Garden Tenders
Garden Tenders
DEPARTMENT OF EDUCATION GENERAL SANTOS CITY Tender
Healthcare and Medicine
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 7.3 Million (USD 126.5 K)
Details: Description Invitation To Bid Project No: 005 – 2025 1. The Department Of Education Through The Fy 2024 Gaa Intends To Apply The Sum Of Seven Million Three Hundred Thirty-eight Thousand Five Hundred Seven And 00/100 (7,338,507.00) Being The Approved Budget For The Contract (abc) Described Below For The Procurement Of Assistive Devices, Equipment, Supplies And Materials For Inclusive Learning Resource Centers. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. Unit Description Qty Cost Abc (vat Inclusive) 1 Lot Procurement Of Assistive Devices, Equipment, Supplies And Materials For Inclusive Learning Resource Centers 1 1 Unit Learners'/clients' Chart Materials A4 Size 8-1/4 X 11-3/4 Inches Or 210 X 297 Mm Or 29.7 X 21 Cm Laminated Full Color High Quality Print Photopaper 10 70.00 700.00 2 Set Anatomical Model-human Torso Model Size: 1/2 Life Size Material: Pvc, Includes: Stand 1 62,918.00 62,918.00 3 Unit Blood Pressure-blood Pressure Monitor Type: Upper-arm Monitor Type: Digital Cuff Size: 32cm Dimension (w X H X D): 145 X 466 X 145mm Weight: 250g Power Supply: Battery Type: Li-polymer Smart App Availability: Yes, Automatic Shut Off: Wi-fi: No 5 6,560.00 32,800.00 4 Unit Stethoscope: Dual Tube Stethoscope Weight: 185g, Length: 80cm Product Material: Polymer Diaphragm, Listener Material: High-density Stainless Steel Product Composition: Eartip, Ear Hooks, Leaf Spring, Hose Heads, Diaphragms 2 1,380.00 2,760.00 5 Piece Tape Measure-material: Pvc It Has Centimeter Scale On Reverse Side Which Is Up To 300cm Large, Easy To Read Marking Measures Up To 120 Inches 10 300.00 3,000.00 6 Piece Hand Dynamometer - Hand Dynamometer Type: Electronic Counting Gripper Function: Comprehensive Fitness Exercise Material: Abs Size: 15cm/5.90""x10.5cm/4.13""x2cm/0.79"" 10 1,900.00 19,000.00 7 Packs Ice Massage Caps- Size: 2 Count (pack Of 1) Measuring 2.9” In Diameter, The Ice Cup Massager Holder Also Fits Comfortably In The Hand. Material: Polyethylene 10 700.00 7,000.00 8 Unit Balance Board- Balance Board Type: Rocker Board Dimensions: 32.28 X 11.81 X 0.59 Inches Weight Capacity: 100 Kg Material: Beech Wood Anti-skid Feature: Not Specified 5 3,700.00 18,500.00 9 Unit Treatment Table- Top Shelf With Guard Rail And Formica Material. Down Shelf, Material Plain Sheet. Mounted On 4 Swivel Caster Rubber Wheels 2″ With 2 Pieces Lock. Size: Lxwxh (28″x20″x34.5″) Painted White 1 17,400.00 17,400.00 10 Unit Exercise Steps-aerobic Step Board 69 X 28 X 15cm. Dimension: 69 X 28 X 15cm Length: 27" Width: 10.5" Adjustable Height Up To 10cm To 15cm. Offers A Secure, Nonslip Surface For Your Workout Routine, Nonskid, Feet Provide Stability & Protect Floors. 5 1,934.00 9,670.00 11 Pair Pediatric Examination Gowns- Assorted For Kids And Adult Pediatric Examination Gowns Opening: Full Open Back. Style: Child Size Color: Jellybean Print. Made With High Quality, 100% Cotton Comfortable, Durable, Washable, And Reusable Hook And Loop Closures At Neck And Mid-back. 10 700.00 7,000.00 12 Piece Towels- Material: High Quality 100% Cotton Terry. 500gm2. Size: 90 X 180cm. 20 300.00 6,000.00 13 Piece Bed Sheets- Material: Cotton + Polyester, Packaging Content: 2 Pcs Pillowcase, 1 Pc Fitted Sheet, Single Size:36"*75"+7.8", Pillowcase Size: 18'*28", Garterized Corners 20 2,000.00 40,000.00 14 Piece Pillows- Pillows, Plain White, Soft Pillow, Size:18x28 Inches 10 900.00 9,000.00 15 Piece Pillowcase- Length: 50 Cm (20 ") Pillowcase Quantity: 1 Piece Width: 80 Cm (31 ") 100 % Polyester 20 180.00 3,600.00 16 Piece Blankets- Length: 160 Cm White Sheet Soft Texture, High Quality Fabric Size: 52 X 90 Inch 20 450.00 9,000.00 17 Unit Step Stools - Step Stools Double Steel Caravan Step. Rubber Non- Slip Steps. Leg Distance Front To Back 65 Cm. Width 42 Cm. Top Step Height 38 Cm. Bottom Step 20 Cm. 5 3,600.00 18,000.00 18 Unit Therapist Stools On Wheels-adjustable Height Of 19 - 24". It Comes With A 3" Hi-density Cushion With Multi-layered Padding, And A 14" Seat Diameter. Built With 5 Casters Made Of Plastic Easy To Clean. Color: Black 5 4,950.00 24,750.00 19 Piece Kinesiology Tape-ultra-strong And Sticky-hypoallergenic Adhesive Water Resistant. 97% Cotton, 3% Nylon. 180% Stretch For Full Range Of Motion Latex And Zinc Free Sticks 2-7 Days 5-10 Applications Per Roll Each Is 2""x 16.4"" (5cmx5cm) 20 2,100.00 42,000.00 20 Set Splinting Materials - Rescue Padded Board Splint. 6 Paddes Wood Splint (different Sizes) Sizes: 35"", 25"" And 15". Velcro Straps Color: Blue. 20 4,200.00 84,000.00 21 Unit Paraffin Bath- Large Opening Design: Inner Pot Allows For Hands, Feet, And Elbows To Be Dipped Into The Melted Wax. Alloy Heating Pot Melts Paraffin Wax Blocks In 0.5 Hours. Adjustable Heating Ranges From 86-158°f. Timer: Settable From 1 To 99 Minutes. (free Installation) 2 32,340.00 64,680.00 22 Set Dumbbells Sets- Weight: 37kg Type: Medical Rehabilitation Equipment Total 18 Dumbbells 1 Lb / Piece, 2 Pieces 2 Lbs / Piece, 4 Pieces 3 Lbs / Piece, 4 Pieces 4 Lbs / Piece, 4 Pieces 5 Lbs / Piece, 4 Pieces 3 25,000.00 75,000.00 23 Set Goniometers- Protractor Goniometer With 360 Degrees Coverage To Measure Joint And Compare The Changes In Joint Angles Material: Clear Plastic 3 Goniometer: 12-inch, 8 Inch And 6 Inch 3 600.00 1,800.00 24 Set Reflex Hammer-features: Pointed Babinski-style Tip Zinc Alloy Comfortable Handle Grip Control, Hammer For High Elastic Pvc Rubber Material: Zinc Alloy + Pvc; Color: Black Package Size: 27*11*3.5cm/10.6*4.3*1.3-inch Package Weight: 140g/4.9oz. 1 8,100.00 8,100.00 25 Piece Thermometer - Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f. Material: Abs Plastic. Accuracy: (+/-)0.2°c. Auto-shutdown Time: About 18s Power Supply: 2 * 1.5v Aaa Batteries (not Included). 1 Year Warranty 5 1,600.00 8,000.00 26 Unit Multiple Mode Electrical Stimulator-1 Second Measuring Time. 3 Color Backlight Fever Reminders Auto Shut Off At 18 Seconds Store 50 Sets Of Data. Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f. 3 9,884.00 29,652.00 27 Piece Foam Rolls- Material: Expanded Polypropylene Foam Item Weight: 0.42 Pounds Size: 18 Inches 3 4,000.00 12,000.00 28 Piece Mobilization Belts And Devices- Size 8 Feet Specific Uses For Product. Use For Legs, Hips, Arms, Back, Whole Body - High-quality Nylon Mobilization Belt Features A Plastic Side-release Buckle And Is Designed For Durability And Patient Safety. 5 2,850.00 14,250.00 29 Piece Gait Belt-1x Transfer Gait Belt Measurement Length: 60 Inches Width: 2 Inches 5 1,458.00 7,290.00 30 Set Theraband -4 Resistance Levels, Including Yellow, Red, Green, And Blue Supplied In Lay Flat Length Of 8", 12" And 18" Latex Rubber Weight Level: Yellow: 3 Lbs-4.3 Lbs Red: 3.7 Lbs-5.5 Lbs Green: 4.6 Lbs-6.7 Lbs Blue: 5.8 Lbs-8.6 Lbs 5 10,100.00 50,500.00 31 Piece Wedge Bolsters- A Firm And Breathable Bed Wedge Pillow Stays Cool, And Its Measurements Are 25″l X 25″w X 12″h Inches. / Breathable & Washable Cover / Designed To Provide Higher Body Support. 