Data Center Tenders
DEPT OF THE NAVY USA Tender
Telecommunication Services...+1Aerospace and Defence
United States
Details: Request For Information (rfi)
network Radio Gateways (nrgs)
naval Air Warfare Center Aircraft Division
webster Outlying Field
______________________________________________________________________________
rfi Number: N68335-25-rfi-0365
classification Code: 7g20 – Network, It And Telecom - Network: Analog Voice Products
naics Code(s): 334290 – Other Communication Equipment Manufacturing
request For Information
pursuant To Far 15.201(e) - This Is A Request For Information (rfi) Only. This Rfi 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 Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Associated Rfp That May Be Issued.
background/purpose/technical Requirements
the Naval Air Warfare Center Aircraft Division (nawcad) Webster Outlying Field (wolf) Division Is Soliciting Information And Comments From Industry On Its Ability To Provide Non-developmental Or Commercial Off The Shelf (cots) Network Radio Gateways (nrg) For Integration Into Full Scale Deployable And Scalable Transit Case Systems. The Nrgs Will Function As A Voice And Data Conferencing Center For Tactical And Commercial Radios, Internet Protocol Based Systems, And Cellular Phones.
responses
requested Information
section 1 Of The Response Shall Provide Administrative Information, And Shall Include The Following As A Minimum:
organization Name, Mailing Address, Overnight Delivery Address (if Different From Mailing Address), Phone Number, Fax Number, And Name And E-mail Of Designated Point Of Contact.
business Type (large Business, Small Business, Small Disadvantaged Business, 8(a)-certified Small Disadvantaged Business, Hub Zone Small Business, Woman-owned Small Business, Very Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business).
country Of Origin For Main Component(s)
section 2 Of The Response Shall Provide Technical Information, And Shall Include The Following As A Minimum:
interested Parties Shall Respond With Existing Capabilities Or Products That Meet All Or A Subset Of The Aforementioned Attributes. Reponses That Include Information Detailing Potential Tradeoffs Or Alternative Solutions Is Encouraged.
respondents Should Provide A Detailed Description Of The Following Characteristics Of Their Solution In Their Submission:
product Specification, Sketches, Or Listings Of Authorized Distributors Are Not To Count As Part Of The Page Count.
list Of Certifications/standards/compliances (military Standards, Etc.)
operation
minimum And Maximum Operating And Storage Temperatures (in Fahrenheit)
humidity Range In Relative Humidity (operating & Non-operating)
features
dimensions (height X Width X Depth)
environmental Conditions
ruggedization (if Any)
connectors
power
other
radio Types Supported
radio Interfaces Supported
licensing Structure
disa Approved Products List Integrated Tracking System (aplits) Tracking Number (tn)
client Interface Description
input/output Interfaces
fault Reporting
power
operating System Required/recommended/supported
other Information
total Quantity Of Units Sold To Date
date Of Delivery Of The First Unit
date Of Delivery Of Most Recent Unit
basic And Extended Warranty Information
time To Production
if Applicable And Able, Respondents Shall Include A List Of Department Of Defense (dod), Department Of Justice (doj) Or Department Of Homeland Security (dohs) Programs Of Record That Currently Employ Their Solution. It Would Be Helpful If A Sponsor Poc For Each Program, With Email Address And Phone Number Could Be Identified.
the Government Is Interested In Receiving Vendors’ Price Lists For Items They Believe Meet The Need In This Rfi. Supplying Price Data Does Not Imply A Contractual Obligation And Must Be Provided And Marked As Price Data.
respondents Should Include A List Of Authorized Distributors.
additional Information
in Response To This Rfi, Respondents Shall Submit Written Responses, Not-to-exceed Ten (10) Pages In Length Via Electronic Mail. Product Specification, Sketches, Or Listings Of Authorized Distributors Will Not Count Toward The Page Limitation. The Government Is Interested In Identification Of Long Lead Items(s), Sub-systems(s), Or Systems(s).
the Government Does Not Intend To Award A Contract On The Basis Of This Request Or To Otherwise Pay For The Information Solicited. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations. All Information Received In Response To The Rfi That Is Marked Proprietary Will Be Handled Accordingly. The Government Will Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified.
failure To Respond To This Rfi Does Not Preclude Participation In Any Future Associated Rfp That May Be Issued. Information Provided In No Way Binds The Government To Solicit Or Award A Contract. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam) Website: Www.sam.gov. It Is The Potential Vendor’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information.
how To Respond
interested Parties Are Requested To Respond To This Rfi With A Pdf Document Format. Responses Shall Be Limited To 10 Pages And Submitted Via E-mail Only To Lauren.a.clemmens.civ@us.navy.mil. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. Responses Are Due No Later Than 04 March 2025, 5:00 P.m. Est.
responses To This Rfi May Not Be Returned. Respondents May Not Be Notified Of The Result Of The Review. If A Solicitation Is Released, It Will Be Synopsized On The Sam Website: Www.sam.gov. It Is The Potential Vendor’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information.
Closing Date4 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Introduction:
the United States Army Corps Of Engineers (usace), Seattle District Is Issuing This Source Sought As A Means Of Conducting Market Research To Identify Vendors Having An Interest In And The Resources To Support The Following Project:
construction Activities To Repair Existing Power And Communications Cables To An Existing Small Arms Range To Accept The New Army Fasit (future Army System Integrated Targets). This Project Will Include Modifications Of Existing Target Emplacements To Provide A New Data Panel, Load Center And New Power Outlets For The Future Installation Of Target And Thermal Blankets. The Target Mechanisms, Thermal Blankets, And Tracr (targetry Range Automated Control System) Are Not Included In This Scope Of Work.
the Magnitude Of Construction For This Anticipated Contract Is Estimated To Be Between $1,500,000.00 And $3,000,000.00.
the North American Industry Classification System (naics) Code For This Requirement Is 238210, “electrical Wiring, Equipment, And Systems,” With A Small Business Size Standard Of $19 Million.
the Estimated Period Of Performance Is 365 Days From The Date Of Issuance Of Notice To Proceed.
the Contract Type Is Anticipated To Be Firm Fixed Price.
place Of Performance Is On Joint Base Lewis Mcchord, Wa 98433
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition. All Small Business Set-aside Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
disclaimer:
“this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)” To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. Respponses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Invitation For Bid (ifb) Or Rfp, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Informmation Pertaining To This Requirement.”
submission Details:
interested Parties Are Requested To Submit:
organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization.
sam- Unique Entity Identifier:
a Capabilities Statement Of No More Than Five (five) Pages In Length.
please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, A Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance.
all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
interested Parties May Submit Questions; However, The Government Will Not Be Providing Responses.
the Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought.
your Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted To The Contract Specialist, In Either Microsoft Word Or Portable Document Format (pdf), Via Email. The Deadline For Response To This Sources Sought Is No Later Than 4 Pm (pdt) 9 May 2025. All Responses Under This Sources Sought Notice Must Be E-mailed To Alfonso.nolasco@usace.army.mil
no Phone Calls Will Be Accepted.
the Supporting Small Business Professional For This Project Is:
enshane’ Nomoto
enshane.nomoto@usace.army.mil
small Business Professional - Office Of Small Business Programs
us Army Corps Of Engineers, Seattle District
4735 East Marginal Way South Bldg 1202
seattle, Wa 98134
office: 206-316-3990
mobile: 253-900-9184
Closing Date9 May 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Environmental Service
United States
Details: Updated On 5/5/2025 To Post Questions And Answers To The Rfi
a. Disclaimer
this Request For Information (rfi) Is For Information And Planning Purposes Only. This Rfi Does Not Constitute A Formal Solicitation For Proposals And Responses To This Notice Will Be Treated As Information Only. No Solicitation Exists; Therefore, Do Not Request A Copy Of A Solicitation. No Award Will Be Made As A Result Of This Request And Responses To This Notice Are Not Offers. Respondents Are Advised That The Government Is Not Under Any Obligation To Provide Feedback To Respondents With Respect To Any Information Submitted Under This Rfi, Nor Is The Government Bound To Any Further Actions Related To This Matter. Those Who Respond To This Rfi May Not Receive Feedback With Regard To Their Submissions Other Than Acknowledgment Of Receipt If A Request For An Acknowledgement Is Requested By The Submitter. Noaa May Request Rfi Respondents To Participate In One-on-one Market Research Sessions Either In Person Or Via Teleconference. All Costs Associated With Responding To This Rfi Will Solely Be At The Respondents’ Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Solicitations, Request For Proposals (rfp), Or Request For Quotations (rfq). The Information Provided In This Rfi Is Subject To Change And Is Not Binding On The Government. All Submissions Become The Property Of The Government And Will Not Be Returned.
information Provided To The Government Will Be Treated As Business Sensitive If Appropriately Marked. Any Confidential, Proprietary, Or Privileged Information Should Be Clearly Labeled. To The Full Extent That It Is Protected Pursuant To The Freedom Of Information Act And Other Laws And Regulations, Information Identified By A Respondent As Confidential, Proprietary, Or Privileged Will Be Appropriately Controlled. No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Rfi Or Government Use Of Any Information Provided
b. Introduction
the National Oceanic And Atmospheric Administration (noaa), National Environmental Satellite, Data, And Information Service (nesdis), Office Of Satellite And Product Operations (ospo) Is Conducting Market Research To Gather Feedback From Industry And To Assess The Capabilities Of The Marketplace To Provide Consolidated Antenna And Ground Systems Services (ncagss). Noaa Is Interested In Vendors Providing Experiences, Insights, Feedback, Lessons Learned, And/or Case Studies On The Following:
providing Consolidated Antenna Sustainment And Maintenance Services For Legacy Assets.
building Out New Capabilities And Capacity As Directed In Leo, Geo And Swo Ground System Domains
supporting Antenna-as-a-service (naaas) Transformation Initiatives, And
new And Emerging Antenna And Ground System Technologies.
through The Naaas Transformation Initiatives, Nesdis Seeks To Achieve Cost Savings And Efficiencies By Consolidating And Managing Existing And New Antennas As Non-mission Unique Assets; To Enable Multi-mission, Multi-orbit Use; And When Necessary, To Leverage Use Of Commercial Ground Segment As A Service (gsaas) Providers For Additional Coverage And/or Capacity. To Accomplish These Objectives, Noaa Is Seeking Information To Determine The Feasibility Of A Requirement To Deliver Commercial Products, Services, Solutions To Perform Antenna And Ground System Upgrades; Build New Antennas When Required; Decommission And Remove Existing Antennas; And As Needed, Install A Common Service Antenna Infrastructure That Supports The Latest Services Including Maintenance And Sustainment Services To Ensure Extensibility, Reliability, And Continued Information Technology Security Policy Compliance.
c. Background
the Mission Of Noaa/nesdis Is To Provide Timely Access To Global Environmental Data From Satellites And Other Sources To Promote, Protect, And Enhance The Nation's Economy, Security, Environment, And Quality Of Life. To Meet Its Mission Responsibilities, Nesdis Acquires And Manages The Ground System For The Nation's Operational Environmental Satellites And Provides Ground System Services To Partner Missions. The Noaa/nesdis Antenna Enterprise Is Comprised Of Antennas At The Wallops Command And Data Acquisition Station (wcdas) In Wallops Island, Va; The Fairbanks Command And Data Acquisition Station (fcdas) In Fairbanks, Ak; The Consolidated Backup (cbu) Facility In Fairmont, Wv; And The Noaa Satellite Operations Facility (nsof) In Suitland, Md. The Ground System Supports Spacecraft In Various Orbital Regimes Including Geostationary Earth Orbit (geo), Polar And Low Earth Orbit (leo), And Lagrange Point Orbit. The Noaa/nesdis Antenna Enterprise Network Simultaneously Supports Satellites Actively Collecting Weather Data As Well As Satellites In A Backup On-orbit Storage Mode And Satellites In Transfer Phase. Spacecraft Include Those Owned/operated By Noaa, Non-noaa Us Partner Missions, And Foreign Owned Partner Missions.
c.1 Commercially Provided Antenna Services
the Recently Established Naaas Program Will Provide Services To Support Current Programs (as Identified Above) And Future Programs, Including:
leo: Near Earth Orbit Network (neon) And International Partner Missions.
geo: Geostationary Extended Observations (geoxo) And International Partner Missions.
swo (space Weather Observations): Swo Sol - A & B And International Partner Missions.
the Naaas Infrastructure Is Envisioned As A Common Service Platform That Will Operate In The Cloud, Utilize Multi-mission Tools And Network-centric Standardized Equipment, And Will Strive For Increased Operator Efficiency. In Support Of These Objectives, Commercially Provided Antenna And Ground System Services May Support The Development, Sustainment, And Maintenance Of The Following Common Service Attributes:
transition Of Legacy Antennas To Multi-mission Common Service Assets.
common Service Tri-band Frequency Antennas For Leo Missions.
