought Synopsis Only. This Sss Is Issued Solely For Information And Planning Purposes; It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sss; All Costs Associated With Responding To This Sss Will Be Solely At The Interested Party’s Expense. Not Responding To This Sss Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. The Government Will Acknowledge Receipt Of All Submissions But Is Under No Obligation To Provide Feedback Or Integrate Respondents’ Contributions.
all Information In Response To This Sss Marked Proprietary Will Be Handled Accordingly. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With Applicable Regulations.
ssc Has Entered Into Contracts With The Aerospace Corporation, The Mitre Corporation, Linquest, Science Applications International Corporation (saic), Tecolote Research, American Systems Corporation, Inspire, Sierra Nevada Corporation, Axient Corporation, Space Ea Systems, Stellar Solutions, Exoanalytics, Booz Allen Hamilton, The Tech7 Company, Gemini Technologies Llc, Huntington Ingalls Industries, Odyssey Systems, New Bridge Partners, Sandia National Labs, Space Dynamic Lab, And Software Engineering Services. These Companies Support The Government’s Space Force Program Office By Performing Technical Reviews, Systems Engineering And Integration Analyses, Cost Estimation, And Other Advisory Services. Respondents Are Hereby Notified That All Responses Will Be Provided To Our Support Contractors For Their Services To The U.s. Space Force. If The Respondent Disagrees With The Release Of Its Sources Sought Response To Any Of The Aforementioned Firms And Their Subcontractors, The Respondent Must Clearly State This Restriction In The Cover Letter Accompanying The Sss Response.
foreign Firms Are Advised That They Will Not Be Allowed To Participate In This Acquisition At The Prime Contractor Level; However, Provided They Are Eligible To Do Business With The Us Government They May Be Eligible To Participate At The Subcontractor Level. The Research And Test Data Produced Under A Resultant Contract May Contain Military Critical Technology List (mctl) Information Whose Export Is Restricted By Export Control Act (title 22, U.s. Sec 2751, Et Seq.) Or The Export Administration Act Of 1979, As Amended (title 50, U.s.c., App. 2401, Et Seq.). Request Certification And Registration From The Defense Logistics Services Center (dlsc), Federal Center, 74 North Washington, Battle Creek, Mi 49016-3412 As Soon As Possible.
Closing Date2 May 2025
Tender AmountRefer Documents
1181-1190 of 1232 archived Tenders