5 6,998.00 34,990.00 32 Piece Round Bolsters-weight:0-0.5 Kg Shape:column Feature:memory Filling:microfiber Material:100% Fiber Size:8" X 36" Color:white - Ideal For Hugging, Cylindrical Pillow, Great For Side Sleepers. 5 4,800.00 24,000.00 33 Piece Core Peak Bolsters- An All-purpose Positioning Aid • Provides Support Under The Legs, Arms, Feet, And Other Areas Of The Body. Fits Standard Treatment Tables • 18" In Length With At Least 6" In Diameter. 5 9,006.00 45,030.00 34 Piece Round Bolsters-weight:0-0.5 Kg Shape:column Feature:memory Filling:microfiber Material:100% Fiber Size:8" X 36" Color:white - Ideal For Hugging, Cylindrical Pillow, Great For Side Sleepers. 5 1,500.00 7,500.00 35 Piece Core Peak Bolsters- An All-purpose Positioning Aid • Provides Support Under The Legs, Arms, Feet, And Other Areas Of The Body. Fits Standard Treatment Tables • 18" In Length With At Least 6" In Diameter. 4 1,100.00 4,400.00 36 Piece Walking Cane-adjustable Aluminum Cane With Wooden Handle, Anodized Finish And Rubber Tip. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 5 1,320.00 6,600.00 37 Piece Quad Cane -stable Structure, Thickened Stainless Steel Material. Abs Non-slip Handle, Ergonomic Design, Comfortable Grip. Spring Button For Easy Height Adjustment. Firm Lock Hoops To Stabilize The Body. 4 2,740.00 10,960.00 38 Piece Wheelchair - Front Wheel Size: 6 Inches Expanded Size: 82 * 58 * 87cmseat Depth: 38cmrear Wheel Size: 16 Inches Back Height: 42cmfolded Size: 70 * 25 * 72cmhandrail Spacing: 55cmseat Width: 45cmnet Weight: 11kgnet Weight Of All Aluminum Alloy Frame: 11kg 10 5,600.00 56,000.00 39 Piece Pediatric Walker- Height-adjustable Frame Sizes. 360-degree Swivel Front Casters For Versatile And Flexible Mobility. Foot-operating Locking Mechanism On Front Casters. Rubber Tire Design 5 13,200.00 66,000.00 40 Set Communication Boards. Measures 9"x7.5". Binder Comes With 5 Different Colorful 10 Mil Poly Dividers, 3 Hard Strips (hook) Attached On Each Side To Hold 30 Cards. Each Card Measures 1.5 X 1.5. Inch Mounted With 1/2-inch Soft Dot (loop), And Round Corner Cut. 10 6,172.00 61,720.00 41 Set Dry Erase Sleeves. Reusable Dry Erase Pockets. Colors: Blue, Pink, Yellow, Red, Green, Purple. Size: 25.5*35.5cm(1pcs). Quantity: 12pcs Package Including: 6 X Dry Erase Pockets 6 Pens 10 796.00 7,960.00 42 Set Wind Up Toys. Category: Clockwork Engineering Road Roller Material: Plastic Size: 9.9*6.5*5.3(cm) Color: Three-color Random Hair Ages: 3+ 10 440.00 4,400.00 43 Set Wordless Picture Books. A Wordless Book About Dealing With Big Emotions Like Fear, Grief, Loss, Sadness, And Anger Hardcover | 36 Pages Product Dimension: Approx. W1cm X L22.2cm X H22.2cm Product Weight: Approx. .28kg 10 1,998.00 19,980.00 44 Piece File Folders. (black Or White) Model: Minimum Of 100 Pages Capacity Size: 310*235mm Suitable For School And Office Supply 10 280.00 2,800.00 45 Set Articulation Cards. Genre: Children's Learning & Education Sub-genre: Society & Culture Label: Scholastic Teaching Resources Language: English Publisher: Scholastic Teaching Resources 10 3,913.00 39,130.00 46 Set Basic Vocabulary Board. Each Unit Comes With: Flashcards Smash Mat Trace And Color Cut And Glue Flipbook Black And White Versions Of All Activities 10 10,150.00 101,500.00 47 Set Phonics Phones. Specifications - Each Pack Includes Two Durable Whisper Phones, One In Vibrant Blue And One In Eye-catching Red. 10 536.00 5,360.00 48 Piece Taekwondo Mats. Thickened 1 Meter X 1 Meter X 2 Cm Interlocking Mats. Color Blue. 30 1,750.00 52,500.00 49 Set Vestibular Balls- (3 Pieces) Material: Synthetic Material Size: 55.0 / 65.0 / 75.0 Cm. Weight: 1100.0 / 1400.0 / 1700.0 G. Color: Violet / Blue / Black 3 6,200.00 18,600.00 50 Unit Monkey Bar With Platform For Swing- Materials: 7/8-inch Plywood 3.5’x2, Washable Mat, 1/2-inch Braided Ropes, Stainless Steel Carabiners Dimensions: 47 X 27.5 Inches; Maximum Rope Length - 7 Feet, Weight Limit: 100 Kilos (free Installation) 1 42,000.00 42,000.00 51 Set Trampoline With Handrails 40-inch Jumping Surface Area, Handrail Adjusts From 28.5"" To 36.5""h 16lbs. Holds Up To 300 Lbs 2 11,580.00 23,160.00 52 Unit Tumble Barrels-inside Diameter: 18"-24”, Outside Diameter: 24", Weight: 250lbs. (free Installation) 1 40,695.00 40,695.00 53 Set Wall Bars- 6-hole Design Pull Up Bar. The Maximum Weight Is 200kg. Solid Steel Bar With Black Powder Coating To Prevent Rust And Corrosion And Prolong Service Life, With Soft Cushions. 2 2,598.00 5,196.00 54 Set Adl Board - 6 Colors, 6 Different Dressing Skills Training. A Quiet Skill Book Made Of Cardboard And Non- Woven Fabric. Suitable For Children 2-7 Years Old. Package Dimensions: 11.73 X 9.76 X 2.28 Inches Item Weight: 1.28 Pounds" 10 494.00 4,940.00 55 Unit Pediatric Walker - 360-degree Swivel Front Casters For Versatile And Flexible Mobility. Total Height: 75-90cm Side Wheel Width: 70cm. Front And Rear Track Width: 75cm. Left And Right Wheel Track: 40cm Suitable Height: 85-120cm. Weight: About 12kg 4 17,998.00 71,992.00 56 Set Assessment Tool Set Of Assessment Tools For Behavioral, Psychological, Intellectual, Motor, Socio- Emotional (1 Copies Per Set) Like: Ravens Progressive Matrices Tests, Goodenough-draw A Person Test 2 48,000.00 96,000.00 57 Set Assessment Tool Set Of Assessment Tools For Behavioral, Psychological, Intellectual, Motor, Socio- Emotional (1 Copies Per Set) Like: Wechsler Intelligence Scales For Children (wisc-v) 2 48,000.00 96,000.00 58 Pcs Reading Stand - High-grade Steel (iron). Color: Black. Dimensions: 26 Cm X 21 Cm X 16 Cm (folded) Adjustability: Multiple Notches For Adjustable Height And Angle. 1 Rotary Page Clip To Hold Pages Securely. 10 1,050.00 10,500.00 59 Unit Braille Translator- Supports Translation Of Print (word, Html, Daisy And Others) To Braille For Over 130 Languages. Drives All Major Braille Embossers. (with 6 Months Warranty) 1 136,800.00 136,800.00 60 Unit Laptop 15.5" – 17" Monitor, Processor: Between 2.0- 2.8ghz 512gb Ssd, 8gb Ram (3 Mos. Warranty) 36 39,000.00 1,404,000.00 61 Cord Hdmi Cord 5 Meters 5 600.00 3,000.00 62 Cord Hdmi Cord 10 Meters 5 900.00 4,500.00 63 Set Connector Cord. Cord With Male Plug To Connect From Cellphone/ Laptop To Sound Systems Microphone Port. 5 500.00 2,500.00 64 Unit Augmentative Communication Systems. Package Dimensions 9.13 X 3.03 X 1.1 Inches Batteries 2 Aaa Batteries Required. (included) Preprogrammed Commands Wide Variety- Travel Bag- Aac Device 10 3,702.00 37,020.00 65 Unit Call Lights. Receiver Working Voltage: 110-260v Transmitter Battery: 12v 23a Alkaline Battery Working Distance: 1000 Feet In Open Area. [packing List]. 3 Receivers 2 Transmitters. 2 X Double-sided Tape. 1 X User Manual. 2 X 12v 23a Batteries. 10 1,536.00 15,360.00 66 Unit External Hard Drive. 1tb External Hard Drive Usb 3.0 5 3,500.00 17,500.00 67 Unit Audio Voice Recorder. Built-in 375mah Battery, Specification: Recording Time: 512kbps, 32gb: About 144 Hours. Storage Media: Tf Card, 32gb, Battery Capacity: 375mah, Package Size: 15.2x7.8x3.7cm/5.9x3x1.4in, Package Weight: 135g – 140g/4.7oz 10 2,674.00 26,740.00 68 Unit Portable Reading Camera -macro Focus Range 10 Cm Shooting Modes Easy, Macro, Automatic Exposure Control Type Automatic Color; White Video Capture Resolution; 1080p, 2448p 5 10,260.00 51,300.00 69 Unit Laser Printer. Computer Printers Using Powder - Based For Swell Paper. 