phased Array Antennas To Support Telemetry, Command, And Control (tt&c) For Multiple Missions.
establish Digital Ground Capabilities (e.g. Software Defined Radios, Digital Intermediate Frequency (if).
cybersecurity (common Federal Information Security Modernization Act (fisma) Boundary, National Institute Of Standards And Technology (nist) Compliance).
enterprise Level, Cloud-based Services:
antenna And Ground System Health And Status, Monitoring And Control.
mission Management, Planning And Scheduling.
mission Operations (tt&c).
artificial Intelligence/machine Learning (ai/ml), Trending And Analysis.
c.2 Government Furnished Property
the Government Currently Has Existing Functionality Available And Can Provide Specific Capabilities As Government Furnished Property (gfp), Upon Noaa Acquiring Services. For The Rfi, Respondents Are Encouraged To Identify Additional Government Resources That Could Be Supplied To Reduce Cost And/or Increase Operational Efficiency.
c.3 Naics Codes
potential North American Industry Classification System (naics) Codes That May Apply Include Engineering Services (naics 541330), Industrial Design Services (naics 541420), Computer Facilities Management Services (naics 541513), Radio And Television Broadcasting And Wireless Communications Equipment Manufacturing (naics 334220), And Power And Communication Line And Related Structures Construction (naics 237130). Other Computer Related Services (541519), All Other Telecommunications (517919), Custom Computer Programming Services (541511), Other Communications Equipment Manufacturing (334290)
c.4 Cyber Security
fisma/nist Cybersecurity And Privacy Requirements From Special Publication 800-53 Are Needed To Support All Nesdis And Noaa Partner Missions, Including But Not Limited To Zero Trust, Cybersecurity And Infrastructure Security Agency (cisa) Binding Operational Directives, Phishing Resistant Multifactor Authentication (mfa), Federal Information Processing Standards (fips) 140-3 Encryption At Rest And In Transit, And An Ipv6 Network. The Requirements Include The Following:
noaa Current Networking Capabilities And Interfaces To Mission Operations Including Transition To Ipv6.
fisma/nist 800-53 Cybersecurity And Privacy Requirements For A New Naaas Fisma Boundary Categorized As High For Integrity And Availability, Including But Not Limited To Zero Trust, Cisa Binding Operational Directives, Phishing Resistant Mfa, Fips 140-3 Encryption At Rest And In Transit.
supports The Latest Fisma/nist Special Publication 800-53 Cybersecurity And Privacy Requirements To Support All Nesdis And Noaa Partner Missions, Including But Not Limited To Zero Trust, Cisa Binding Operational Directives, Phishing Resistant Mfa, Fips 140-3 Encryption At Rest And In Transit, And An Ipv6 Network To Support All Nesdis And Noaa Partner Missions.
d. Requested Information
all Interested Organizations Are Invited To Respond, Regardless Of Size Or Market Share. Responses Are Requested To Include A Brief Summary Of Your Business' Relevant Experience In Providing The Same Or Similar Services Offered To The General Public, Non-government Entities, Or Government Agencies.
the Government Is Not Requesting Generic Capability Statements, But Specific Responses Tailored To The Stated Objectives And Questions Below. Responses To This Rfi Should Be Concise And Include Only The Most Relevant Material. Respondents Are Encouraged To Address All Or As Many Questions As Possible. Respondents Should Feel Free To Address Only Questions Related To Their Individual Areas Of Expertise And Address As Many, Or As Few, Questions As Desired. All Responses Shall Only Contain Unclassified Material.
has Your Company Been Involved In The Development Of Critical Components Of An Antennas High Power Amplifier (hpa), Low Noise Amplifier (lna), Multiband Feeds, Antenna Motor Control, Monitoring And Control (m&c), Etc.), The Integration And Installation Of Complete Antenna Systems, And/or Providing Sustainment And Maintenance Services For Antennas? If So, What Feedback Would You Have For Noaa As It Relates To This Rfi’s Stated Objectives.
what Sustainment And Maintenance Approaches Would You Employ To Allow For Rapid And Cost-effective Technology Refresh/tech Insertion/modernization While Minimizing Operational Impact To Ongoing Missions?
how Would Your Company Minimize The Sustainment And Maintenance Burden (e.g., Minimize Accrual Of Technical Debt, Labor Cost And Required Skillsets)?
what Insights Has Your Company Gained From Implementing Or Providing Antenna-as-a-service? Please Share Key Takeaways And Lessons Learned From Recent Projects.
what Systems, Services, Capabilities, Equipment, Or Technologies (present, Developing, Or Future) Would Enable The Desired Evolution Path Toward The Naaas Architecture?
what Feedback Can You Provide To Help Noaa Better Understand How New And Emerging Technologies, Such As Flat Panel Antennas (fpa, Also Called Phased Array Antennas Or Electronically Steered Antennas), Optical Communications, Signal Digitization, Software-defined Radios, Artificial Intelligence, And Machine Learning, Can Be Effectively Implemented To Meet Its Requirements?
provide Feedback On How A Common Service Antenna Infrastructure Can Be Installed To Support The Latest Fisma/nist Special Publication 800-53 Cybersecurity And Privacy Requirements For All Nesdis And Noaa Partner Missions, Including But Not Limited To Zero Trust, Cisa Binding Operational Directives, Phishing-resistant Mfa, Fips 140-3 Encryption At Rest And In Transit, And An Ipv6 Network.
what Anticipated Naics Codes Would Be Appropriate For The Proposed Services And Is Your Company Listed Under These Codes? Is Your Company Registered In The System For Award Management (sam) Database? What Is Your Business Size Under The Naics Code(s) Identified?
does Your Company Currently Have A Governmentwide Acquisition Contract Related To The Proposed Services (i.e., General Services Administration (gsa) Multiple Award Schedule (mas), Nasa Solutions For Enterprise-wide Procurement (sewp), Nih Information Technology Acquisition And Assessment Center (nitaac) Contract, Etc.)? If So, Please Provide The Contract Number And Description.
what Percentage Of The Total Value Of Effort Would Include Small Business Participation? Please Provide A Rough Estimate Of The Total/annual Costs As Well.
please Provide Information Regarding The Utilization Of Globally Dispersed Optical Communications And Information Regarding The Advantageous Utilization Of Hybrid Data Centers.
e. Questions, Comments, Concerns
after Reviewing This Rfi, Please Include Any Questions, Comments, Or Concerns No Later Than 15 Days Prior To The Submission Deadline. All Questions Received Will Be Gathered, Reviewed, And May Be Answered In A Future Posting Or Amendment To This Rfi.
f. Submission Instructions
submissions Are Requested To Be Limited To No More Than 20 Pages With A Minimum Font Of 12 Point On 8.5 X 11-inch Paper In Pdf Format And To Be Submitted No Later Than 3:00 Pm Est By May 5, 2025. All Responses Shall Be Emailed To The Point Of Contact. The Subject Line Of The Submission Email Shall Be Formatted As Follows:
“[company Name] Rfi Submission For Noaa Ncagss”
submissions Are Requested To Also Include:
a. Contact Information. Provide Company Name, Mailing Address, Phone Number, Fax Number, Company Website, Cage Code, Unique Entity Identifier (uei) Number, And Contact Information For Designated Points Of Contact.
b. Business Type. Identify Your Business Type And Any Socioeconomic Categories Such As Small Businesses, Small Disadvantaged Businesses, Service Disabled-veteran Owned Small Business, Woman-owned Small Business, Hubzone Small Business, And 8(a).
Closing Date5 May 2025
Tender AmountRefer Documents
City Of General Santos , South Cotabato Tender
Others
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Transponder Device For Vessel Monitoring Systems (vms) Features/specifications: • Communication System: Utilizes Iridium For Reliable Global Coverage. • Size: Compact And Lightweight, Making It Easy To Install On Various Vessels. • Power Consumption: Efficient Power Usage With Low Average Consumption. • Operating Temperature: Suitable For A Wide Range Of Environmental Conditions • Allows For Real Time Tracking, Reporting, And Communication Between Vessels And Shore Based Monitoring Centers • Data Transmission: Supports Various Data Transmission Formats, Including Gps Position Reports, Vessel Status, And Other Relevant Information. Inclusions: • With Onsite Unit Installation, Activation & Training • Nfc Tag Bundles (10 Pcs.) • Monitoring Services Plan (motion Based):30 Minute Position Reporting When In Motion, 12 Hour Position Reporting When Stationary, Legitimate Sos Beacons. • Sky Tracker Shore Side Monitoring Dashboard: Webapp Access To Monitor Fleet • Messaging Plan: 100 Monthly Vessel To Shore Or Shore To Vessel Messages, Unlimited Bt5 Lr Vessel To Vessel Messages, For Near Vessel Communications (<1.5km), Plan Includes 200 Messages Per Month, "in And Out" Over The Satellite Connection. • Provinence Traceability Plan: 240 Monthly Nfc Tag Read Fish Data Sent To Shore. All Tagged Fish Will Carry A Record Of When, Where And By Whom They Are Caught. (control No. ) 4,000,000.00 The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Transponder Device For City Agri.. Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 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) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. Page 2 Of 3 25cb Gsc 106 *25cb Gsc 106* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting February 12, 2025 12:00 Noon From The Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On 02/20/2025 2:00:00pm At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 4, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 4, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. The Local Government Unit Of General Santos City 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. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Closing Date4 Mar 2025
Tender AmountPHP 4 Million (USD 68.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: Request For Information
description
department Of Veterans Affairs
request For Information (rfi)
production Web Application Protection
this Is A Request For Information (rfi) Only. Do Not Submit A Quote. This Rfi Is For Planning Purposes Only And Shall Not Be Considered A Request For Quotation. Additionally, There Is No Obligation On The Part Of The Government To Acquire Any Products Or Services Described In This Rfi. Your Response To This Rfi Will Be Treated Only As Information For The Government To Consider. You Will Not Be Entitled To Payment For Direct Or Indirect Costs That You Incur In Responding To This Rfi. This Request Does Not Constitute A Solicitation For Quotes Or The Authority To Enter Into Negotiations To Award A Task Order. No Funds Have Been Authorized, Appropriated Or Received For This Effort. The Information Provided May Be Used By The Department Of Veterans Affairs (va) In Developing Its Acquisition Strategy. Interested Parties Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Pay For The Information Submitted In Response To This Rfi.
the Government Requests Industry To Review And Provide Commentary On The Governments Requirement Detailed Below. The Government Intends To Review Rfi Responses To Exchange Information And Improve Industry S Understanding Of The Government Requirement And The Government S Understanding Of Industry Capabilities. This Will Allow Potentialâ offerorsâ to Judge Whether Or How They Can Satisfy The Government S Requirements And Enhance The Government S Ability To Obtain Qualityâ suppliesâ and Services.
submittal Information:
all Responsible Sources May Submit A Response In Accordance With The Below Information. As Part Of Your Market Research Response, Please Provide A 10-page Submission Detailing Similar Work Experience To That Of The Governments Requirement Detailed Below.
interested Vendors Shall Provide Constructive Comments And/or Feedback Regarding The Following Elements Of The Proposed Procurement:
proposed Contract Type: Firm Fixed Price
schedule: Base Year Plus Four (4) Option Years
industry To Propose A Contract Line-item Numberâ (clin)/price Structure And Deliverables;
industry To Propose The Team Level Of Effort And Labor Categories
feasibility Of The Requirement, Including Performance Requirements
any Other Industry Concerns, Comments, Or Questions
interested Vendors Shall Provide The Following Information In The Initial Paragraph Of The Submission:
name Of Company
address
point Of Contact
phone Number
email Address
company Business Size And Status Under The Following North American Industry Classification System (naics) Code: 541519 Other Computer Related Services With A Size Standard Of $34 Million.
existing Contractual Vehicles (gwac, Fss, Mac, Sewp) To Include The Contract And Schedule Numbers.
socioeconomic Data (for Veteran-owned Small Business (vosb) And Service-disabled Veteran-owned Small Business (sdvosb)s, Proof Of Verification In Small Business Administration (sba) Veteran Small Business Certification (vetcert))
indicate Whether You Can Comply With The Limitations On Subcontracting At Va Acquisition Regulation (vaar) 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses Or Vaar 852.219-74 Va Notice Of Total Set-aside For Certified Veteran-owned Small Businesses
system For Award Management Unique Identity Identification Number
while Not Required, Artifacts Supporting Your Submission May Be Submitted To Better Demonstrate The Above. The Artifacts Can Be In Addition To The Page Limit.
there Are No Specific Submission Requirements Other Than The Page Limit, But The Government Requests That It Not Be Inundated With Marketing Materials Or Peripheral Content, And That The Submission Be Readable.