2 20,000.00 40,000.00 70 Unit 3 In Printer - Print, Scan, Copy, Fax With Adf, Flatbed Color Image Scanner, A4, Ltr, 8.5 X 13’, Folio 9 19,080.00 171,720.00 71 Unit Projector -5,000 Ansi Lumens (standard). Wxga 1,280 X 800) Dlp Type Projector. With Built-in Speaker X 16,000 Hours (standard), 10,000 Hours (eco), 15,000 Hours (extreme Eco) Lamp Life Wireless Projection Hdmi Cable, Bag 2 Years Warranty" 1 25,000.00 25,000.00 72 Unit Projection Screen. Specs: 120 Inch Projector Screen With Tripod Stand Home Outdoor Screens Cinema Portable 1 6,490.00 6,490.00 73 Pcs Calculator. Basic Calculator Big Calculator. Office Supplies. Dimension: 160.4x164.5x44.2mm. Color White. Dual Power Supply. Aaa Battery With Solar Panel. Inner Concave Buttons. 5 500.00 2,500.00 74 Unit Touch Screen Tv – Not Less Than 55" Android Tv (free Installation) 1-year Service Warranty 1 61,000.00 61,000.00 75 Pcs Cork Bulletin Board (20x30cm Cork Board With Black Wooden Frame) 1 430.00 430.00 76 Pcs Convertible Drawing And Drafting Table (manual Lift Dimension W-7.75 X D 24x H22" To 31.5") 3 8,400.00 25,200.00 77 Pcs Table. Desk Painting Easel (wooden Easel Stand For Painting 1.75m Complimentary Screws Firm And Strong) 5 454.00 2,270.00 78 Pcs Gauze Bandage (sterile Gauze Bandage 3x10 Per Box) 2 300.00 600.00 79 Pcs Povidine-iodine 120ml (antiseptic Wound Solution) 5 250.00 1,250.00 80 Pcs Artist Taboret (35 ½" H X 17 ½" W X 14 ½" D+9/cm X 44cm X 37 Cm 1 26,784.00 26,784.00 81 Pcs Medicine Cabinet Large. Dimension: 29 X16.5x16 Cm 2 1,500.00 3,000.00 82 Pcs Sewing Machine (zigzagger) Power:90w, Rated Voltage:220v, Number Of Stiches:23, Automatic Winding. Presser Foot Pressure Adjustable (free Installation) 1 25,000.00 25,000.00 83 Pcs Sewing Machine (electric) (portable Sewing Machine With 23 Stitches (free Installation) 2 15,000.00 30,000.00 84 Pcs Tailors’ Scissors (10") Heavy Duty 5 1,500.00 7,500.00 85 Pcs Glue Gun (20w High Temperature) 5 111.00 555.00 86 Pcs Acrylic Color (set 12 Pc X 12 Ml) 5 368.00 1,840.00 87 Pcs Scissors, 5" Blunted Scissors, Plastic Handle. 5 112.00 560.00 88 Pcs Cutters. Snap Off Blade Knife Blade, Refill 9 Mm 5 13.00 65.00 89 Pcs Watercolors (50 Color Solid Watercolors Tin Box (202'82'33mm) 5 441.00 2,205.00 90 Pcs Art Paper (assorted Colors, Short Size) 5 270.00 1,350.00 91 Pcs Paint Brushes (12 Pcs Fine Detail Paint Brush) 5 246.00 1,230.00 92 Pcs Yarn (yarn Hand Knitting And Crochet Single Color (5 Colors) 5 30.00 150.00 93 Pcs Glue (1 Bottle 240g) 5 126.00 630.00 94 Pcs Colored Pencils (colored Pencils 12/set) 5 190.00 950.00 95 Pcs Colored Pens (fine Line Colored Marker 24 Colors In Pvc Bag) 5 90.00 450.00 96 Pcs Sewing Pins (sewing Pins 40 Pcs/set0 5 10.00 50.00 97 Pcs Sewing Needles(hand) (sewing Needles Big And Small) 5 18.00 90.00 98 Pcs Rotary Cutter (45mm) 5 169.00 845.00 99 Pcs Tape Measure (body Tape Measuring Ruler Tailoring) 5 16.00 80.00 100 Pcs Crochet Hooks (100 Pcs Crochet Hook) 5 286.00 1,430.00 101 Pcs Knitting Needles (2 Pcs/set (35cm) Knitting Sweater Stick Needle Bamboo Sweater Needle Knitting Scarf Tool) 5 144.00 720.00 102 Pcs Crochet Thread (thread Yarn 175 M) 5 46.00 230.00 103 Pcs Sewing Thread (polyester 1000 M) 5 42.00 210.00 104 Pcs Painting Easel. Studio/ (90/150 Cm Easel Wooden Standard Painting Display) 5 569.00 2,845.00 105 Pcs Manual Pencil Sharpener (one -hole Sharpener Tub) 5 68.00 340.00 106 Pcs Doll Mannequin. Whole Body With Stand Decor Body Dress Full Body Display 5 411.00 2,055.00 107 Pcs Transparent Edge T- Square (hand Tool Inch Metric Ruler 6") 5 535.00 2,675.00 108 Pcs Wood Carving Set. Carpentry Tools (professional 12/set Manual Wood Carving) 5 1,670.00 8,350.00 109 Pcs Staple Gun. (gun Tacker/ Staple Gun Length-18cm Width -12cm H-3cm, Color- Silver Head T50) 5 226.00 1,130.00 110 Pcs Slope Sink. (single Bowl Stainless Steel Kitchen Sink Box 15" Single Bowl Kitchen Sink Sus 304) 5 21,892.00 109,460.00 111 Pcs Roofing Square. Dual Marking Right Angle Picture Framing Carpenter Ruler (wadlow Stainless Steel Angle Ruler Aluminum Alloy Body Heavy Duty Tool) 5 216.00 1,080.00 112 Pcs Professional Compound Mitre Box & Saw (mitre Box And Box Saw Set 12 Inch) Miter Box Will Handle Stock 7 1/4" High, 8" Wide At 90°, And 5" Wide At 45°. The Saw Can Be Set At Any Angle And Has Automatic Stops For 90°, 45°, And For 5, 6, 8 And 12-sided Frames. 1 1,510.00 1,510.00 113 Pcs Drawing Lamp (metal Adjustable Arm Work Desk Lamp) 5 373.00 1,865.00 114 Pcs Chisel Rack For Wood Carving (professional 12-piece Wood Carving Chisel Set With Black Case Sharp Hand Tools For Beginners) 5 1,299.00 6,495.00 115 Pcs Corner Clamp (90-degree Single Swing Jaw Corer Clamp 68 Mm) 5 258.00 1,290.00 116 Pcs Decorative Realistic Artificial Fruits (realistic Artificial Fruit Such As Apples, Orange, Lemon, Pineapple And Banana) 5 293.00 1,465.00 117 Pcs Geometric Shapes Set (wooden Montessori Learning Geometric Building Blocks) 5 1,176.00 5,880.00 118 Pcs Geometric Designer Templates (multi -functional Geometric Ruler) 5 118.00 590.00 119 Pcs Stack Rack (toy Origami Rack Shelves) 5 1,477.00 7,385.00 120 Pcs Picture Frame And Miter Clamp (90 Degree Right Angle Clip Picture Frame) 5 710.00 3,550.00 121 Pcs Heat Gun (heat Gun With Accessories 2000 W) 5 1,725.00 8,625.00 122 Pcs Tape Dispenser (tape Dispenser 1") 5 114.00 570.00 123 Pcs Multi- Function Three - Hole Puncher (multi-dimensional 3 -hole Puncher) 5 4,176.00 20,880.00 124 Pcs Metric Scale (technical Triangular Scale. Set Of 45, 90 Degrees) 5 68.00 340.00 125 Pcs Steel Tape Measure (tape Measure 8m/20) 5 470.00 2,350.00 126 Pcs Heavy Duty Circular Saw (7-¼" 1600w) 5 4,104.00 20,520.00 127 Pcs Abrasive Disc Cutter Machine (ssc22 14-inch Cut Off Saw Machine 2200w) 5 7,577.00 37,885.00 128 Pcs Manual Canvas Pliers (industry Line Combination Plier Insulated Pliers) 5 416.00 2,080.00 129 Pcs Jet-bow Beam Compass Drawing Set. The Set Includes 6" Speed Compass With Inter-changeable Pen, Pencil, Divider Parts, And Replaceable Needle Points. 4½" Bow Compass With Inter-changeable Pen, Pencil, And Divider Parts. 5 1,169.00 5,845.00 130 Pcs Human Head Model(2 Pack 17" Foam Head Female Wig Head 5 4,791.00 23,955.00 131 Pcs Screw Drivers Set( 9 Pcs Multi-purpose Magnetic Screwdriver Set 5 226.00 1,130.00 132 Pcs Pliers. Pliers And Grip Set (premium 4 Pcs Insulated Pliers Set) 5 2,904.00 14,520.00 133 Pcs Artist Stool With Wheels (stainless Steel Stool Bar) 5 1,991.00 9,955.00 134 Pcs Screen Print Squeegee (curved Aluminum Handle Squeegee 75) 5 308.00 1,540.00 135 Pcs Mixing Paint Palette (paint Mixing Palette 10 Well Plastic) 5 45.00 225.00 136 Pcs Carving Chisels For Wood (wood Chisel 4 Pcs/set) 5 798.00 3,990.00 137 Pcs Files Set For Wood Carving, Craft Metal, And Glass Stone (10-piece Needle File Set For Jewelries) 5 191.00 955.00 138 Pcs Heavy Duty Multi- Purpose Bench Vise (8") Mounted On A Steel Platform. 2 15,000.00 30,000.00 139 Pcs Anvil (15 Kg) With Steel Mounting Platform 2 12,000.00 24,000.00 140 Unit Electric Angle Grinder. Heavy Duty 4" 1000w Professional Power Tools Grinders Variable-speed 3 2,500.00 7,500.00 141 Box Cutting Disc For Steel. Ultra-thin Cutting Disc 4 (25pcs) For Stainless 5 2,000.00 10,000.00 142 Pcs Cutting Discs For Masonry. 