contractor Response:
all Contractor Questions Are Required To Be Submitted Via Email No Later Than 12:00 Pm Et, February 28, 2025 To Michael Berberich, Contract Specialist At Michael.berberich@va.gov And Contracting Officer David Long At David.long4@va.gov. Once All Of The Questions Have Been Received, The Government Will Provide A Response And Extend The Rfi An Additional Four Business Days To Allow Industry Time To Provide Their Formal Response.
government Requirement:
va Requires A Comprehensive Application Security Solution To Protect Applications From Exploitation By Threat Actors, Unauthorized System Access, Data Breaches, And Service Disruptions. The Solution Address Vulnerabilities As Defined By Open Worldwide Application Security Project (owasp) That May Not Be Caught During Static Scanning In Software Development.
key Challenges This Solution Address Include:
protection Against Known Owasp Vulnerabilities.
defense Against Zero-day Attacks Through Runtime Protection.
support For Both Modern And Legacy Applications Across Diverse Operating Systems.
integration With Existing Va Security Infrastructure Including Palo Alto Next Generation Firewalls (ngfw).
enterprise Scalability While Starting With Initial Deployment Of 100 Systems.
minimal Performance Impact On Protected Applications.
comprehensive Logging And Security Analytics Capabilities.
the Vendor Shall Provide Details On The Solution Including:
hardware And Software Required.
hardware, Software And/or Cloud Requirements.
installation Requirements.
licensing (including Type Of Licensing, I.e., Annual, Perpetual, Etc.) And Maintenance Requirements.
what Is Included With Licensing And Maintenance.
description Of Warranty.
adapter Requirements.
description Of Training For Government Full-time Equivalents (ftes) Employees.
operation/customization Capabilities Of The Solution
virtual Lab Usage And Materials
description Of Professional Services Provided.
any Features Not Specifically Mentioned, But Which May Be Required And Necessary For The Completeness And Efficient Performance Of The Proposed Solution As An Operating Entity.
appendix A-detailed Operating And Capability List (see Below), Includes A Full List Of Requirements That The Vendor Is Requested To Provide A Response To. For Each Line A Response Shall Be Provided About Whether The Solution Can Fully Meet The Requirement Or Not As Shown With The Check Boxes.
parameters Include:
the Solution Shall Provide Both Web Application Firewall (waf) And Runtime Applications Self-protection (rasp) Capabilities, Either As An Integrated Platform Or As Compatible, Interoperable Components With The Existing Next Generation Firewalls (ngfw).
the Solution Shall Be Scalable To Protect At Least 1,000 Web Applications Across The Va's Infrastructure, With The Capability To Expand To 1,500 Applications Within Two Years.
the Solution Shall Support Both On-premises And Cloud-based Deployments, Including Hybrid Environments, Aligning With The Va's Cloud Migration Strategy.
the Solution Shall Offer Centralized Management And Monitoring Capabilities For All Protected Applications, Providing A Single Pane Of Glass View For Security Operations.
the Solution Shall Be A Comprehensive, Vendor-managed System That Includes Ongoing Support, Maintenance, Updates, Performance Monitoring, And Reporting. The Reporting Must Feature Metrics And Benchmarks To Demonstrate The Effectiveness Of The Solution.
the Solution Shall Interface And Provide Integrations To Va Security Information And Event Management (siem) , Continuous Monitoring (conmon), And Incident Response Platforms (e.g. Splunk, Servicenow)
the Solution Must Comply With Relevant Government Security Standards, Including Federal Information Security Management Act Of 2002â (fisma), Federal Risk And Authorization Management Program (fedramp), Federal Information Security Management Act Of 2002â (fisma), And Federal Information Processing Standard Publication 140-2, (fips Pub 140-2), While Maintaining Compliance With Evolving Regulations And Emerging Federal Standards Such As The Latest National Institute Of Standards And Technologyâ (nist) Updates.
additional Questions To Be Answered By Industry In The Rfi Response:
licensing - What Is Included As Part Of The Licensing Model? (i.e., Perpetual, Concurrent, Subscription-based, Proprietary, Network, Other)? Is Support Included As A Part Of Licensing? Does The License Have The Flexibility To Increase Licenses To Your Current Configurations Over Time? Do The Licenses Need To Be Installed Or Can Va Install?
please Describe What Is Included In Ongoing Support, Maintenance, Updates, And Performance Monitoring.
what Metrics And Benchmarks Do You Provide That Measure And Proves The Effectiveness Of The Solution In Protecting Application?
maintenance - Will The Maintenance Renewal Be Annual, Or Can You Provide A Quote To Estimate For 4 (four) Years Of Maintenance? What Does The Maintenance Renewal Cover (updates, Patches, Support, Etc.)?
training - What Type Of Software Training Is Offered (i.e., User Training, Technical Training/knowledge Transfer, Etc.)? How Many Days Does Software Training Consist Of? Is The Training On-site, Remote, Or Virtual? What Is The Cost Of Training?
please Provide A Pricing Estimate For An Enterprise License To Include A Proof Of Concept Funding Scenario For 6 Months, Annual Maintenance Costs Or Annual Licensing Costs, Any Additional Support Costs, Any Additional Service Costs, Training Costs, And Any Costs Not Otherwise Specified Or Identified.
how Is The Effectiveness Of The Proposed Solution Measured?
appendix A
detailed Operating And Capability List
the Contractor Shall Provide A Response To Each Line In The List. Responses Requested For Each Line Are Fully Capable Or Not Capable.
item #
requirement
fully Compliant
not Compliant
1
runtime Threat Detection And Prevention
provide Real-time Threat Detection And Prevention At The Application Runtime, With A Response Time Of Less Than 10 Milliseconds.
protect Against Zero-day Vulnerabilities And Novel Attack Vectors, With The Demonstrated Ability To Prevent Previously Unknown Attacks.
2
application Compatibility And Performance Impact
support Major Programming Languages And Frameworks Used By The Va, Including But Not Limited To Java, .net, Python, Node.js
be Fully Compatible With Both Legacy And Modern Va Applications, Enabling Protection Without Requiring Extensive Modifications To Existing Systems.
Maintain Less Than 5% Overhead In Application Response Times, Even Under High-load Transaction Scenarios, To Ensure Negligible Impact On End-user Experience And Application Functionality.
3
traffic Inspection And Filtering (waf/ngfw)
inspect And Filter All Incoming Hypertext Transfer Protocol (http)/hypertext Transfer Protocol Secure (https) Traffic, With The Capacity To Process At Least 100,000 Requests Per Second During Peak Usage Without Compromising Performance.
support Both Positive Security Models (allowlisting) And Negative Security Models (blocklisting), With The Flexibility To Switch Or Combine Models Based On Application-specific Requirements.
provide Robust Protection Against The Owasp Top 10 Vulnerabilities, With Regular Signature And Behavior-based Updates To Address Emerging Threats And Attack Techniques.
achieve A 50% Reduction In Successful Web Application Attacks Within The First Year Of Full Implementation, As Verified Through Periodic Security Incident Reports And Analytics.
4
protocol Validation And Bot Mitigation
must Validate Http/https Protocols To Prevent Protocol-based Attacks, Including Http Desync Attacks.
offer Transport Layer Security (tls)/secure Sockets Layer (ssl) Termination And Inspection Capabilities, Supporting Tls 1.2 And 1.3.
include Advanced Bot Detection And Mitigation Capabilities Using Artificial General Intelligence (ai) And Machine Learning, With A False Positive Rate Of Less Than 0.1%. To 1%
5
distributed Denial-of-service (ddos) Protection And Performance
provide Protection Against Application Layer (layer 7) Ddos Attacks, Capable Of Mitigating Attacks Of Up To 10 Gbps.
offer Integration With Network-layer Ddos Protection Solutions Already In Use By The Va, Including The Ngfw.
6
cross-system Integration
integrate With Existing Va Security Information And Event Management (siem) Systems, Including [specific Siem Solution Used By Va], With Bi-directional Data Flow From Ngfw, Waf, And Rasp.
provide Apis For Custom Integrations With Other Va Security Tools, Including [list Of Specific Tools Used By Va], With Comprehensive Documentation And Support.
7
identity And Access Management
integrate With The Va's Identity And Access Management Systems, Including Okta And Active Directory, Ensuring Role-based Access Control Across Ngfw, Waf, And Rasp.
offer Unified Threat Intelligence Across All Components, With The Ability To Share Threat Data Across The Entire Va Network.
8
compatibility And Configuration
integrate Seamlessly With The Va S Existing Palo Alto Ngfw Solution, Ensuring No Disruption To Existing Configurations.
the Solution Synchronize Security Policies Across Ngfw, Waf, And Rasp To Prevent Conflicts And Ensure A Unified Approach To Traffic Inspection And Filtering.
the Ngfw Must Retain Its Role In Network-layer Protection While Delegating Application-layer Protection To Waf And Runtime Threat Prevention To Rasp.
9
data Flow And Protocols
the Integration Support Bi-directional Data Flow Between Ngfw, Waf, And Rasp, Allowing Threat Intelligence And Logs To Be Shared Across Systems.
the Solution Support Standard Communication Protocols Such As Http, Https, Tls 1.2/1.3, And Integration With Siem Systems Already Used By The Va.
10
performance And Monitoring
the Integrated Solution Maintain Optimal Performance With Minimal Impact On Network Latency, Ensuring That Traffic Inspection Remains Efficient Across All Three Systems.
monitoring Occur Through A Centralized Dashboard That Aggregates Logs And Performance Metrics From Ngfw, Waf, And Rasp.
11
centralized Monitoring And Reporting
provide A Unified Dashboard For Monitoring Ngfw, Waf, And Rasp Security Events, With Real-time Updates And Customizable Alerts.
offer Customizable Views For Different Stakeholders (e.g., Security Teams, Application Owners, Executives), With Role-based Access Control.
provide Detailed Logging Of Security Events From Ngfw, Waf, And Rasp, With Log Retention For At Least One Year To Support Forensic Analysis.
12
performance Scalability
maintain High Availability And Fault Tolerance Across All Systems, With 99.99% Uptime Guaranteed.
support Active-active Configurations For High Traffic Volumes, Capable Of Load Balancing Across Multiple Data Centers.
13
unified Deployment And Management
support Various Deployment Options (e.g., Agent-based, Container-based For Rasp; Appliance-based, Cloud-based For Waf), Compatible With Va's Existing Infrastructure.
provide Centralized Policy Management, Allowing For Consistent Policy Enforcement Across All Va Facilities.
support Policy Version Control And Rollback Capabilities Across All Systems, With The Ability To Track Changes And Revert To Previous Configurations If Needed.
14
compliance
aid In Meeting And Demonstrating Compliance With Fisma, Hipaa, And Fedramp Requirements, Providing Necessary Documentation And Audit Support.
provide Data Masking Capabilities To Protect Sensitive Veteran Information, Including Social Security Numbers, Health Records, And Personal Identifiers.
15
security
support Encryption Of Data In Transit And At Rest, Using Fips 140-2 Validated Cryptographic Modules Across All Integrated Systems.
provide Audit Trails For All Administrative Actions And Policy Changes, With Tamper-evident Logging For Ngfw, Waf, And Rasp.
provide A Fedramp Authorization If Cloud Deployed, And Support For An Authority To Operate (ato) In The Va Risk Management Framework (rmf).
16
interfaces
provide Integrations To Va S Siem, Conmon, And Incident Response Platforms.
Closing Date28 Feb 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: Please Read Attached Document.
frequently Asked Questions (faq) From Request For Information (rfi)
q: Is There An Incumbent Tied To This Requirement?
a: There Is No Incumbent. This Is A New Acquisition.
q: Is This An Evolution Of The 2020 Integrated Military Satellite System Rfi?
a: Yes.
q: Would The Partner Nation (pn) Consider Government-owned, Contractor Operated (goco) Or Contractor-owned, Contractor-operated (coco) Options?
a: What You See In The Rfi Represents The Extent Of What We Know About The Pn Requirements. From The Limited Discussions We’ve Had With Pn It Is Clear They Are Very Interested In Sovereign Control/ownership Of Whatever Architecture Results Here. There Are Certainly Goco Paths To That Depending On The Architecture. Coco Seems Less Suited To That Sovereign Control Desire.
q: Does The Coverage Need To Be Restricted To The Region Of Interest (roi) Only? For Example, Is Overlap With Other Regions A Concern?
a: It Is Important To Adhere To The Requirements As They Are Stated In The Rfi.
q: Can You Confirm That Submissions Are To Be Written To A United States Government (usg) Entity Vs. The Partner Nation (pn), And That Usg Is Responsible For Any Export Control/ International Traffic In Arms Regulation (itar) Filtering?
a: This Is A Potential Foreign Military Sales (fms) Case. The License Export Is The Fms Case.
q: Is Nudet And Hardening (hemp) A Desire For The Pn?
a: It Is Important To Adhere To The Requirements As They Are Stated In The Rfi. If It Is Not Stated, Then It Is Not Requested At This Time.
q: Is There An Acquisition Timeline That Can Be Shared With Industry?
a: As With Any Fms Case, After Market Research Usg Plans To Submit A Letter Of Offer And Acceptance (loa) And Upon Pn Acceptance Will Release A Solicitation, All Of Which May Take A Year Or More.
q: Is There An Indication Of The Pn’s Priorities Between Technical Capability, Cost, And Schedule?
a: At This Time, There Is No Indication Of Priorities Among Technical Capability, Cost, And Schedule. The Top Priority Is Adhering To The Requirements As They Are Stated In The Rfi.
q: Rfi Section 6.4.13 & 6.4.15 Are Duplicated Statements.
a: Noted.
q: Rfi Section 6.7 Asks For Two Fixed And One Mobile User Terminal. Is This Request Distinct From Rfi Section 6.3?
a: Yes.