4”-inch Professional Diamond Cutting Disc Continuous Eco For Tile / Ceramic 20 300.00 6,000.00 143 Set Drill Bits.3-12mm Multifunctional Triangle Glass Metal Drill Bit Set Diamond Ceramic Tile Concrete Brick Wood Punching Hole Drill Bits 5 500.00 2,500.00 144 Set Drill Bits. 13pc Cobalt High Speed Steel Twist Drill Bit Set 1.5mm-6.5mm For Drilling Metal Wood Stainless Steel 5 500.00 2,500.00 145 Set Drill Bits For Wood. 7pc X Long Wood Drill Bit Set 4mm 5mm 6mm 7mm 8mm 10mm 12mm X 300mm Brad Point Auger Drill Bits Wood 5 500.00 2,500.00 146 Set Electric Wood Power Planer. Wood Planer For Woodworking. 1200 Watts. 1300 Rpm. 50 Hz. 80mm Wide. With Accessories. With Warranty 3 3,000.00 9,000.00 147 Unit Impact Drill 13mm Hammer Electric Drill Heavy Duty 220v Household Power Tools Industrial Screwdriver. 7.5 Amp Copper Motor, 700w, 3300rpm. With Warranty 3 3,000.00 9,000.00 148 Box Welding Rod Special N-6013 (2.5) (3/32 X 13”) 10kg Per Box 4 2,500.00 10,000.00 149 Unit Electric Welding Machine. Portable Igbt Inverter Welding Machine (dc Inverter Welding) With Accessories. With 3 Mos. Warranty 3 5,000.00 15,000.00 150 Pcs Welding Protective Suite (genuine Whole Leader Welding Apron) 5 2,362.00 11,810.00 151 Pcs Welding Hood Cape (standard Size) 5 311.00 1,555.00 152 Pcs Welding Gloves 5 186.00 930.00 153 Pcs Welding Protective Visor Glasses, Standard 5 420.00 2,100.00 154 Pcs Welding Mask (welding Helmet Auto Darkening Adjustable) 5 465.60 2,328.00 155 Pcs Hard Hat (heavy Duty Safety Helmet With Chin Strap) 5 291.00 1,455.00 156 Pcs Compact Electric Kilns (quick Fire A Kiln Controller) 2 39,305.00 78,610.00 157 Pcs Heat Press Transfer Machine (multi-function Heat Press Machine Flatbed: 30 Cm X 38 Cm) 2 11,808.00 23,616.00 158 Pcs Hammer For Carpentry. Claw Hammer /16oz 5 300.00 1,500.00 159 Set Hacksaw Frame With Blade For Metal 12" 300mm Heavy Duty 5 350.00 1,750.00 160 Pcs Wooden Hand Saw. 18" High Quality Metal Blade With Plastic And Rubber Handle 5 350.00 1,750.00 161 Pcs Steel Measuring Tape. Fluorescerous Tape 10m Portable Self Lock Tape Measure Meter Tape Tools 5 350.00 1,750.00 162 Pcs Tri Square. High Quality Metal Frame 12" With Clear Markings 5 750.00 3,750.00 163 Pcs Level Bar. Aluminum Level Bar With Magnet Heavy Duty 80cm 2 2,000.00 4,000.00 164 Pcs Plumb Bob / Hulog. With String 350g 5 250.00 1,250.00 165 Set Rachet. Combination Wrench Steel Chrome Vanadium 8-24mm (per Piece) 5 500.00 2,500.00 166 Set Ratchet Wrench. 12pcs 1/2 1/4-inch Drive Ratchet Wrench Cr-v Socket Kits Mechanic Spanner Car Motorcycle Repair Tool 5 700.00 3,500.00 167 Pcs Adjustable Wrench. Industrial Adjustable Wrench (12") 300mm Made Of High-quality Steel. 5 350.00 1,750.00 168 Set Back Wrench. Set Of Heavy-duty Double Ring Spanner Wrench (metric 28mm - 32mm) Cr-v 5 500.00 2,500.00 169 Set Combination Wrench Tool Set 16pcs (8-32mm Professional Dual Purpose 5 700.00 3,500.00 170 Set Magnetic Screwdriver Set Professional Cushion Grip 5 Flat Head And 4 Phillips Tips Screwdriver Non-slip 5 1,000.00 5,000.00 171 Set Allen Wrench. Short Arm Hex Allen Key Set With Carbon Steel Material. (1.5 To 6 Mm 7 Pcs Set) 5 100.00 500.00 172 Set Heavy Duty Pliers. 8"standard Pliers Cutter Longnose Combinations 8"pliers 5 500.00 2,500.00 173 Pcs Water Pipe Wrench 18” Liyabe Tubo Yabe Hand Tools 5 500.00 2,500.00 174 Set Chisel For Wood. 90 Mm Wooden Handle. 12pcs Professional Manual Wood Carving Hand Chisel Carving Tool Set, 8mm-14 Mm High Quality Steel Blade. 5 900.00 4,500.00 175 Set Wood Planer Set -katam. Locally Manufactured 8 Inches 2 500.00 1,000.00 176 Pcs Rubber Mallet (16 Oz) 5 258.00 1,290.00 177 Pcs Ball Peen Hammer (½ Lb. (80 Oz) 5 376.00 1,880.00 178 Pcs Cutting Mat 6680412 5 268.00 1,340.00 179 Pcs Heavy Duty Extension Wire (10-meter Wire: 162 C, Plug: 15a, 25 V, Maximum Wattage:3750 W., At Least 4 Outlets) 5 900.00 4,500.00 180 Set Microphone With 5-meter Cord, Anti-interference, Anti-whistling. 2 1,500.00 3,000.00 181 Pcs Portable Sound System With Microphone ( Active Portable Trolley Speaker , 600w Max Power, Bluetooth + Tws, Usb & Sd Playback, Fm Radio, Line-in & Line -out, 2 Guitar Input, 2 Wired Mic Input, 180 Channels, Mic Priority, High Quality Lead Acid 12ah Battery, 12 Dc Input, Dimensions: (l) 36.5cm (w) 40 Cm (h) 67.5 Cm, 2 Fee Wireless Mic) 2 20,000.00 40,000.00 182 Pcs Camera Flash. 92 Ft./28 M) 2 13,800.00 27,600.00 183 Pcs Camera Lens (18-200mm F/3.5-5.6 Lens 2 40,336.00 80,672.00 184 Pcs Camera Tripod (aluminum Tripod Digital Camera Tripod Mobile Phone Selfie Stands) 2 2,500.00 5,000.00 185 Pcs Studio Lights (soft Light) 4 10,200.00 40,800.00 186 Hdmi Cord. Hdmi Male To Male Cable Hd104 10110 10 Meter. 4k/60hz 2 1,500.00 3,000.00 187 Hdmi Cord. 5 Meters. Two-color Injection Plug Double Shielded Cable Body. Hdmi2.0 Version. Resolution: 0.75m-3m Support 4k 60hz; 5m Support 4k 30hz Only. Awg:30awg (0.75m-5m) 5 600.00 3,000.00 188 Pcs Soft Box Stand And Reflector Holder (50x70 Cm Soft Box Lighting Kit) 2 442.00 884.00 189 Pcs Monolights (200 W) 2 3,931.00 7,862.00 190 Pcs Reflector With Holder (holder /arm Stand Kit) 2 2,891.00 5,782.00 191 Pcs Boom Light Stand And Reflector Holder (420 Lb. Light Boom Stand With Weight Bag Up To 5kg Maximum Lead Capacity) 3 5,508.00 16,524.00 192 Pcs Background (4.22 M Background Paper 1.36 X 10m) 3 1,438.00 4,314.00 193 Pcs Display Panel Board (display Parallel Board) 1 14,290.00 14,290.00 194 Pcs Offline Mini Compressor (air Compressor Kwv550 9l Oil Less 3 4,558.00 13,674.00 195 Pcs Styrofoam Cutter (electric Foam Cutter Hot Wire Pen Portable) 5 238.00 1,190.00 196 Pcs Potter's Wheel/ Electric Potter's Wheel / Cutter (220 Volts Pottery Wheel) 1 6,228.00 6,228.00 197 Pcs Fire Blanket (with Pvc Pouch 1.2m X 1.2 M) 3 624.00 1,872.00 198 Pcs Smoke Detector X-sense Xs01 Mini Smoke Detector- Stand Alone 3 1,799.00 5,397.00 199 Pcs Disposal Bins (trash Bins 75 L) 3 1,804.00 5,412.00 200 Pcs Dressing Mirror (whole Body Mirror With 4 Wheels Height 5ft. Width 14 Inches) 1 1,500.00 1,500.00 201 Pcs Dish Towels (10 Pc. Per Set 25 Cm X 25 Cm Microfiber Super Absorbent) 10 993.00 9,930.00 202 Pcs Steamer. 3 Layer Steamer 32cm Stainless Steel Cooking Pots Cookware Steam High Quality 3 1,156.00 3,468.00 203 Pcs Soap Dish (dual Soap Case With Cover & Handle- Bathroom Soap Dish / Soap Case) 50 70.00 3,500.00 204 Pcs Detergent (detergent Powder Set 6 Kilos-i Kilo X 6 Pouches) 50 288.00 14,400.00 205 Pcs Hand Soap (liquid Hand Soap Antibac 1 Gallon) 50 216.00 10,800.00 206 Pcs Pots (extra Size #4 (26cm Diameter 16 Cm In Height) 20 673.00 13,460.00 207 Pcs Pans (nonstick) 5 194.00 970.00 208 Pcs Toilet Paper Holder (wall Mounted Bathroom Toilet Paper Holder Tissue) 2 238.00 476.00 209 Pcs Dipper (plastic Dipper L 11" X W 36"x H 41" 2 15.00 30.00 210 Pcs Pail (utility Pail With Metal Handle 10l/26x27 Cm) 2 111.00 222.00 211 Pcs Trash Can (with Plastic Swing Lid L-27 Cm, W- 17.5cm, H- 40.5 Cm) 2 260.00 520.00 212 Pcs Toothbrush (extra Clean Toothbrush 5 Pk -soft) 20 182.00 3,640.00 213 Pcs Hairbrush (natural Wood Hairbrush Comb) 20 120.00 2,400.00 214 Pcs Comb (1 Dozen Suklay 3-hole X Sz-28 Big) 20 90.00 1,800.00 215 Pcs Toothpaste (red 100 Ml) 20 60.00 1,200.00 216 Pcs Plastic Tumbler 20 300.00 6,000.00 217 Pcs Razor (twin Blade Disposable Razors) 20 120.00 2,400.00 218 Pcs Nail Clipper (stainless Nail Clippers H-8 Cm Wt-0.046 Kg) 20 100.00 2,000.00 219 Pcs Nail File (12 Pcs Red Nail File (medium) 20 50.00 1,000.00 220 Pcs Deodorant (roll On 50 Ml Bottle) 20 150.00 3,000.00 221 Pcs Face Towel (basic Face Towel - Free Size) 20 100.00 2,000.00 222 Pcs Feminine Napkin (silk Floss 12 Pcs) 200 50.00 10,000.00 223 Pcs Dust Catcher With Broom (2n1 Broom Dustpan Set Windproof Floor Sweeper With Broom) 5 170.00 850.00 224 Pcs Feather Duster (soft Magic Feather Duster Long Size And Colorful Colors (plastic) 5 150.00 750.00 225 Pcs Wash Rags (round Rags) 5 30.00 150.00 226 Pcs Floor Map (magic Spin Mop With Bucket 360° Rotating Floor Cleaning Plastic Liner) 5 264.00 1,320.00 227 Pcs Garbage Can (super Convenient Mini Flip Lid Trash Can (plastic) 10 150.00 1,500.00 228 Pcs Sponge (high Density Double-sided Dishwashing Sponge 7x10x3 Cm) 10 30.00 300.00 229 Pcs Spray Bottle (garden Sprayer Capacity: 500ml) 10 170.00 1,700.00 230 Pcs Table Napkin (1 Ply 40s Sheets Folded) 10 21.00 210.00 231 Pcs Place Mat (table Placemat Pvc Anti-slip Placemat Washable Durable Kitchen S:30x45cm) 10 25.00 250.00 232 Dozen Plates (12 Pcs Plates 8-inch Melamine White) 6 358.00 2,148.00 233 Set Drinking Glass (drinking Glass 10 Oz Tall Clear Tumblers Set Of 6 L=5.5cm H-12 Cm) 6 510.00 3,060.00 234 Pcs Pitcher (durable Crystal-clear Glass 1.5l) 6 258.00 1,548.00 235 Pcs Bowl (serving Bowls, Clear Glass 20 Cm Diameter) 6 72.00 432.00 236 Pcs Water Dispenser. Hot And Cold Water/drinking Household Multifunctional Top Loading. Stainless Steel Casing Color White. Dimension: 85x29x29 Cm. Large Bottom Locker. 3 3,000.00 9,000.00 237 Pcs Electric Hand Drier (free Installation) 1 5,000.00 5,000.00 238 Pcs Water Pail. (utility Pail With Metal Handle 10l Color: Red/ Blue L-27cm, W-27cm, H-26 Cm 6 335.00 2,010.00 239 Bot Dish Washing Liquid. Kalamansi Lemon Antibac Hygiene 780ml Bottle 10 350.00 3,500.00 240 Pack Laundry Powder Soap. 5 Kg Supra Clean, Natural Scent 10 600.00 6,000.00 241 Pcs Laundry Bar Soap (scrubber Bar 125g) 120 18.00 2,160.00 242 Pcs Clothesline (1 Pc Nonslip Clothesline 35 M) 20 10.80 216.00 243 Pcs Clothes Pin (laundry Clothes Pins Spring Clips 24 Pcs Plastic) 20 48.00 960.00 244 Pcs Wash Basin (laundry Basin 23 Inch) 10 504.00 5,040.00 245 Pcs Laundry Bag Set (4 Pcs/set Laundry Washing Bag- 1 Pc M(30cmx40cm) 1pc L (40cmx50cm) 1pc Xl (50x60 Cm) 10 150.00 1,500.00 246 Pcs Ironing Board (ironing Board With Stand Portable 43"iron Board (70cm To 86 Cm) 5 1,300.00 6,500.00 247 Pcs Flat Iron (non-stick Teflon Saleplate Spray Function Ht & Width 251x170x120mm 5 870.00 4,350.00 248 Pcs Mono Bock Chair, Standard Size. White. Load Capacity 200kg. 20 600.00 12,000.00 249 Pcs Curtain Rod (steel +anti-rust Coating, Adjustable Size: Large 120 Inches) 10 1,200.00 12,000.00 250 Pcs Curtain (1pc 5x7 Ft. Window Curtain With 8-hole Grommet Rings For Bedroom And Living Room) 10 714.00 7,140.00 251 Dozen Hangers (12 Pcs. Plastic Hanger) 2 150.00 300.00 252 Pcs Washing Machine. 7.0 Kg Digital Inverter Fully Automatic Top Load Washing Machine (water Level: 5, Gross Weight: 31kg, Net Weight: 27 Kg Gross Dimension: (wxhxd)=580x890x600mm Net Dimension: (wxhxd)= 540x857x568mm) 2 20,000.00 40,000.00 253 Pcs Vacuum Cleaner (heavy Duty Gas 12-25 Pl Wet And Dry Vacuum Cleaner/ Extractor With Power Socket System 1,250 W Weight-9kg, Max Input Power- 1,250 W, Max Vacuum Power-200 Mbar) 5 11,547.00 57,735.00 254 Pcs Socks (cotton Socks Unisex High Street Socks Sixe:38-44 2 50.00 100.00 255 Pcs Dress (sleeve Ruffle Hem Plain Elegant) 1 500.00 500.00 256 Pcs Slippers (sizes 10, Flipflop Brand Light Weight And Durable 2 132.00 264.00 257 Pcs Mattress (for Single Size Bed Size Polyester 3.5 Inch Thick 6 4,440.00 26,640.00 258 Bed Foam (for Single Bed, 3 Inches Thick) 3 3,500.00 10,500.00 259 Pcs Pillows (foam Pillow 4x12x20) 3 426.00 1,278.00 260 Pcs Bedsheets (cotton Full Garterize 3n1 Bed Sheets, L-60in Ww-75in (for Single Bed Size) 3 300.00 900.00 261 Pcs Alarm Clock (3-inch Retro Mute Quartz Bell Alarm Clock Movement Bedside With Night Light And Loud Alarm) 1 450.00 450.00 262 Pcs Handheld Rechargeable Pool Vacuum. • Strong Built-in 4v 2ah Ni-mh Rechargeable Batteries • Suitable For Use With All Purespas And Above Ground Pools Up To 18 Feet Or 5.49 Meters In Diameter • 0.21 Gal (0.8 Liters) Quick Release Transparent Debris Container • 12 Gal/min. (45 Liters/minute) Water Suction For Efficient Debris Collection • 94 Inches (2.39m) Lightweight Telescoping Aluminum Pole • Two Interchangeable Brush Heads • Automatic Shut-off Feature When Vacuum Is Not Submerged In Water • Ipx8 Waterproof Switch For Added Protection • 5-6 Hour Charge Time / 50 Minutes Maximum Running Time • Usb Charging Cable Included For Convenient Recharging (plug Not Included) 3 9,998.00 29,994.00 263 Pcs Swimming Pool Leaf Skimmer. Purpose: Used For Cleaning Swimming Pool And Salvaging Pool Water Garbage. Material: Pp Plastic. Size: 420*280*30mm/16.54*11.02*1.18". 5 376.00 1,880.00 264 Pcs Pack Of 300 Pcs Chlorine Tablet For Swimming Pool. Adjustable Chlorine Dispenser 8 Inchin Combination With Mont, 3-inch Chlorine Tablets Adjust The Water Flow Rate And Hereby The Amount Of Chlorine Dissolved In Your Pool Package Included:1*chlorine Dispenser +300pcs Pool Cleaning Tablet Or 300pcs Pool Cleaning Tablet 20 500.00 10,000.00 265 Pcs Adaptive Swim Life Jacket For Disabled. Keeps The User’s Face Out Of The Water. Stops The Tension Of The Neck. Upright Position. Back Support. Therapist Hands Free! Double Harness Distributes Tension’s Adjustment. Possibility To Add The Harness Pad (or “cuissard” In French) No Latex. 5 11,000.00 55,000.00 266 Pcs Bakery Display Rack (estante). Made Of Glass And Aluminum Frame. 4 Layer Of Glass (transparent) Or Acrylic With Partition. Rubber Wheels With Lock. At Least 2ftx 5ftx 4 Ft 2 40,000.00 80,000.00 267 Pcs Bread Rack. Made Of 12 Mm Steel. 24"x5ftx5ft. Can Hold Up To 10 Trays (lagayan Ng Plantsa Ng Tinapay) 2 10,000.00 20,000.00 268 Pcs Cookery Cabinets (made With Carbon Steel 5 Layers, Size: H: 144cm, W: 55cm) 3 3,621.00 10,863.00 269 Set Housekeeping Cart. Multi-functional Movable Cleaning Cart Housekeeping Property Cleaning Tool Cart Special Trolley. Standard For Housekeeping Work. 5 5,000.00 25,000.00 270 Set Shopping Cart Utility Cart Trolley Grocery Cart For Warehouse Garden Supermarket 5 6,000.00 30,000.00 271 Pcs Kitchen Carts (2 Layer Stainless Steel Carts With Two Brake Wheels; Size: 400mm X 500mm X 860mm) 2 3,019.00 6,038.00 272 Pcs Weighing Scale Digital. Display Mode: Led/lcd+light. Weighing Range :40kg. Accuracy: 2g. Product Size: 35x33x14cm 3 Lcd Display On The Operator’s Side Of The Scale As Well As 3 Lcd Display On The Customer’s Side. Minimum Capacity Is 2g. Maximum Capacity Is 40kg Power Source: Built In Rechargeable Battery With Usb Cable Battery Powered Or Connect Usb Cable. Battery Powered Or Connect Usb Cable To Use Weight Platform/tray Material Is Stainless Steel. 