Q: Also, Does The "transportable Terminal" Imply A Full Relocatable Ground System, Or Just The Ability To Receive/transmit To Space Vehicles (svs) From Satellite Operation Centers (satocs)?
A: We Have Provided All Of The Information Currently Available. If Assumptions Are Made, Please State Them In Your Response.
q: Rfi Section 6.1.4 Implies A Conops That Prescribes The Mission Payload To Be A Staring Sensor. Is Usg Opposed To Alternative Solutions Such As A Scanner If It Satisfies Sensitivity, Line Of Sight, Revisit Requirements, And Other Key Performance Indicators?
a: So Long The Sensor Adheres To The Requirements As They Are Stated In The Rfi., This Would Be Acceptable.
q: Are There Any Implied Expectations To Satisfy Technical Intelligence Or Battlespace Characterization Missions?
a: It Is Important To Adhere To The Requirements As They Are Stated In The Rfi. If Any Additional Features/capabilities Are Recommended Please Ensure That An Associated Cost Is Also Included.
q: Rfi Section 6.1.5 Implies High Fidelity Sensing And A Sufficient Track Quality Messaging As Defined In Milstd 6016 (link 16). Is Expectation That This Sensor Will Satisfy A Kill Chain For Cued Engagement Absent Of Any Other Sensor Input (tpy2, Other Sensors Etc.). Or Is Cueing Referring To The Action To Cue Other Sensors To Achieve Fire Control?
a: The Pn Has Other Ground-based Capabilities, Like Interceptors And Fire Radars, Which Will Be Queued By The Bmew Capability In The Requirements.
q: Sipr / Nipr Email Address Not Provided For Classified Portion Of Rfi Response, Please Provide.
a: For Classified Responses, Please Email At Zayd.j.al-marayati.civ@mail.smil.mil. For Unclassified Responses, Please Email At Ssc.iaf.marketresearch@spaceforce.mil.
q: The Requirements For Ground Facilities (remote Tracking Stations (rts), Satellite Operation Centers (satoc), Mission Data Processing Centers (mdc), Presentation Center) All State That A System Design Is Required. Is The Contractor/system Integrator Responsible For All These Ground Facilities Design And Buildup? Or Is There A Desire For The Contractor/system Integrator To Oversee The Construction Of These Facilities If The Facility Is Customer Furnished?
a: Contractor/si Is Responsible For Ground Facilities Design And Build Up.
q: Are There Specific Frequencies, Parameters Pn Has In Mind For Compatibility? Does The Pn Have Specific Standards In Mind? Can Those Be Provided?
a: All Available Information Was Provided In The Rfi; Document Any Assumptions.
q: Who Is Responsible For The Cloud-based Services, Is It Customer Furnished? Is This Proprietary Cloud Or Commercial Cloud? What Is The Interface?
a: The Lor Did Not Specify Who Would Be Responsible, Merely That The Data Should Be Compatible With Cloud-based Services. Pn Does Not Want A Proprietary Data Format That Cannot Be Uploaded To Common Cloud Services.
q: Section 6.16 Talks About "the Network", "the Network Provider", Etc. Who Is Responsible For Acquiring "the Network Services", Is It Customer Furnished?
a: All Available Information Was Provided In The Rfi; Document Any Assumptions.
q: Should Contractor Assume That Pn Will Provide The "networking Services"?
a: All Available Information Was Provided In The Rfi; Document Any Assumptions.
q: Should Contractor Assume The Edge Devices "firewalls, Security, And Controls" Will Be Provided By The "network Provider"?
a: All Available Information Was Provided In The Rfi; Document Any Assumptions.
q: Will Pn Provide More Info Regarding To What "localization" Means?
a: Localization In This Context Refers To The Use Of Labor Sourced From Within The Pn.
q: Should Contractor Assume That Foreign Cross Domain Solution (fcds) Is Customer Furnished?
a: Yes.
q: Will Pn Be Providing The Interface Control Documents (icds) Between Satoc And "other" Satellite Systems?
a: All Available Information Was Provided In The Rfi; Document Any Assumptions.
q: Can The Customer Provide Guidance On Reference Terminal Sizing And/or Identify Any Size, Weight, And Power (swap) Constraints?
a: All Available Information Was Provided In The Rfi; Document Any Assumptions.
q: The Rfi Requests A System Design For At Least Two Fixed And One Transportable Terminal And Identifies Multiple Frequency Bands That Must Be Supported (ku, Ka, X, L And Uhf). These Capabilities Are Not Commonly Combined Into A Single Terminal Solution. Would It Be Acceptable To Propose Separate Reference Terminal Solutions To Address The Narrowband And Wideband Frequency Requirements?
a: Yes.
q: Can You Provide Some Additional Information/references Regarding Interface And Interoperability Requirements (ref. C4i Modernization Systems Using Mutually Agreed On Common Standards, Interoperable With Mod And Joint Multi-national Space Operations, Networking Services Compatible And Interoperable With Nato Standards)?
a: All Available Information Was Provided In The Rfi; Document Any Assumptions.
q: Can Pn Elaborate On What "limited Protected Tactical Waveforms" Entails?
a: All Available Information Was Provided In The Rfi; Document Any Assumptions.
q: Is The Requirement Simply Stating That Satoc Software Shall Be Able To Command The Collision Avoidance Maneuver? Or, Will The Collision Avoidance Info Be Provided By Contractor Furnished Equipment (cfe) External Entity Or Satoc Contractor Needs To Provide This? What Is The Performance Requirement For The Collision Avoidance Maneuver?
a: The Satoc Software Shall Be Able To Command Collision Avoidance Maneuvers, Using Data From The Contractor Provided System. No Specific Performance Requirements Are Given For The Maneuvers Or The Origin Of The Data Alerting Operators To A Future Collision.
q: What Are These Data Format From Existing Satellite System And Interface To Command, Control, Communications, Computers, And Intelligence (c4i)? Will These Be Provided To Contractor In Rfp?
a: All Available Information Was Provided In The Rfi; Document Any Assumptions.
Closing Date28 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, Construction Period Services And Commissioning For Project # 663-25-700 Ehrm Infrastructure Upgrades Design At The Seattle Va Medical Center In Seattle, Wa. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By August 2025. The Anticipated Period Of Performance For Completion Of Design Is 365 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $20,000,000 And $50,000,000. Please Note That The 365-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria: Professional Qualifications: Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. A Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: Architect (leed Certification/us Green Build Council Certification) Registered Communications Distribution Designer (rcdd) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence: Specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope, And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Include The Following For Each Submitted Project: Project Title And Location Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project (i.e., Prime Contractor, Teaming Partner, Or Subcontractor) Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address Services & Deliverables Provided Under The Contract/task Order Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Ae Cost Estimate Vs. Actual Construction Cost Contract Number Associated With The Project The Information Provided In Section F Of The Sf 330 Will Be Used To Evaluate Relevant Specialized Experience And Technical Competence. Any Projects Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. The Information Provided In Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Offeror Must Include Narratives Of How The Firm Addresses Each Of The Following Topics In Section H. Simply Restating This List In Section H Will Not Be Sufficient. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. Past Performance: Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. For Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features The Information For This Factor Must Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Experience In Construction Period Services: Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Seattle Va Medical Center (vamc) At 1660 South Columbian Way Seattle, Wa 98108. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Samuel Cornwell At Samuel.cornwell@va.gov And Contracting Officer Joseph Rossano At Joseph.rossano@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). The Sf 330 Submission Is Due By 1:00 Pm Et On April 15, 2025. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission - 36c77625r0043 Seattle Ehrm Infrastructure Upgrades Design Project. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number All Questions Must Be Submitted To Samuel.cornwell@va.gov And Joseph.rossano@va.gov With The Subject Line Sf 330 Questions Seattle Ehrm Infrastructure Upgrades Design. The Cutoff For Question Submission Is 1:00 Pm Et On March 28, 2025. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date15 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project #676-336 Fire Station Design-tomah Va Medical Center. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By Late March 2025. The Anticipated Period Of Performance For Completion Of Design Is 160 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $5,000,000 And $10,000,000. Please Note That The 160-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria: Professional Qualifications: Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. Disciplines Requiring A Florida License Include Civil/structural And Hazardous Material Abatement/industrial Hygiene. A Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: Architect (leed Certification/us Green Build Council Certification) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence: Specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope, And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Include The Following For Each Submitted Project: Project Title And Location Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project (i.e., Prime Contractor, Teaming Partner, Or Subcontractor) Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Ae Cost Estimate Vs. Actual Construction Cost Contract Number Associated With The Project. The Information Provided In Section F Of The Sf 330 Will Be Used To Evaluate Relevant Specialized Experience And Technical Competence. Any Projects Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. The Information Provided In Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Offeror Must Include Narratives Of How The Firm Addresses Each Of The Following Topics In Section H. Simply Restating This List In Section H Will Not Be Sufficient. The Management Approaches. The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. Past Performance: Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. For Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features The Information For This Factor Must Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Experience In Construction Period Services: Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period. Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Tomah Va Medical Center 500 E Veterans Street, Tomah, Wi. 54660. . Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Johnna Mcgraw At Johnna.mcgraw@va.gov . This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). The Sf 330 Submission Is Due By January 10th 2025 At 1pm Est. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission Fire Station Design- Tomah Wi. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number. All Questions Must Be Submitted To Johnna Mcgraw With The Subject Line Sf 330 Questions Fire Station Design-tomah Wi. The Cutoff For Question Submission Is 1:00 Pm Est On December 16th, 2024. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Credit Information Corporation Tender
Software and IT Solutions
Philippines
Details: Description Request For Quotation No.2025-cims(006)-npsvp-0007 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Finance And Administration Group Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Business Starter 210 User Php3,753.80 Php788,298.00 Business Standard 10 User Php7,507.60 Php75,076.00 Total Php863,374.00 Contract Duration: March 23, 2025 To October 22, 2025 (7 Months) Delivery Site: 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Note: Manner Of Award Will Be On A Lot Basis. Bids Received In Excess Of The Approved Budget For Contract (abc) Shall Be Automatically Rejected At The Opening Of The Quotations. Supplier/s Who Submits The Lowest Calculated And Responsive Quotation Shall Be Eligible For Award. Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than March 11, 2025, 5:00 P.m. Philgeps Certificate/number; Mayor’s/business Permit For The Current Year; Latest Income/business Tax Returns; Notarized Omnibus Sworn Statement (annex C); And For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(006)-npsvp-0007, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Business Starter 210 User Business Standard 10 User Total Total Bid Price In Words: __________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: Annex "b" Compliance Form Technical Specifications Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Credit Worthiness Of Borrowers. Email System, Productivity Tools, And Online Collaboration Tools Play An Important Role In The Communication, Messaging And Computing Operations Of The People Supporting And Maintaining The Credit Information System (cis). Cic Needs An Online Suite Or Workspace/solution With The Following Features: Web-based Email Service With 99.9% Guaranteed Uptime With Zero Scheduled Downtime For Maintenance, 30gb Of Storage Space (business Starter), 2tb Of Storage Space (business Standard) And 24/7 Phone And Email Support Cloud File Storage And Synchronization Service That Can Be Shared With Others, And Access The Files From Any Computer, Tablet, Or Smartphone Collaborative Software That Allows User To View And Edit Documents, Spread Sheets And Presentations Together In Real-time Through A Web Browser Or Mobile Device An Online Survey Application Or Forms Having The Features Of All Of The Collaboration And Sharing Features Found In Docs, Sheets, And Slides; Can Also Be Used To Create Quizzes Online Calendar That Comes With Additional Features Designed For Business Use, Including Smart Scheduling Of Meetings, Where The Service Finds Available Times And Appropriate Locations Based On Coworkers' Schedules, And Public Calendars For Consumers To See A Business' Upcoming Events A Communication Software That Provides Direct Messages And Team Chat Rooms Can Accommodate 100 Participant Video Meetings (business Starter) Can Accommodate 150 Participant+ Recording, Noise Cancellation (business Standard) Admin Panel For Managing Users And Services. Purpose The Cic Aims To Procure The License For The Existing Email, Productivity Tools, And Cloud Collaboration Solution To Continually Provide An Easy-to-manage Technology That Integrate With Other It Tools And Software Solution Of The Cic To Improve Its Overall It Communication, Productivity And Collaboration While Overcoming Its Limited Budget And Man-power Resources. Scope The Paid License Covers To Receive Online Collaboration Services, Product Updates And Versions, And Access To Technical Support For Seven Months. Definition Of Terms Term Definition Cloud Computing Is The On-demand Availability Of Computer System Resources, Especially Data Storage (cloud Storage) And Computing Power, Without Direct Active Management By The User. The Term Is Generally Used To Describe Data Centers Available To Many Users Over The Internet. Collaboration Tool Or Collaborative Software Is Application Software Designed To Help People Working On A Common Task To Attain Their Goals; May Be Divided Into: Real-time Collaborative Editing Platforms That Allow Multiple Users To Engage In Live, Simultaneous And Reversible Editing Of A Single File (usually A Document), And Version Control (also Known As Revision Control And Source Control) Platforms, Which Allow Separate Users To Make Parallel Edits To A File, While Preserving Every Saved Edit By Every User As Multiple Files (that Are Variants Of The Original File) Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User. System Uptime Uptime Is A Measure Of System Reliability, Expressed As The Percentage Of Time A Machine, Typically A Computer, Has Been Working And Available. Uptime Is The Opposite Of Downtime. Duties And Responsibilities Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: The Delivery And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay Provide Account Support Via Phone Or Email, Including Requests For Additional Licenses, Storage, Billing Management, And Information About The Use Of The System, Along With Other Product Details. Provide 24x7 Online Technical Support Facility And Capability, Consisting Of Online Helpdesk Facility And Competent Technical Support Personnel Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: Monitor The Provided Services And Verify If The Parameters Under The Service Level Agreement Are Met And Performed By The Sp. Issuance Of A Certificate Of Inspection And Acceptance To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. Requirements General Items Requirements Statement Of Compliance (“comply Or Not Comply” Against Each Specification) Proof Of Compliance Service Provider Duly Notarized Statement That The Sp Is An Authorized Partner (at Least Partner Level) And Has Been In Business Of Providing The Cic’s Existing Email System For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. The Sp Must Establish A Single Point Of Contact Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem Related Issues. The Sp Should Provide Unlimited Phone, Email, Chat And Any Form Of Electronic Communications And Messaging Support For One Year. Service Provider Roles And Responsibilities The Service Provider Shall Deliver Comprehensive And Ongoing Support For The Following Issues, Including, But Not Limited To: Login Issues Forgotten Password, Account Locked And Two-factor Authentication (2fa) Issues Email Issues (gmail) Not Receiving Emails, Sending Errors And Outlook Or Third-party Email Clients Google Drive/docs/sheets/slides Issues File Syncing Problems, File Access Issues And Corrupted Files Google Calendar Issues Event Sync Problems And Permissions Issues Google Meet And Google Chat Issues Audio/video Issues In Google Meet, Connectivity Issues And Chat Not Working Google Admin Console Issues Admin Access Problems And User Creation Issues Google Workspace Marketplace Problems App Installations Not Working Google Workspace Mobile App Issues App Crashes Or Freezes And Syncing Problems General Connectivity And Performance Issues Slow Performance And Browser Compatibility Security And Compliance Issues Suspicious Activity And Data Loss Or Backup Issues Licensing Issues License Not Applied The Service Provider Shall Deliver Comprehensive Training Programs For Both Administrators And Users To Ensure Effective Usage And Management Of Google Workspace. The Training Will Include, But Is Not Limited To, The Following Areas: Administrator Training User Training Ongoing Support And Refresher Training Technical Requirements Items Requirements Statement Of Compliance (“comply Or Not Comply” Against Each Specification) Proof Of Compliance System Overview Google Workspace Business Starter Number Of Users : 210 Coverage Period : March 23, 2025 – October 22, 2025 Plan Type : 7 Months 100 Participant Video Meetings 30 Gb Pooled Storage Per User Google Workspace Business Standard Number Of Users : 10 Coverage Period : March 23, 2025 – October 22, 2025 Plan Type : 7 Months 150 Participant Video Meetings + Recording, Noise Cancellation 2tb Pooled Storage Per User Terms Of Payment Payment Shall Be Made On The Following: Payment Shall Be Made On A One-time Basis (100%) Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance”. Statement Of Compliance Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: Annex "c" Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: Select One, Delete The Other: [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; Select One, Delete The Other: [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.
Closing Date11 Mar 2025
Tender AmountPHP 863.3 K (USD 15 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products And/or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice. The Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Sources Sought Notice In Accordance With (iaw) Far Part 15.201(e) The Purpose Of This Sources Sought Notice Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Products And/or Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name; (b) Address; (c) Point Of Contact; (d) Phone, Fax, And Email; (e) Uei Number; (f) Cage Code; (g) Tax Id Number; (h) Type Of Small Business, E.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business, Etc (i) State If Your Business Has An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Below And Provide The Contract Number; And (j) Must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below. Requirement: The Va Heartland Network 15 Contracting Office Located At 3450 South 4th Street, Leavenworth, Ks, 66048-5055 Is Seeking A Potential Qualified Contractor To Provide Scriptpro Eyecon 9430 Pill Dispensing System For The Marion Va Medical Center, Located In Marion, Illinois, And The Evansville Health Care Center, Located In Evansville, Indiana. This Is A Brand Name Or Equal Requirement. Please See The Statement Of Work For More Specifics And Details. The North American Industry Classification System Code (naics Code) Is 339112 Surgical And Medical Instrument Manufacturing, Size Standard 1,000 Employees. Based On This Information, Please Indicate Whether Your Company Would Be A Large Or Small Business And Have A Socio-economic Designation As A Small Business, Vosb Or Sdvosb. Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open May Be Used. Responses To This Notice Shall Be Submitted Via Email To Erika Kobulnicky At Erika.kobulnicky@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 19, 2025, At 10:00am Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicit. Marion, Il Vamc And Ehcc Outpatient Clinic Statement Of Work: Scriptpro Eyecon Description Of Use: To Be Used At The Marion Va Medical Center Pharmacy And In The Evansville, In Outpatient Clinic This Solicitation Uses A Brand Name Or Equal Description Of The Product Required. This Permits Prospective Contractors To Offer Products Other Than Those Specifically Referenced By Brand Name. All Offers Must Work With Existing Equipment That Has Already Been Purchased And Is Currently In Use At The Station. Minimum Technical Specifications: The Scriptpro Dispensing System Must Also Be Assembled Within The Manufactured Country Or Show Significant Proof Of An Internationally Recognized Quality Assurance Program Certificate Of Authenticity Will Need To Be Provided The Dispensing System Must Have The Following: Safety Must Use Barcode Verification To Ensure Accuracy Of Dispensing And Must Work With Scriptpro Label Barcode Unit Must Have Means To Track Dispensed Drug Quantities And Contain Image Verification Of Quantities Dispensed. Must Come Equipped With Database Of Drug Images For Dispensing Verification. Must Include Additional Counting Platters For Penicillin And Sulfa To Avoid Cross Contamination. Workflow Must Allow For Integration With Scriptpro/vista To Verify Correct Dispensing Quantities. Must Fit In Existing Space With A Footprint Of 28 H X 11 W X 17.5 D. Must Count With A Count Accuracy Of At Least 99.9%. Verification Should Include Easy Work Flow Optics Such As Color Touch Screen. Must Include Large Counting Area Of 48 Sq Inches For Larger Quantity Verification. Information Technology Must Integrate With Current Equipment, Including Scriptpro Dispensing/filling Stations Must Interface With Vista, Ups Worldship, And Usps Sendsuite System Platforms. All Equipment Must Be New Description Quantity Sp Eyecon 9430 2 Optional/value Added Features: N/a Required Interfaces: Must Interface With Current Sp Equipment. Must Also Interface With Vista/cprs. Delivery Location(s): Department Of Veterans Affairs Marion Va Medical Center 2401 West Main Street Marion, Il 62959-1188 Department Of Veterans Affairs Evansville Va Healthcare Center 6211 E Waterford Blvd Evansville, In 47715 Records Management Obligations Applicability This Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. â Definitions Federal Record As Defined In 44 U.s.c. â§ 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. â The Term Federal Record: Includes [agency] Records.â Does Not Include Personal Materials. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their [agency] Contract. May Include Deliverables And Documentation Associated With Deliverables. Requirements Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â [agency] And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of [agency] Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To [agency]. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To [agency] Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With [agency] Policy.â The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public [agency] Information That Are Not Specifically Tied To Or Authorized By The Contract.â The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â The [agency] Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which [agency] Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. Training. âall Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take [agency]-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â [note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor.]â Flow Down Of Requirements To Subcontractors The Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â Violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. General. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language. Contractors, Contractor Personnel, Subcontractors And Subcontractor Personnel Will Be Subject To The Same Federal Laws, Regulations, Standards, Va Directives And Handbooks, As Va Personnel Regarding Information And Information System Security And Privacy. Va Information Custodial Language. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language. The Government Shall Receive Unlimited Rights To Data/intellectual Property First Produced And Delivered In The Performance Of This Contract Or Order (hereinafter Contract ) Unless Expressly Stated Otherwise In This Contract. This Includes All Rights To Source Code And All Documentation Created In Support Thereof. The Primary Clause Used To Define Government And Contractor Data Rights Is Far 52.227-14 Rights In Data General. The Primary Clause Used To Define Computer Software License (not Data/intellectual Property First Produced Under This Contractor Or Order) Is Far 52.227-19, Commercial Computer Software License. Information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Will Be Used Only For The Purposes Specified In The Service Agreement, Sow, Pws, Pd, And/or Contract. The Contractor Shall Not Use Va Information In Any Other Manner Without Prior Written Approval From A Va Contracting Officer (co). The Primary Clause Used To Define Government And Contractor Data Rights Is Far 52.227-14 Rights In Data General. Va Information Will Not Be Co-mingled With Any Other Data On The Contractor S Information Systems Or Media Storage Systems. The Contractor Shall Ensure Compliance With Federal And Va Requirements Related To Data Protection, Data Encryption, Physical Data Segregation, Logical Data Segregation, Classification Requirements And Media Sanitization. Va Reserves The Right To Conduct Scheduled Or Unscheduled Audits, Assessments, Or Investigations Of Contractor Information Technology (it) Resources To Ensure Information Security Is Compliant With Federal And Va Requirements. The Contractor Shall Provide All Necessary Access To Records (including Electronic And Documentary Materials Related To The Contracts And Subcontracts) And Support (including Access To Contractor And Subcontractor Staff Associated With The Contract) To Va, Va's Office Inspector General (oig),and/or Government Accountability Office (gao) Staff During Periodic Control Assessments, Audits, Or Investigations. The Contractor May Only Use Va Information Within The Terms Of The Contract And Applicable Federal Law, Regulations, And Va Policies. If New Federal Information Security Laws, Regulations Or Va Policies Become Applicable After Execution Of The Contract, The Parties Agree To Negotiate Contract Modification And Adjustment Necessary To Implement The New Laws, Regulations, And/or Policies. The Contractor Shall Not Make Copies Of Va Information Except As Specifically Authorized And Necessary To Perform The Terms Of The Contract. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Shall Be Destroyed In Accordance With Va Directive 6500, Va Cybersecurity Program And Va Information Security Knowledge Service. If A Veterans Health Administration (vha) Contract Is Terminated For Default Or Cause With A Business Associate, The Related Local Business Associate Agreement (baa) Shall Also Be Terminated And Actions Taken In Accordance With Vha Directive 1605.05, Business Associate Agreements. If There Is An Executed National Baa Associated With The Contract, Va Will Determine What Actions Are Appropriate And Notify The Contactor. The Contractor Shall Store And Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools Which Are, At A Minimum, Federal Information Processing Standards (fips) 140-2, Security Requirements For Cryptographic Modules (or Its Successor) Validated And In Conformance With Va Information Security Knowledge Service Requirements. The Contractor Shall Transmit Va Sensitive Information Using Va Approved Transport Layer Security (tls) Configured With Fips Based Cipher Suites In Conformance With National Institute Of Standards And Technology (nist) 800-52, Guidelines For The Selection, Configuration And Use Of Transport Layer Security (tls) Implementations. The Contractor S Firewall And Web Services Security Controls, As Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor May Use And Disclose Va Information Only In Two Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction After Notification To Va Co (ii) With Written Approval From The Va Co. The Contractor Shall Refer All Requests For, Demands For Production Of Or Inquiries About, Va Information And Information Systems To The Va Co For Response. Notwithstanding The Provision Above, The Contractor Shall Not Release Va Records Protected By Title 38 U.s.c. â§ 5705, Confidentiality Of Medical Quality- Assurance Records And/or Title 38 U.s.c. â§ 7332, Confidentiality Of Certain Medical Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse Or Infection With Human Immunodeficiency Virus (hiv). If The Contractor Is In Receipt Of A Court Order Or Other Requests For The Above- Mentioned Information, The Contractor Shall Immediately Refer Such Court Order Or Other Requests To The Va Co For Response. Information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract Will Be Protected And Secured In Accordance With Va Directive 6500 And Identity And Access Management (iam) Security Processes Specified In The Va Information Security Knowledge Service. Any Data Destruction Done On Behalf Of Va By A Contractor Shall Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management, Va Handbook 6300.1, Records Management Procedures, And Applicable Va Records Control Schedules. The Contractor Shall Provide Its Plan For Destruction Of All Va Data In Its Possession According To Va Directive 6500 And Nist 800-88, Guidelines For Media Sanitization Prior To Termination Or Completion Of This Contract. If Directed By The Cor/co, The Contractor Shall Return All Federal Records To Va For Disposition. Any Media, Such As Paper, Magnetic Tape, Magnetic Disks, Solid State Devices Or Optical Discs That Is Used To Store, Process, Or Access Va Information That Cannot Be Destroyed Shall Be Returned To Va.the Contractor Shall Hold The Appropriate Material Until Otherwise Directed By The Contracting Officer S Representative (cor) Or Co. Items Shall Be Returned Securely Via Va-approved Methods. Va Sensitive Information Must Be Transmitted Utilizing Va-approved Encryption Tools Which Are Validated Under Fips 140-2 (or Its Successor) And Nist 800-52. If Mailed, The Contractor Shall Send Via A Trackable Method (usps, Ups, Fedex, Etc.) And Immediately Provide The Cor/co With The Tracking Information. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Shall Be Sent To The Cor/co Within 30 Business Days Of Termination Of The Contract. All Electronic Storage Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used To Store, Process Or Access Va Information Will Not Be Returned To The Contractor At The End Of Lease, Loan, Or Trade-in. Exceptions To This Paragraph Will Only Be Granted With The Written Approval Of The Va Co. Access To Va Information And Va Information Systems. This Section Applies When Any Person Requires Access To Information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract. A Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees And Subcontractors Only To The Extent Necessary To Perform The Services Specified In The Solicitation Or Contract. This Includes Indirect Entities, Both Affiliate Of Contractor/subcontractor And Agent Of Contractor/subcontractor. Contractors And Subcontractors Shall Sign The Va Information Security Rule Of Behavior (rob) Before Access Is Provided To Va Information And Information Systems (see Section 4, Training, Below). The Rob Contains The Minimum User Compliance Requirements And Does Not Supersede Any Policies Of Va Facilities Or Other Agency Components Which Provide Higher Levels Of Protection To Va S Information Or Information Systems. Users Who Require Privileged Access Shall Complete The Va Elevated Privilege Access Request Processes Before Privileged Access Is Granted. All Contractors And Subcontractors Working With Va Information Are Subject To The Same Security Investigative And Clearance Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Shall Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office Of Human Resources And Administration/operations, Security And Preparedness (hra/osp) Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To Classified Information Or Information Systems Shall Have An Appropriate Security Clearance. Verification Of A Security Clearance Shall Be Processed Through The Special Security Officer Located In Hra/osp. Contractors Shall Conform To All Requirements Stated In The National Industrial Security Program Operating Manual (nispom). All Contractors And Subcontractors Shall Comply With Conditions Specified In Vaar 852.204-71(d); Contractor Operations Required To Be In United States. All Contractors And Subcontractors Working With Va Information Must Be Permanently Located Within A Jurisdiction Subject To The Law Of The United States Or Its Territories To The Maximum Extent Feasible. If Services Are Proposed To Be Performed Abroad The Contractor Must State Where All Non-u.s. Services Are Provided. The Contractor Shall Deliver To Va A Detailed Plan Specifically Addressing Communications, Personnel Control, Data Protection And Potential Legal Issues. The Plan Shall Be Approved By The Cor/co In Writing Prior To Access Being Granted. The Contractor Shall Notify The Cor/co In Writing Immediately (no Later Than 24 Hours) After Personnel Separation Or Occurrence Of Other Causes. Causes May Include The Following: Contractor/subcontractor Personnel No Longer Has A Need For Access To Va Information Or Va Information Systems. Contractor/subcontractor Personnel Are Terminated, Suspended, Or Otherwise Has Their Work On A Va Project Discontinued For Any Reason. Contractor Believes Their Own Personnel Or Subcontractor Personnel May Pose A Threat To Their Company S Working Environment Or To Any Company- Owned Property. This Includes Contractor-owned Assets, Buildings, Confidential Data, Customers, Employees, Networks, Systems, Trade Secrets And/or Va Data. Any Previously Undisclosed Changes To Contractor/subcontractor Background History Are Brought To Light, Including But Not Limited To Changes To Background Investigation Or Employee Record. Contractor/subcontractor Personnel Have Their Authorization To Work In The United States Revoked. Agreement By Which Contractor Provides Products And Services To Va Has Either Been Fulfilled Or Terminated, Such That Va Can Cut Off Electronic And/or Physical Access For Contractor Personnel. In Such Cases Of Contract Fulfillment, Termination, Or Other Causes; The Contractor Shall Take The Necessary Measures To Immediately Revoke Access To Va Network, Property, Information, And Information Systems (logical And Physical) By Contractor/subcontractor Personnel. These Measures Include (but Are Not Limited To): Removing And Then Securing Personal Identity Verification (piv) Badges And Piv Interoperable (piv-i) Access Badges, Va-issued Photo Badges, Credentials For Va Facilities And Devices, Va-issued Laptops, And Authentication Tokens. Contractors Shall Notify The Appropriate Va Cor/co Immediately To Initiate Access Removal. Contractors/subcontractors Who No Longer Require Va Accesses Will Return Va- Issued Property To Va. This Property Includes (but Is Not Limited To): Documents, Electronic Equipment, Keys, And Parking Passes. Piv And Piv-i Access Badges Shall Be Returned To The Nearest Va Piv Badge Issuance Office. Once They Have Had Access To Va Information, Information Systems, Networks And Va Property In Their Possessions Removed, Contractors Shall Notify The Appropriate Va Cor/co. Training. This Entire Section Applies To All Acquisitions Which Include Section 3. All Contractors And Subcontractors Requiring Access To Va Information And Va Information Systems Shall Successfully Complete The Following Before Being Granted Access To Va Information And Its Systems: Va Privacy And Information Security Awareness And Rules Of Behavior Course (talent Management System (tms) #10176) Initially And Annually Thereafter. Sign And Acknowledge (electronically Through Tms #10176) Understanding Of And Responsibilities For Compliance With The Organizational Rules Of Behavior, Relating To Access To Va Information And Information Systems Initially And Annually Thereafter; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Or Information Access [to Be Defined By The Va Program Official And Provided To The Va Co For Inclusion In The Solicitation Document I.e., Any Role- Based Information Security Training]. The Contractor Shall Provide To The Cor/co A Copy Of The Training Certificates And Certification Of Signing The Organizational Rules Of Behavior For Each Applicable Employee Within Five Days Of The Initiation Of The Contract And Annually Thereafter, As Required. Failure To Complete The Mandatory Annual Training Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Required Training Is Complete. Security Incident Investigation. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language. The Contractor, Subcontractor, Their Employees, Or Business Associates Shall Immediately (within One Hour) Report Suspected Security / Privacy Incidents To The Va Oit S Enterprise Service Desk (esd) By Calling (855) 673-4357 (tty: 711). The Esd Is Oit S 24/7/365 Single Point Of Contact For It-related Issues. After Reporting To The Esd, The Contractor, Subcontractor, Their Employees, Or Business Associates Shall, Within One Hour, Provide The Cor/co The Incident Number Received From The Esd. To The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved And The Circumstances Surrounding The Incident, Including The Following: The Date And Time (or Approximation Of) The Security Incident Occurred. The Names Of Individuals Involved (when Applicable). The Physical And Logical (if Applicable) Location Of The Incident. Why The Security Incident Took Place (i.e., Catalyst For The Failure). The Amount Of Data Belonging To Va Believed To Have Been Compromised. The Remediation Measures The Contractor Is Taking To Ensure No Future Incidents Of A Similar Nature. After The Contractor Has Provided The Initial Detailed Incident Summary To Va, They Will Continue To Provide Written Updates On Any New And Relevant Circumstances Or Facts They Discover. The Contractor, Subcontractor, And Their Employes Shall Fully Cooperate With Va Or Third-party Entity Performing An Independent Risk Analysis On Behalf Of Va. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. Va It Contractors Shall Follow Va Handbook 6500, Risk Management Framework For Va Information Systems Va Information Security Program, And Va Information Security Knowledge Service Guidance For Implementing An Incident Response Plan Or Integrating With An Existing Va Implementation. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig, And The Va Office Of Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. The Contractor Shall Comply With Va Handbook 6500.2, Management Of Breaches Involving Sensitive Personal Information, Which Establishes The Breach Management Policies And Assigns Responsibilities For The Oversight, Management And Reporting Procedures Associated With Managing Of Breaches. With Respect To Unsecured Protected Health Information (phi), The Contractor Is Deemed To Have Discovered A Data Breach When The Contractor Knew Or Should Have Known Of Breach Of Such Information. When A Business Associate Is Part Of Vha Contract, Notification To The Covered Entity (vha) Shall Be Made In Accordance With The Executed Baa. If The Contractor Or Any Of Its Agents Fails To Protect Va Sensitive Personal Information Or Otherwise Engages In Conduct Which Results In A Data Breach Involving Any Va Sensitive Personal Information The Contractor/subcontractor Processes Or Maintains Under The Contract; The Contractor Shall Pay Liquidated Damages To The Va As Set Forth In Clause 852.211-76, Liquidated Damages Reimbursement For Data Breach Costs. Information System Design And Development. This Entire Section Applies To Information Systems, Systems, Major Applications, Minor Applications, Enclaves, And Platform Information Technologies (to Include The Subcomponents Of Each) Designed Or Developed For Or On Behalf Of Va By Any Non-va Entity. Information Systems Designed Or Developed On Behalf Of Va At Non-va Facilities Shall Comply With All Applicable Federal Law, Regulations, And Va Policies. This Includes Standards For The Protection Of Electronic Protected Health Information (phi), Outlined In 45 C.f.r. Part 164, Subpart C And Information And System Security Categorization Level Designations In Accordance With Fips 199, Standards For Security Categorization Of Federal Information And Information Systems And Fips 200, Minimum Security Requirements For Federal Information Systems. Baseline Security Controls Shall Be Implemented Commensurate With The Fips 199 System Security Categorization (reference Va Handbook 6500 And Va Trusted Internet Connections (tic) Architecture). Contracted New Developments Require Creation, Testing, Evaluation, And Authorization In Compliance With Va Assessment And Authorization (a&a) Processes In Va Handbook 6500 And Va Information Security Knowledge Service To Obtain An Authority To Operate (ato). Va Directive 6517, Risk Management Framework For Cloud Computing Services, Provides The Security And Privacy Requirements For Cloud Environments. Va It Contractors, Subcontractors And Third-party Service Providers Shall Address And/or Integrate Applicable Va Handbook 6500, Va Handbook 6517, Risk Management Framework For Cloud Computing Services And Information Security Knowledge Service Specifications In Delivered It Systems/solutions, Products And/or Services. If Systems/solutions, Products And/or Services Do Not Directly Match Va Security Requirements, The Contractor Shall Work Though The Cor/co To Identify The Va Organization Responsible For Governance Or Resolution. Contractors Shall Comply With Far 39.1, Specifically The Prohibitions