4 7,000.00 28,000.00 273 Pcs Measuring Cup. Measuring Cup Sizes: 1 Cup (250ml). 1/2 Cup (125ml). 1/4 Cup (60ml); 1/8 Cup (30ml). Materials. Plastic (abs) 6 500.00 3,000.00 274 Pcs Measuring Spoon 1tbsp 15ml 1/2tbsp 7.5ml Ltsp 5ml 1/2tsp 2.5mlmaterial: Stainless Steel+pp Packing: Pp Bag 6 400.00 2,400.00 275 Pcs Measuring Urn - Glass, Capacity: 100 Ml. (with 10 Ml Increments), Metric And English System Of Measurement; With Handle And Spout, Clear, Non- Porous, Tempered Glass 6 450.00 2,700.00 276 Pcs Wire Whisk - Length: 30 Cm (12 ") Material Stainless Steel 6 320.00 1,920.00 277 Pcs Chef's Knife (stainless Steel) 33cm X 4.5cm X 2cm 6 750.00 4,500.00 278 Pcs Boning Knife (stainless Steel) 24.4cm X 1.9cm X 1.7cm 6 492.00 2,952.00 279 Pcs Oysters Knife (stainless Steel) 15.5com X 6.5cm X 3cm 6 187.00 1,122.00 280 Pcs Cleaver Knife (stainless Steel) 7 Inches Or 2.5mm 6 1,074.00 6,444.00 281 Pcs Tenderizer (pin Tenderizer) Stainless Steel Diameter: 5cm, Height: 19cm 6 119.00 714.00 282 Pcs Tenderizer Mallet. (tenderizer) Stainless Steel 12.6 Inches X 11.5x4cm 6 240.00 1,440.00 283 Pcs Skimmer, Fine (stainless Steel) 7.3cm X 5cm X 21.5cm 6 160.00 960.00 284 Pcs Wire Skimmer, Small (stainless Steel) Handle: 14; Radius: 14 6 105.00 630.00 285 Pcs Skimmers, Spider (stainless Steel) Handle: 14; Radius: 20 6 115.00 690.00 286 Pcs Strainer, Small, Fine (stainless Steel) Diameter:14cm; Length: 29cm; Depth: 5.5cm 6 160.00 960.00 287 Pcs Colander Strainer (stainless Steel) 48cm X 20cm X 12cm 6 298.00 1,788.00 288 Pcs Siever, Small (stainless Steel) 14 Cm 6 188.00 1,128.00 289 Pcs Strainer, Medium, Fine (stainless Steel) Diameter:16cm; Length: 30.5cm; Depth: 5.9cm 6 180.00 1,080.00 290 Pcs Turner (stainless) Dimension: 34.5 X 9.8 X 4.4 Cm 6 280.00 1,680.00 291 Pcs Spatula (silicon) 27.2 X 5.5 X 1.5cm 6 169.00 1,014.00 292 Pcs Wooden Spoon (made With Beech Wood 10cm X 34cm X 2cm) 6 244.00 1,464.00 293 Pcs Parisienne Scoop (stainless Steel Blade With Plastic Handle) Scoop Diameter: 30mm And 27mm; Total Length: 170mm 6 216.00 1,296.00 294 Pcs Fruit Juicer, Standard Type 6 1,500.00 9,000.00 295 Pcs Zester (stainless Steel) Length: 30cm/11.81 Inches 8 268.00 2,144.00 296 Pcs Piping Bag (disposable Bag Size: 24.5cm X 17cm 8 208.00 1,664.00 297 Pcs Pastry Tubes (stainless Steel) 3cm X 3cm X 6.1cm 8 142.00 1,136.00 298 Pcs Strainer, Chinois, Small (stainless Steel) 16cm Handle: 5.5inches 8 198.00 1,584.00 299 Pcs Filling Funnel (stainless Steel) Upper Diameter: 10.5cm, Lower Diameter: 3.7cm, Height: 4.5cm 4 212.00 848.00 300 Pcs Measuring Spoon (1set: 1tbsp, 1/2tbsp, 1tsp, 1/2tsp, 1/3tsp, 1/4tsp) 6 245.00 1,470.00 301 Pcs Tongs (stainless Steel) 9 Inches 10 110.00 1,100.00 302 Pcs Tongs (stainless Steel) 12 Inches 8 179.00 1,432.00 303 Pcs Ice Cream Scoop (stainless Steel) Diameter: 4.5cm, Length: 18cm 6 208.00 1,248.00 304 Pcs Cheese Cloth (made From Cotton) 101 X 270cm 10 223.00 2,230.00 305 Pcs Serving Spoon (heavy-duty Stainless Steel) Length: 22.5cm; Width: 6cm 24 102.00 2,448.00 306 Pcs Pepper And Salt Grinder (made With Stainless Steel, Glass And Ceramic) Approx. 19x6.5cm 6 296.00 1,776.00 307 Pcs Core Seed Remover (stainless Steel; Approx: 1.4x21.5cm) 8 229.00 1,832.00 308 Pcs Wire Whisk, Small (stainless Steel+plastic Handle; 8 Inches) 8 180.00 1,440.00 309 Pcs Wire Whisk, Medium (stainless Steel+plastic Handle; 10.2 Inches) 8 189.00 1,512.00 310 Pcs Wire Whisk, Heavy Duty (stainless Steel+plastic Handle; 14 Inches) 2 258.00 516.00 311 Pcs Can Opener (stainless Steel Blade; Length: 17cm High) 1 370.00 370.00 312 Pcs Muti-purpose Kitchen Scissors/ Shears (scissors Length: 21.5cm; Blade Length: 10cm; Handle Length: 11.5cm; Handle Width: 9.5cm; Blade Thickness: 0.4cm Weight: 200grams) 8 368.00 2,944.00 313 Pcs Soup Ladle, 4 Oz (stainless Steel; Size: 7.5cm X 30 Cm) 8 124.00 992.00 314 Pcs Soup Ladle, 6 Oz (stainless Steel; Size: 7.5cm X 30 Cm) 8 194.00 1,552.00 315 Pcs Soup Ladle, 8 Oz (stainless Steel And Wooden Handle: 10 X 51 Cm) 3 290.00 870.00 316 Pcs Soup Ladle, 12 Oz (stainless Steel And Wooden Handle: 15 X 51 Cm) 2 360.00 720.00 317 Pcs Kitchen Spoon (stainless Steel; Size: 8cmx6.5cmx21cm) 8 86.00 688.00 318 Pcs Kitchen Spoon, Slotted (material: Plastic; Size: 7x3x43cm) 8 289.00 2,312.00 319 Pcs Kitchen Fork (stainless Steel; Size: 7cmx4cmx21cm) 4 72.00 288.00 320 Pcs Carving Fork (stainless Steel; Size: 13 Inches Long) 3 162.00 486.00 321 Pcs Digital Kitchen Thermometer (cooking/food Temperature; Size 34mm X 270mm) 2 486.00 972.00 322 Pcs Muti-function Vegetable Fruit Peeler Slicer Cutter Chopper (material: Abs + Stainless Steel) 2 429.00 858.00 323 Pcs Stock Pot, Big (with Glass Cover; Size: 34.5 X 27.9 Cm X 16.6 Cm) 2 798.00 1,596.00 324 Pcs Frying Pan, Small (scratch Resistant And Non-stick; Size: 20cm) 4 233.00 932.00 325 Pcs Frying Pan, Medium (scratch Resistant And Non-stick; Size: 24cm) 4 380.00 1,520.00 326 Pcs Frying Pan, Large (scratch Resistant And Non-stick; Size: 28cm) 2 578.00 1,156.00 327 Pcs Colander, Small (stainless Steel; Size: 24cm X 22cm) 3 204.00 612.00 328 Pcs Colander, Medium (stainless Steel; Size: 28cm X 22cm) 2 298.00 596.00 329 Pcs Cutting Board (material: Bamboo; Size: 34x24x1.8cm/750g) 4 209.00 836.00 330 Pcs Heavy Duty Electric Grill Machine 2 10,000.00 20,000.00 331 Pcs Portable And Foldable Charcoal Barbeque Grill 25"x30"x27" 2 2,000.00 4,000.00 332 Unit Cotton Candy Machine, Power 950 Watts, Speed 3600 Rpm, Pre Heating Time 1 To 3 Minutes, 515 Mm Diameter Stainless Drum. 1 5,000.00 5,000.00 333 Pcs Fish Poacher, Medium (stainless Steel With Tempered Glass Cover; Size: 24cm X 38.7cm X 10cm) 1 983.00 983.00 334 Pcs Casserole, Small (stainless Steel: 2.1 Liter; Size: 12cm X 15cm) 6 599.00 3,594.00 335 Pcs Casserole, Medium (stainless Steel: 3.9 Liter; Size: 12.5cm X 20cm) 4 689.00 2,756.00 336 Pcs Wok, Small (nonstick Carbon Steel; Size: 32cm) 4 389.00 1,556.00 337 Pcs Wok, Medium (nonstick Carbon Steel; Size: 36cm) 1 401.00 401.00 338 Pcs Double Boiler, Medium (stainless Steel; Size: 27x14x6cm) 1 389.00 389.00 339 Pcs Paella (heavy Duty Carbon Steel; Size 25cm) 8 581.00 4,648.00 340 Pcs Glass Rack (plastic-coated Metal; Capacity: 24pcs Glass; Dimension: L:52cm; W: 36cm; H:8cm) 2 461.00 922.00 341 Pcs Soup Cup Rack (2 Layered Rack; Size: 35 X 25 X 28cm) 3 899.00 2,697.00 342 Pcs Plate Rack (stainless Steel; Size: 30cmx22.8cmx12.9cm) 2 492.00 984.00 343 Pcs Baking Tray, Small (stainless Steel; Size Details: 23cm X 17cm) 8 258.00 2,064.00 344 Pcs Utility Tray (stainless Steel: Stain Resistant; Size: 45cm X 35cm X 4.8cm) 12 189.00 2,268.00 345 Pcs Roasting Pan (stainless Steel; Size: 31.5 X 24.5 X 2.5 Cm) 4 378.00 1,512.00 346 Pcs Dish Towels (highly Absorbent Cloth With 3pcs Per Pack) 8 98.00 784.00 347 Pcs Cooler, 2.5ft X 2.5 Ft X 3ft Plastic, With Good Insulation 1 3,000.00 3,000.00 348 Pcs Plastic Silverware Or Real Silverware (stainless Steel; 18pcs Utensils Set Includes: 6 Dinner Fork, 6 Dinner Spoons And 6 Dinner Teaspoons) 2 415.00 830.00 349 Pcs Glasses. Dining Glasses (6pcs. Thick Clear Glass: W: 3inches And H: 4inches) 6 265.00 1,590.00 350 Pcs Teacups (ceramic White; Capacity: 250ml) 2 188.00 376.00 351 Pcs Small Plate / Saucers (ceramic With Size: 6 Inches And 6pcs Per Set) 6 140.00 840.00 352 Pcs Cabinet Dish Organizer (2 Layered Metal Dish; Size:41.5cm X 30cm X 47cm) 1 2,499.00 2,499.00 353 Pcs Sponge And Soap Holder For Kitchen (stainless Steel) 18x 10 X 9cm 3 418.00 1,254.00 354 Pcs 11-piece Pots/pans (stainless Steel) 1 5,158.00 5,158.00 355 Pcs Silicone Kitchenware Set. Composed Of Slotted Spoon 12". Soup Ladle 12". Solid Turner 12". Tongs 10". Whisk 9.5". Basting Brush 10.8". Pasta Server 12.5". Round Spatula 12". Spoon 12.5" Spatula 12.6" And Utensils Holder. 