Referenced. The Contractor (including Producers And Resellers) Shall Comply With Office Of Management And Budget (omb) M-22-18 And M-23-16 When Using Third-party Software On Va Information Systems Or Otherwise Affecting The Va Information. This Includes New Software Purchases And Software Renewals For Software Developed Or Modified By Major Version Change After The Issuance Date Of M- 22-18 (september 14, 2022). The Term Software Includes Firmware, Operating Systems, Applications And Application Services (e.g., Cloud-based Software), As Well As Products Containing Software. The Contractor Shall Provide A Self- Attestation That Secure Software Development Practices Are Utilized As Outlined By Executive Order (eo)14028 And Nist Guidance. A Third-party Assessment Provided By Either A Certified Federal Risk And Authorization Management Program (fedramp) Third Party Assessor Organization (3pao) Or One Approved By The Agency Will Be Acceptable In Lieu Of A Software Producer's Self- Attestation. The Contractor Shall Ensure All Delivered Applications, Systems And Information Systems Are Compliant With Homeland Security Presidential Directive (hspd) 12 And Va Identity And Access Management (iam) Enterprise Identity Management Requirements As Set Forth In Omb M-19-17, M-05-24, Fips 201-3, Personal Identity Verification (piv) Of Federal Employees And Contractors (or Its Successor), M-21-31 And Supporting Nist Guidance. This Applies To Commercial Off-the-shelf (cots) Product(s) That The Contractor Did Not Develop, All Software Configurations And All Customizations. The Contractor Shall Ensure All Contractor Delivered Applications And Systems Provide User Authentication Services Compliant With Va Handbook 6500, Va Information Security Knowledge Service, Iam Enterprise Requirements And Nist 800-63, Digital Identity Guidelines, For Direct, Assertion-based Authentication And/or Trust-based Authentication, As Determined By The Design And Integration Patterns. Direct Authentication At A Minimum Must Include Public Key Infrastructure (pki) Based Authentication Supportive Of Piv And/or Common Access Card (cac), As Determined By The Business Need And Compliance With Va Information Security Knowledge Service Specifications. The Contractor Shall Use Va Authorized Technical Security Baseline Configurations And Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems In Compliance With Va Baselines Prior To Acceptance Or Connection Into An Authorized Va Computing Environment. If The Defense Information Systems Agency (disa) Has Created A Security Technical Implementation Guide (stig) For The Technology, The Contractor May Configure To Comply With That Stig. If Va Determines A New Or Updated Va Configuration Baseline Needs To Be Created, The Contractor Shall Provide Required Technical Support To Develop The Configuration Settings. Far 39.1 Requires The Population Of Operating Systems And Applications Includes All Listed On The Nist National Checklist Program Checklist Repository. The Standard Installation, Operation, Maintenance, Updating And Patching Of Software Shall Not Alter The Configuration Settings From Va Approved Baseline Configuration. Software Developed For Va Must Be Compatible With Va Enterprise Installer Services And Install To The Default Program Files Directory With Silently Install And Uninstall. The Contractor Shall Perform Testing Of All Updates And Patching Prior To Implementation On Va Systems. Applications Designed For Normal End Users Will Run In The Standard User Context Without Elevated System Administration Privileges. The Contractor-delivered Solutions Shall Reside On Va Approved Operating Systems. Exceptions To This Will Only Be Granted With The Written Approval Of The Cor/co. The Contractor Shall Design, Develop, And Implement Security And Privacy Controls In Accordance With The Provisions Of Va Security System Development Life Cycle Outlined In Nist 800-37, Risk Management Framework For Information Systems And Organizations: A System Life Cycle Approach For Security And Privacy, Va Directive And Handbook 6500, And Va Handbook 6517. The Contractor Shall Comply With The Privacy Act Of1974 (the Act), Far 52.224- 2 Privacy Act, And Va Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish A Va Function. The Contractor Shall Ensure The Security Of All Procured Or Developed Information Systems, Systems, Major Applications, Minor Applications, Enclaves And Platform Information Technologies, Including Their Subcomponents (hereinafter Referred To As Information Systems ) Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes Security Configurations, Workarounds, Patches, Hotfixes, Upgrades, Replacements And Any Physical Components Which May Be Necessary To Remediate All Security Vulnerabilities Published Or Known To The Contractor Anywhere In The Information Systems (including Systems, Operating Systems, Products, Hardware, Software, Applications And Firmware). The Contractor Shall Ensure Security Fixes Do Not Negatively Impact The Information Systems. When The Contractor Is Responsible For Operations Or Maintenance Of The Systems, The Contractor Shall Apply The Security Fixes Within The Timeframe Specified By The Associated Controls On The Va Information Security Knowledge Service. When Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Contractor Shall Provide Written Notice To The Va Cor/co That The Patch Has Been Validated As To Not Affecting The Systems Within 10 Business Days. Information System Hosting, Operation, Maintenance Or Use. This Entire Section Applies To Information Systems, Systems, Major Applications, Minor Applications, Enclaves, And Platform Information Technologies (cloud And Non- Cloud) Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities. The Contractor Shall Comply With All Federal Laws, Regulations, And Va Policies For Information Systems (cloud And Non-cloud) That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities. Security Controls For Collecting, Processing, Transmitting, And Storing Of Va Sensitive Information, Must Be In Place. The Controls Will Be Tested By Va Or A Va Sanctioned 3pao And Approved By Va Prior To Hosting, Operation, Maintenance Or Use Of The Information System Or Systems By Or On Behalf Of Va. This Includes Conducting Compliance Risk Assessments, Security Architecture Analysis, Routine Vulnerability Scanning, System Patching, Change Management Procedures And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Shall Be The Same As Procedures Used To Secure Va-operated Information Systems. Outsourcing (contractor Facility, Equipment, Or Staff) Of Systems Or Network Operations, Telecommunications Services Or Other Managed Services Require Assessment And Authorization (a&a) Of The Contractor S Systems In Accordance With Va Handbook 6500 As Specified In Va Information Security Knowledge Service. Major Changes To The A&a Package May Require Reviewing And Updating All The Documentation Associated With The Change. The Contractor S Cloud Computing Systems Shall Comply With Fedramp And Va Directive 6517 Requirements. The Contractor Shall Return All Electronic Storage Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) On Non-va Leased Or Non-va Owned It Equipment Used To Store, Process Or Access Va Information To Va In Accordance With A&a Package Requirements. This Applies When The Contract Is Terminated Or Completed And Prior To Disposal Of Media. The Contractor Shall Provide Its Plan For Destruction Of All Va Data In Its Possession According To Va Information Security Knowledge Service Requirements And Nist 800-88. The Contractor Shall Send A Self-certification That The Data Destruction Requirements Above Have Been Met To The Cor/co Within 30 Business Days Of Termination Of The Contract. All External Internet Connections To Va Network Involving Va Information Must Be In Accordance With Va Trusted Internet Connection (tic) Reference Architecture And Va Directive And Handbook 6513, Secure External Connections And Reviewed And Approved By Va Prior To Implementation. Government-owned Contractor-operated Systems, Third Party Or Business Partner Networks Require A Memorandum Of Understanding (mou) And Interconnection Security Agreements (isa). Contractor Procedures Shall Be Subject To Periodic, Announced, Or Unannounced Assessments By Va Officials, The Oig Or A 3pao. The Physical Security Aspects Associated With Contractor Activities Are Also Subject To Such Assessments. The Contractor Shall Report, In Writing, Any Deficiencies Noted During The Above Assessment To The Va Cor/co. The Contractor Shall Use Va S Defined Processes To Document Planned Remedial Actions That Address Identified Deficiencies In Information Security Policies, Procedures, And Practices. The Contractor Shall Correct Security Deficiencies Within The Timeframes Specified In The Va Information Security Knowledge Service. All Major Information System Changes Which Occur In The Production Environment Shall Be Reviewed By The Va To Determine The Impact On Privacy And Security Of The System. Based On The Review Results, Updates To The Authority To Operate (ato) Documentation And Parameters May Be Required To Remain In Compliance With Va Handbook 6500 And Va Information Security Knowledge Service Requirements. The Contractor Shall Conduct An Annual Privacy And Security Self-assessment On All Information Systems And Outsourced Services As Required. Copies Of The Assessment Shall Be Provided To The Cor/co. The Va/government Reserves The Right To Conduct Assessment Using Government Personnel Or A Third-party If Deemed Necessary. The Contractor Shall Correct Or Mitigate Any Weaknesses Discovered During The Assessment. Va Prohibits The Installation And Use Of Personally Owned Or Contractor-owned Equipment Or Software On Va Information Systems. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow, Pws, Pd Or Contract. All Security Controls Required For Government Furnished Equipment Must Be Utilized In Va Approved Other Equipment (oe). Configuration Changes To The Contractor Oe, Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Use A Va-approved Antivirus Software And A Personal (host-based Or Enclave Based) Firewall With A Va-approved Configuration. The Contractor Shall Ensure Software On Oe Is Kept Current With All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-virus Software And The Firewall On The Non-va Owned Oe. Approved Contractor Oe Will Be Subject To Technical Inspection At Any Time. The Contractor Shall Notify The Cor/co Within One Hour Of Disclosure Or Successful Exploits Of Any Vulnerability Which Can Compromise The Confidentiality, Integrity, Or Availability Of The Information Systems. The System Or Effected Component(s) Need(s) To Be Isolated From The Network. A Forensic Analysis Needs To Be Conducted Jointly With Va. Such Issues Will Be Remediated As Quickly As Practicable, But In No Event Longer Than The Timeframe Specified By Va Information Security Knowledge Service. If Sensitive Personal Information Is Compromised Reference Va Handbook 6500.2 And Section 5, Security Incident Investigation. For Cases Wherein The Contractor Discovers Material Defects Or Vulnerabilities Impacting Products And Services They Provide To Va, The Contractor Shall Develop And Implement Policies And Procedures For Disclosure To Va, As Well As Remediation. The Contractor Shall, Within 30 Business Days Of Discovery, Document A Summary Of These Vulnerabilities Or Defects. The Documentation Will Include A Description Of The Potential Impact Of Each Vulnerability And Material Defect, Compensating Security Controls, Mitigations, Recommended Corrective Actions, Fbonotice Cause Analysis And/or Workarounds (i.e., Monitoring). Should There Exist Any Backdoors In The Products Or Services They Provide To Va (referring To Methods For Bypassing Computer Authentication), The Contractor Shall Provide The Va Co/co Written Assurance They Have Permanently Remediated These Backdoors. All Other Vulnerabilities, Including Those Discovered Through Routine Scans Or Other Assessments, Will Be Remediated Based On Risk, In Accordance With The Remediation Timelines Specified By The Va Information Security Knowledge Service And/or The Applicable Timeframe Mandated By Cybersecurity & Infrastructure Security Agency (cisa) Binding Operational Directive (bod) 22- 01 And Bod 19-02 For Internet-accessible Systems. Exceptions To This Paragraph Will Only Be Granted With The Approval Of The Cor/co. Security And Privacy Controls Compliance Testing, Assessment And Auditing. This Entire Section Applies Whenever Section 6 Or 7 Is Included. Should Va Request It, The Contractor Shall Provide A Copy Of Their (corporation S, Sole Proprietorship S, Partnership S, Limited Liability Company (llc), Or Other Business Structure Entity S) Policies, Procedures, Evidence And Independent Report Summaries Related To Specified Cybersecurity Frameworks (international Organization For Standardization (iso), Nist Cybersecurity Framework (csf), Etc.). Va Or Its Third-party/partner Designee (if Applicable) Are Further Entitled To Perform Their Own Audits And Security/penetration Tests Of The Contractor S It Or Systems And Controls, To Ascertain Whether The Contractor Is Complying With The Information Security, Network Or System Requirements Mandated In The Agreement Between Va And The Contractor. Any Audits Or Tests Of The Contractor Or Third-party Designees/partner Va Elects To Carry Out Will Commence Within 30 Business Days Of Va Notification. Such Audits, Tests And Assessments May Include The Following: (a): Security/penetration Tests Which Both Sides Agree Will Not Unduly Impact Contractor Operations; (b): Interviews With Pertinent Stakeholders And Practitioners; (c): Document Review; And (d): Technical Inspections Of Networks And Systems The Contractor Uses To Destroy, Maintain, Receive, Retain, Or Use Va Information. As Part Of These Audits, Tests And Assessments, The Contractor Shall Provide All Information Requested By Va. This Information Includes, But Is Not Limited To, The Following: Equipment Lists, Network Or Infrastructure Diagrams, Relevant Policy Documents, System Logs Or Details On Information Systems Accessing, Transporting, Or Processing Va Data. The Contractor And At Its Own Expense, Shall Comply With Any Recommendations Resulting From Va Audits, Inspections And Tests. Va Further Retains The Right To View Any Related Security Reports The Contractor Has Generated As Part Of Its Own Security Assessment. The Contractor Shall Also Notify Va Of The Existence Of Any Such Security Reports Or Other Related Assessments, Upon Completion And Validation. Va Appointed Auditors Or Other Government Agency Partners May Be Granted Access To Such Documentation On A Need-to-know Basis And Coordinated Through The Cor/co. The Contractor Shall Comply With Recommendations Which Result From These Regulatory Assessments On The Part Of Va Regulators And Associated Government Agency Partners. Product Integrity, Authenticity, Provenance, Anti-counterfeit And Anti-tampering. This Entire Section Applies When The Acquisition Involves Any Product (application, Hardware, Or Software) Or When Section 6 Or 7 Is Included. The Contractor Shall Comply With Code Of Federal Regulations (cfr) Title 15 Part 7, Securing The Information And Communications Technology And Services (icts) Supply Chain , Which Prohibits Icts Transactions From Foreign Adversaries. Icts Transactions Are Defined As Any Acquisition, Importation, Transfer, Installation, Dealing In Or Use Of Any Information And Communications Technology Or Service, Including Ongoing Activities, Such As Managed Services, Data Transmission, Software Updates, Repairs Or The Platforming Or Data Hosting Of Applications For Consumer Download. When Contracting Terms Require The Contractor To Procure Equipment, The Contractor Shall Purchase Or Acquire The Equipment From An Original Equipment Manufacturer (oem) Or An Authorized Reseller Of The Oem. The Contractor Shall Attest That Equipment Procured From An Oem Or Authorized Reseller Or Distributor Are Authentic. If Procurement Is Unavailable From An Oem Or Authorized Reseller, The Contractor Shall Submit In Writing, Details Of The Circumstances Prohibiting This From Happening And Procure A Product Waiver From The Va Cor/co. All Contractors Shall Establish, Implement, And Provide Documentation For Risk Management Practices For Supply Chain Delivery Of Hardware, Software (to Include Patches) And Firmware Provided Under This Agreement. Documentation Will Include Chain Of Custody Practices, Inventory Management Program, Information Protection Practices, Integrity Management Program For Sub-supplier Provided Components, And Replacement Parts Requests. The Contractor Shall Make Spare Parts Available. All Contractor(s) Shall Specify How Digital Delivery For Procured Products, Including Patches, Will Be Validated And Monitored To Ensure Consistent Delivery. The Contractor Shall Apply Encryption Technology To Protect Procured Products Throughout The Delivery Process. If A Contractor Provides Software Or Patches To Va, The Contractor Shall Publish Or Provide A Hash Conforming To The Fips Security Requirements For Cryptographic Modules (fips 140-2 Or Successor). The Contractor Shall Provide A Software Bill Of Materials (sbom) For Procured (to Include Licensed Products) And Consist Of A List Of Components And Associated Metadata Which Make Up The Product. Sboms Must Be Generated In One Of The Data Formats Defined In The National Telecommunications And Information Administration (ntia) Report The Minimum Elements For A Software Bill Of Materials (sbom). Contractors Shall Use Or Arrange For The Use Of Trusted Channels To Ship Procured Products, Such As U.s. Registered Mail And/or Tamper-evident Packaging For Physical Deliveries. Throughout The Delivery Process, The Contractor Shall Demonstrate A Capability For Detecting Unauthorized Access (tampering). The Contractor Shall Demonstrate Chain-of-custody Documentation For Procured Products And Require Tamper-evident Packaging For The Delivery Of This Hardware. Viruses, Firmware And Malware. This Entire Section Applies When The Acquisition Involves Any Product (application, Hardware, Or Software) Or When Section 6 Or 7 Is Included. The Contractor Shall Execute Due Diligence To Ensure All Provided Software And Patches, Including Third-party Patches, Are Free Of Viruses And/or Malware Before Releasing Them To Or Installing Them On Va Information Systems. The Contractor Warrants It Has No Knowledge Of And Did Not Insert, Any Malicious Virus And/or Malware Code Into Any Software Or Patches Provided To Va Which Could Potentially Harm Or Disrupt Va Information Systems. The Contractor Shall Use Due Diligence, If Supplying Third-party Software Or Patches, To Ensure The Third-party Has Not Inserted Any Malicious Code And/or Virus Which Could Damage Or Disrupt Va Information Systems. The Contractor Shall Provide Or Arrange For The Provision Of Technical Justification As To Why Any False Positive Hit Has Taken Place To Ensure Their Code S Supply Chain Has Not Been Compromised. Justification May Be Required, But Is Not Limited To, When Install Files, Scripts, Firmware, Or Other Contractor-delivered Software Solutions (including Third-party Install Files, Scripts, Firmware, Or Other Software) Are Flagged As Malicious, Infected, Or Suspicious By An Anti-virus Vendor. The Contractor Shall Not Upload (intentionally Or Negligently) Any Virus, Worm, Malware Or Any Harmful Or Malicious Content, Component And/or Corrupted Data/source Code (hereinafter Virus Or Other Malware ) Onto Va Computer And Information Systems And/or Networks. If Introduced (and This Clause Is Violated), Upon Written Request From The Va Co, The Contractor Shall: Take All Necessary Action To Correct The Incident, To Include Any And All Assistance To Va To Eliminate The Virus Or Other Malware Throughout Va S Information Networks, Computer Systems And Information Systems; And Use Commercially Reasonable Efforts To Restore Operational Efficiency And Remediate Damages Due To Data Loss Or Data Integrity Damage, If The Virus Or Other Malware Causes A Loss Of Operational Efficiency, Data Loss, Or Damage To Data Integrity. Cryptographic Requirement. This Entire Section Applies Whenever The Acquisition Includes Section 6 Or 7 Is Included. The Contractor Shall Document How The Cryptographic System Supporting The Contractor S Products And/or Services Protect The Confidentiality, Data Integrity, Authentication And Non-repudiation Of Devices And Data Flows In The Underlying System. The Contractor Shall Use Only Approved Cryptographic Methods As Defined In Fips 140-2 (or Its Successor) And Nist 800-52 Standards When Enabling Encryption On Its Products. The Contractor Shall Provide Or Arrange For The Provision Of An Automated Remote Key-establishment Method Which Protects The Confidentiality And Integrity Of The Cryptographic Keys. The Contractor Shall Ensure Emergency Re-keying Of All Devices Can Be Remotely Performed Within 30 Business Days. The Contractor Shall Provide Or Arrange For The Provision Of A Method For Updating Cryptographic Primitives Or Algorithms. Patching Governance. This Entire Section Applies Whenever The Acquisition Includes Section 7 Is Included The Contractor Shall Provide Documentation Detailing The Patch Management, Vulnerability Management, Mitigation And Update Processes (to Include Third- Party) Prior To The Connection Of Electronic Devices, Assets Or Equipment To Va S Assets. This Documentation Will Include Information Regarding The Follow: The Resources And Technical Capabilities To Sustain The Program Or Process (e.g., How The Integrity Of A Patch Is Validated By Va); And The Approach And Capability To Remediate Newly Reported Zero-day Vulnerabilities For Contractor Products. The Contractor Shall Verify And Provide Documentation All Procured Products (including Third-party Applications, Hardware, Software, Operating Systems, And Firmware) Have Appropriate Updates And Patches Installed Prior To Delivery To Va. The Contractor Shall Provide Or Arrange The Provision Of Appropriate Software And Firmware Updates To Remediate Newly Discovered Vulnerabilities Or Weaknesses For Their Products And Services Within 30 Days Of Discovery. Updates To Remediate Critical Or Emergent Vulnerabilities Will Be Provided Within Seven Business Days Of Discovery. If Updates Cannot Be Made Available By Contractor Within These Time Periods, The Contractor Shall Submit Mitigations, Methods Of Exploit Detection And/or Workarounds To The Cor/co Prior To The Above Deadlines. The Contractor Shall Provide Or Arrange For The Provision Of Appropriate Hardware, Software And/or Firmware Updates, When Those Products, Including Open-source Software, Are Provided To The Va, To Remediate Newly Discovered Vulnerabilities Or Weaknesses. Remediations Of Products Or Services Provided To The Va S System Environment Must Be Provided Within 30 Business Days Of Availability From The Original Supplier And/or Patching Source. Updates Toremediate Critical Vulnerabilities Applicable To The Contractor S Use Of The Third- Party Product In Its System Environment Will Be Provided Within Seven Business Days Of Availability From The Original Supplier And/or Patching Source. If Applicable Third-party Updates Cannot Be Integrated, Tested And Made Available By Contractor Within These Time Periods, Mitigations And/or Workarounds Will Be Provided To The Cor/co Before The Above Deadlines. Specialized Devices/systems (medical Devices, Special Purpose Systems, Research Scientific Computing). This Entire Section Applies When The Acquisition Includes One Or More Medical Device, Special Purpose System Or Research Scientific Computing Device. If Appropriate, Ensure Selected Clauses From Section 6 Or 7 And 8 Through 12 Are Included. Contractor Supplies/delivered Medical Devices, Special Purpose Systems- Operational Technology (sps-ot) And Research Scientific Computing Devices Shall Comply With All Applicable Federal Law, Regulations, And Va Policies. New Developments Require Creation, Testing, Evaluation, And Authorization In Compliance With Processes Specified On The Specialized Device Cybersecurity Department Enterprise Risk Management (sdcd-erm) Portal, Va Directive 6550, Pre-procurement Assessment And Implementation Of Medical Devices/systems, Va Handbook 6500, And The Va Information Security Knowledge Service. Deviations From Federal Law, Regulations, And Va Policy Are Identified And Documented As Part Of Va Directive 6550 And/or The Va Enterprise Risk Analysis (era) Processes For Specialized Devices/systems Processes. All Contractors And Third-party Service Providers Shall Address And/or Integrate Applicable Va Handbook 6500 And Information Security Knowledge Service Specifications In Delivered It Systems/solutions, Products And/or Services. If Systems/solutions, Products And/or Services Do Not Directly Match Va Security Requirements, The Contractor Shall Work Though The Cor/co For Governance Or Resolution. The Contractor Shall Certify To The Cor/co That Devices/systems That Have Completed The Va Enterprise Risk Analysis (era) Process For Specialized Devices/systems Are Fully Functional And Operate Correctly As Intended. Devices/systems Must Follow The Va Era Authorized Configuration Prior To Acquisition And Connection To The Va Computing Environment. If Va Determines A New Va Era Needs To Be Created, The Contractor Shall Provide Required Technical Support To Develop The Configuration Settings. Major Changes To A Previously Approved Device/system Will Require A New Era. The Contractor Shall Comply With All Practices Documented By The Food Drug And Administration (fda) Premarket Submission For Management Of Cybersecurity In Medical Devices And Postmarket Management Of Cybersecurity In Medical Devices. The Contractor Shall Design Devices Capable Of Accepting All Applicable Security Patches With Or Without The Support Of The Contractor Personnel. If Patching Can Only Be Completed By The Contractor, The Contractor Shall Commit The Resources Needed To Patch All Applicable Devices At All Va Locations. If Unique Patching Instructions Or Packaging Is Needed, The Contractor Shall Provide The Necessary Information In Conjunction With The Validation/testing Of The Patch. The Contractor Shall Apply Security Patches Within 30 Business Days Of The Patch Release And Have A Formal Tracking Process For Any Security Patches Not Implemented To Include Explanation When A Device Cannot Be Patched. The Contractor Shall Provide Devices Able To Install And Maintain Va-approved Antivirus Capabilities With The Capability To Quarantine Files And Be Updated As Needed In Response To Incidents. Alternatively, A Va-approved Whitelisting Application May Be Used When The Contractor Cannot Install An Anti-virus / Anti- Malware Application. The Contractor Shall Verify And Document All Software Embedded Within The Device Does Not Contain Any Known Viruses Or Malware Before Delivery To Or Installation At A Va Location. Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Solid State, And Storage Via Chips/firmware) With Va Sensitive Information Will Be Returned To The Contractor With Media Removed. When The Contract Requires Return Of Equipment, The Options Available To The Contractor Are The Following: The Contractor Shall Accept The System Without The Drive, Firmware And Solid State. Va S Initial Device Purchase Includes A Spare Drive Or Other Replacement Media Which Must Be Installed In Place Of The Original Drive At Time Of Turn- In; Or Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With The Device, If It Is Not Possible For Va To Retain The Hard Drive, Firmware, And Solid State, Then: The Equipment Contractor Shall Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact. Any Fixed Hard Drive, Complementary Metal-oxide-semiconductor (cmos), Programmable Read-only Memory (prom), Solid State And Firmware On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Solicitation, Contract, Or Order. Data Center Provisions. This Entire Section Applies Whenever The Acquisition Requires An Interconnection To/from The Va Network To/from A Non-va Location. The Contractor Shall Ensure The Va Network Is Accessed By In Accordance With Va Directive 6500 And Iam Security Processes Specified In The Va Information Security Knowledge Service. The Contractor Shall Ensure Network Infrastructure And Data Availability In Accordance With Va Information System Business Continuity Procedures Specified In The Va Information Security Knowledge Service. The Contractor Shall Ensure Any Connections To The Internet Or Other External Networks For Information Systems Occur Through Managed Interfaces Utilizing Va Approved Boundary Protection Devices (e.g., Internet Proxies, Gateways, Routers, Firewalls, Guards Or Encrypted Tunnels). The Contractor Shall Encrypt All Traffic Across The Segment Of The Wide Area Network (wan) It Manages And No Unencrypted Out Of Band (oob) Internet Protocol (ip) Traffic Will Traverse The Network. The Contractor Shall Ensure Tunnel Endpoints Are Routable Addresses At Each Va Operating Site. The Contractor Shall Secure Access From Local Area Networks (lans) At Co- Located Sites In Accordance With Va Tic Reference Architecture, Va Directive And Handbook 6513, And Mou/isa Process Specified In The Va Information Security Knowledge Service.
Closing Date19 Feb 2025
Tender AmountRefer Documents
1191-1200 of 1210 archived Tenders