6 647.50 3,885.00 356 Pcs Rotary Eggbeater (stainless Steel) 31cm /12.2", W:9.5cm/3.74" 2 340.00 680.00 357 Pcs Dough Scraper (stainless Steel) 16x12x2cm 3 178.00 534.00 358 Pcs Gas Range And Oven (1 Turbo, 1 Large And 2 Medium Burners) 33x42x39.5, (49 Liters ) 1 46,162.00 46,162.00 359 Pcs Refrigerator (7 Cubic Feet, Stainless Look) Two Door Direct Cool 1 15,717.00 15,717.00 360 Pcs Kitchen Cupboards (7 Doors, 3 Drawers) 120x 40x90 Cm 2 13,198.00 26,396.00 361 Pcs Cooking Brush (silicone) Heat Resistant 3 82.00 246.00 362 Pcs Blender. (9 In1 Food Processor, Good For Chopping, Slicing,grating,shredding, Whisking)18x18x38cm 3 3,742.00 11,226.00 363 Pcs Mechanical Microwave Oven (countertop,20 Liters) 700w - 1200w 3 5,075.00 15,225.00 364 Pcs Kitchen Scale Food (manual) 5 Kilogram 2 252.00 504.00 365 Pcs Measuring Spoons (stainless Steel, 6pcs Heavy Duty) 3 258.00 774.00 366 Pcs Measuring Cups (12 Pieces, Bpa -free Plastic Long Lasting Used) Large And Medium Cups 3 2,208.00 6,624.00 367 Pcs Kitchen Shears (stainless Steel) 9 Inches/ 225mm 3 357.00 1,071.00 368 Pcs Potato Masher With Soft Grip Handle (stainless Steel) 9.5x27x8cm 3 357.00 1,071.00 369 Pcs Medium Graters (stainless Steel) 18/8 3 430.00 1,290.00 370 Pcs Funnel (stainless Steel) 22x14.5cm 3 715.00 2,145.00 371 Pcs Can Opener (automatic) 16.3x 1.5cm 3 698.00 2,094.00 372 Pcs Cast Iron Pots And Pans (ceramic, Non-stick) 21.85x 13.19x12.80inch 3 7,180.00 21,540.00 373 Pcs Gas Stove. 2 Burner Built In Gas Stove ( Stainless Steel) 73x41x9cm With Hose And Safety Regulator. 5 3,640.00 18,200.00 374 Pcs Lpg Tank 11kg 6 5,000.00 30,000.00 375 Unit Electric Stove. Stainless Frame. Multifunctional Induction Cooker Inverter Electric Stove Heavy Duty Energy-saving 3500w 220v. All Copper Heating Coil. Five Speed Power Adjustment. Explosion Proof. With Digital Display Panel. 5 2,500.00 12,500.00 376 Pcs Double Broiler Steamer (stainless Steel) 30 Cm Diameter 3 2,730.00 8,190.00 377 Pcs Kitchen Knife Set (stainless Steel And Poly Propylene Plastic Handle) 15x7.5x34cm 3 840.00 2,520.00 378 Pcs Meat Slicer (electric Machine Stainless Steel) 418x 293x 325mm 3 2,494.00 7,482.00 379 Pcs Bread Toaster (stainless Steel Top Plate) 25x 14.6x16.8cm 3 1,059.00 3,177.00 380 Pcs Cookie Press (stainless Steel With 13 Disc And 8 Icing Tips 25x 14.5cm 3 462.00 1,386.00 381 Pcs Cake Decorating Kit. Piping Tips Set ( Stainless Steel, Multicolor) 3 279.00 837.00 382 Pcs Serving Bread Tray (stainless Steel) 45cmx2.8cm 6 1,229.00 7,374.00 383 Pcs Hot Plate Single Electric Stove (1000 W) 8.8x8.8x1.4 Inch 2 583.00 1,166.00 384 Pcs Electric Oven. Height (cm): 32.5. Highlights. Width (cm): 37.5. Warranty: 1 Year Warranty On Electrical Parts And Lifetime Free Service. Net Weight (kg): 7.3. Capacity: 2.8 Liters Length (cm): 49. Gross Weight (kg): 8.2. 5 11,000.00 55,000.00 385 Pcs Oven. Four Plates Oven For Bread (stainless Steel) 530x595x570mm. Lpg Type 1 48,924.00 48,924.00 386 Pcs Bread Plates (stainless Steel) 40x 60cm 20 1,027.00 20,540.00 387 Pcs Bread Rack (stainless Steel)15 Layers 40x60cm Heavy Duty 1 20,000.00 20,000.00 388 Pcs Electric Burger Griddle. Large Size Heavy Duty. Size: 73cmx52cmx10cm. Bigger Waster Oil Container. Stainless Steel, Solid Gritty. Food Grade Material. 2 11,475.00 22,950.00 389 Pcs Food Warmer Display Cabinet. Commercial Food Heater Glass Display Cabinet Heavy-duty Curved Deli Cabinet With Lighting. Constant Temperature Heating Display Counter Ideal For Fried Chicken Burger And Cooked Food. Size: Red+3 Compartments: 96x45x60cm. Rated Power: 300w. Rated Voltage: 220v.number Of Internal Layers: Three. Layers. Temperature Range: 30-80°c. Product Weight: 18kg. Built-in Energy-saving Warm Color Lamp, Improve The Display Effect 2 9,125.00 18,250.00 390 Pcs Frying Pan (non-stick, 28 Cm) 3 1,690.00 5,070.00 391 Pcs Measuring Spoon. 1tbsp 15ml. 1/2tbsp 7.5ml. Ltsp 5ml. 1/2tsp 2.5mlmaterial: Stainless Steel+pp. Packing: Pp Bag. 3 400.00 1,200.00 392 Pcs Measuring Cups (12 Pieces, Bpa -free Plastic Long Lasting Used) Large And Medium Cups 3 2,209.00 6,627.00 393 Pcs Measuring Urn. Glass, Capacity: 100 Ml. (with 10 Ml Increments), Metric And English System Of Measurement; With Handle And Spout, Clear, Non- Porous, Tempered Glass 3 450.00 1,350.00 394 Pcs Mixing Bowl: 30 Cm L30xw27.5xh11.4 Cm Thickness: 0.04 Cm. Material: Stainless Steel 12 900.00 10,800.00 395 Pcs Baking Sheet 11x15 Inches 011 Thickness Heavy Duty Aluminum 10 360.00 3,600.00 396 Pcs Wire Whisk Length: 30 Cm (12 ") Material Stainless Steel 5 320.00 1,600.00 397 Pcs Muffin Pan Non-stick Muffin Pan Dimension: 26.5x35x3cm Capacity: 12 Cup Color: Black Non-stick Surface For Easy Release And Quick Cleanup Dishwasher Safe Ideal For Baking Muffins, Cupcakes, And More Nonstick Coating Helps Ensure Effortless Food Release 5 700.00 3,500.00 398 Set Measuring Spoon 1tbsp 15ml 1/2tbsp 7.5ml Ltsp 5ml 1/2tsp 2.5mlmaterial: Stainless Steel+pp Packing: Pp Bag 6 400.00 2,400.00 399 Set Measuring Cups (12 Pieces, Bpa -free Plastic Long Lasting Used) Large And Medium Cups 6 2,209.00 13,254.00 400 Pcs Measuring Urn Glass, Capacity: 100 Ml. (with 10 Ml Increments), Metric And English System Of Measurement; With Handle And Spout, Clear, Non- Porous, Tempered Glass 6 490.00 2,940.00 401 Pcs Mixing Bowl 30 Cm L30xw27.5xh11.4 Cm Thickness: 0.04 Cm Material Stainless Steel 6 900.00 5,400.00 402 Pcs Baking Sheet 11x15 Inches 011 Thickness Heavy Duty Aluminum 10 360.00 3,600.00 403 Pcs Wire Whisk Length: 30 Cm (12 ") Material Stainless Steel 5 320.00 1,600.00 404 Pcs Electric Stove, 1000 Watts, 12" Diameter, Stainless Steel. With Safety Regulator And Power Indicator. 6 1,500.00 9,000.00 405 Pcs Weighing Scale, Digital "display Mode: Led/lcd+light Weighing Range :40kg Accuracy: 2g Product Size : 35x33x14cm 3 Lcd Display On The Operator’s Side Of The Scale As Well As 3 Lcd Display On The Customer’s Side Minimum Capacity Is 2g. Maximum Capacity Is 40kg Power Source: Built In Rechargeable Battery With Usb Cable Battery Powered Or Connect Usb Cable. Battery Powered Or Connect Usb Cable To Use Weight Platform/tray Material Is Stainless Steel." 4 7,500.00 30,000.00 406 Pcs Scraper(rubber) 30cm X11cmx6.8cm 5 130.00 650.00 407 Pcs Hand Mixer (stainless Steel Bowl) 270x165x290mm, 2.8 Liters Capacity 5 1,755.00 8,775.00 408 Pcs Revolving Cake Stand (aluminum) 12 Inches 5 850.00 4,250.00 409 Pcs Electric Stand Mixer 5.5 Liter(1.9kg) With Bowl And 3 Whisk 6 Speed Setting Dough, Rotating Bowl, Speed Control 3 11,500.00 34,500.00 410 Pcs Rolling Pin Stainless Steel Pressing Stick Pizza Dough Non-stick Dough Roller, (29.5 Cm) 6 300.00 1,800.00 411 Pcs Dough Roller Pin, Wooden. 29.5cm Non-stick Silicone Rolling Pin Pastry Baking Decorating Tool 6 300.00 1,800.00 412 Set Deep Fryer Dimensions (w X H X D) 477 X 318 X 235 Weight 3.81kg Body Material Stainless Steel Color Silver Technical Details Power Consumption 2000w Volume 4l Features Temperature Control Yes 6 7,200.00 43,200.00 413 Pcs Ice Crusher Machine. Electric Stainless Steel Heavy Duty Portable Automatic Rotated Speed: 1500rpm Power:250 Size: 275x190x210mm Capacity: 2 Liter 2 3,900.00 7,800.00 414 Pcs Chest Freezer (inverter) Dual Function Technology (freeze Or Chiller) Solid Top With Glass Cover Inside Digital Temperature Control W/ Lcd Display Dimension: 85:112:70cm 1 28,535.00 28,535.00 415 Set Electric Takoyaki Machine And Double Pan 56 Holes Stainless Steel Size: 437x 435x180mm 6 2,600.00 15,600.00 416 Pcs Waffle Iron Pan 4 Interchangeable Plates 750 Watts 6 1,800.00 10,800.00 417 Pcs Revolving Cake Stand. Nonslip Top And Base. Diameter: 23.5 Cm. Height 14cm. Material: Food Grade Pp. 6 1,076.00 6,456.00 418 Pcs Stainless 4-gas Burner, 55l Gas Oven Hybrid Electric And Lpg 1 40,000.00 40,000.00 419 Pcs Electric Kettle 1.5l 3 900.00 2,700.00 420 Pcs Stand-up Kitchen Mixer-standard (4 Liters Stainless Steel Bowl With Cover) Tilting Mixing Arm. Accessories: Beater, Dough Hook, Whisk. 12 Speed Setting. 2 10,000.00 20,000.00 421 Pcs Hand Mixer. Powerful 180w Motor And 7 Speeds Including Turbo Setting Made Of Stainless-steel Abs. Multifunctional With Chrome Accessories: X2 Beaters, X2 Dough Hooks 5 2,500.00 12,500.00 422 Unit Rice Cooker Standard 2l Home Multifunctional Home Cooking 220v. Fast Cooking, Keep Warm Function, Non-stick Coating, Stainless Steel Cover. Input Voltage. 220v. Power Consumption 400w. Volume Capacity 2l Dimension (l X W X H) 215*215*215 3 2,500.00 7,500.00 423 Unit Electric Rice Cooker 10l 2 5,000.00 10,000.00 424 Pcs Blender 1.5 Liter 5 700.00 3,500.00 425 Pcs Pressure Cooker 3.5 Liter 2 1,200.00 2,400.00 426 Pcs Gas Stove Rack. Plain Sheet With Steel Frame. With Cooking Platform At The Top. Kitchen Heavy Duty Gas Tank Holder Kitchen Organizer Stainless. Made Of Carbon Steel 45cmx45cmx90cm. Made Of Carbon Steel Color Black With Partition For 11kg Gasul Tank And For Cooking Materials. 4 5,500.00 22,000.00 427 Pcs Chef's Knife, 8" Stainless Steel 6 350.00 2,100.00 428 Pcs Bread Knife, 8" Stainless Steel 6 350.00 2,100.00 429 Pcs Clever Knife/ Butcher Knife To Chop Bones 20 Cm Blade, 31 Cm From Tip To Handle 6 350.00 2,100.00 430 Pcs Kitchen Scissors 9" Stainless Steel 6 350.00 2,100.00 431 Pcs Utility Knife 61mmx19mm 6 350.00 2,100.00 432 Pcs Boning Knife, 8" Japanese High Carbon Steel 6 350.00 2,100.00 433 Pcs Paring Knife 4" German Stainless Steel 6 350.00 2,100.00 434 Pcs Stainless Peeler For Vegetables 15cmx6cm 6 80.00 480.00 435 Pcs White Cutting Board (for Bread And Pastry) 25.5cmx34cm, Plastic 6 460.00 2,760.00 436 Pcs Green Cutting Board (for Fruits And Vege)25.5cmx34cm, Plastic 6 460.00 2,760.00 437 Pcs Red Cutting Board (raw Meat)25.5cmx34cm, Plastic 6 460.00 2,760.00 438 Pcs Blue Cutting Board (raw Fish)25.5cmx34cm, Plastic 6 460.00 2,760.00 439 Pcs Yellow Cutting Board (cooked Meat) 25.5cmx34cm, Plastic 6 460.00 2,760.00 440 Pcs Brown Cutting Board (raw Crops) 25.5cmx34cm, Plastic 6 460.00 2,760.00 441 Pcs Weighing Scale (dial/analog. 25kg) 1 400.00 400.00 442 Pcs Digital Kitchen Scale 3kg/0.1g And 500g/0.1g 3 690.00 2,070.00 443 Pcs Measuring Cups (1 Set) 6 95.00 570.00 444 Pcs Plastic Measuring Pitcher Jug With Measurement(set) Maximum Of 1 Liter 6 126.00 756.00 445 Pcs Measuring Spoon, Plastic (set) 6 60.00 360.00 446 Pcs Deep Fry Thermometer, Deed Fried Pot Thermometer Oil Temperature Gauge 6 320.00 1,920.00 447 Pcs Meat Thermometer, Brifit Waterproof Kitchen Meat Thermometer, Foldable Digital Instant Read Food Thermometer 6 400.00 2,400.00 448 Pcs Oven Thermometer 6 389.00 2,334.00 449 Pcs Tenderizer, Wooden Circular-50mm Diameter, 3cm Spikes, 190mm Long (flashlight Design) 6 280.00 1,680.00 450 Pcs Skimmer, Fine Mesh Strainer Oil-frying Filter 7cm Diameter, 32 Long 5 80.00 400.00 451 Pcs Wire Skimmer 18cm Diameter, Stainless Steel 5 80.00 400.00 452 Pcs Strainer, Stainless Steel Multi-purpose Food Strainer, Fine Mesh Long Handle 20cm Diameter X 28cm (fine) 5 109.00 545.00 453 Pcs Siever 17.5x12x11.5cm, Stainless Steel Mesh Stainer 6 68.00 408.00 454 Pcs Strainer Medium 20cm Diameter X 28cm (fine) 6 90.00 540.00 455 Pcs Strainer Large 25cm Diameter X 30cm Long, Stainless Steel 6 120.00 720.00 456 Pcs Wooden Turner, Wooden Sandok Kitchen Spatula Spoon Turner Cooking, 3" Width Of Sandok, 10" Long 6 65.00 390.00 457 Pcs Wooden Spatula 9cm Sandok, 34 Cm Long 6 65.00 390.00 458 Pcs Parisienne Spoon, Double-ended Headed Fruit Ice-cream Ball 6 50.00 300.00 459 Pcs Wooden Ladle/spoon 6cm Pang Sandok 30 Cm Long 6 120.00 720.00 460 Pcs Zester, Four-sided Stainless-steel Grater 9-inch Kitchen Multipurpose Grater For Parmesan Cheese, Ginger Vegetables 6 79.00 474.00 461 Pcs Reusable Piping Bags. 26 Pcs/set Silicone Pastry Bag Tips Kitchen Diy Icing Piping Cream 24 73.00 1,752.00 462 Pcs Stainless Funnel Small 4.5cm Opening Diameter, 3.7cm Height, 0.6cm Tube Diameter 6 60.00 360.00 463 Pcs Stainless Funnel Small 5.5cm Opening Diameter, 5cm Height, 0.9cm Tube Diameter 6 70.00 420.00 464 Pcs Stainless Funnel Small 7.5cm Opening Diameter, 6.7cm Height, 1.2cm Tube Diameter 6 60.00 360.00 465 Pcs 8" Tongs 6 89.00 534.00 466 Pcs 12" Tongs 6 120.00 720.00 467 Pcs Pepper Mill, 5-inch Wooden Peeper Grinder 6 60.00 360.00 468 Pcs Salt Mill 5-inch Wooden Salt Grinder 6 60.00 360.00 469 Pcs Wire Whisks 12 Inches 6 80.00 480.00 470 Pcs Wire Whisks 8 Inches 6 89.00 534.00 471 Pcs Can Opener 6 120.00 720.00 472 Pcs Bottle Opener 6 79.00 474.00 473 Pcs Soup Ladle 3oz 6 140.00 840.00 474 Pcs Soup Ladle 6oz 6 160.00 960.00 475 Pcs Soup Ladle 8oz 6 160.00 960.00 476 Pcs Soup Ladle 12oz 6 180.00 1,080.00 477 Pcs Stock Pot, 30cm High Quality Stainless Steel 10 1,500.00 15,000.00 478 Pcs Stock Pot 24cm High Quality Stainless Steel 10 999.00 9,990.00 479 Pcs Frying Pan 22cm Marble Frypan 10 500.00 5,000.00 480 Pcs Frying Pan 28cm Marble Frypan 48.2x28x5.7cm 10 600.00 6,000.00 481 Pcs Casserole 18 Cm Aluminum, Double Handle, Rust Free 10 250.00 2,500.00 482 Pcs Casserole 20 Cm Aluminum, Double Handle, Rust Free 10 300.00 3,000.00 483 Pcs Casserole 28 Cm Aluminum, Double Handle, Rust Free 10 600.00 6,000.00 484 Pcs Wok 40 Cm Chinese Nonstick Wok Pan 10 500.00 5,000.00 485 Pcs Double Broiler 28 Cm Stainless Steel Two-layer Double Soup Steamed Dual Purpose 10 280.00 2,800.00 486 Pcs Glass Rack. 25-compartment Gray Full-size Glass Rack With 2 Blue Extenders 2 2,500.00 5,000.00 487 Pcs Plate Rack. Microwire 24 Compartment Catering Plate Rack For Plates Up To 11" - Wash, Store, Transport 3 3,000.00 9,000.00 488 Pcs Baking Tray 15"x17" 5 180.00 900.00 489 Pcs Roasting Tray 15"x17'' 5 180.00 900.00 490 Pcs Braising Pan 32cm Stainless Steel Nonstick Pan 5 350.00 1,750.00 491 Pcs Hanging Cabinet With Glass, Std. 2.5'x 3' X 5ft (free Installation) 3 10,000.00 30,000.00 492 Pcs Floor Mops (broom Type) Using Cotton Absorbent Strips 10 180.00 1,800.00 493 Pcs Broom (walis Tambo) 10 80.00 800.00 494 Pcs Dustpan (plastic) 11"x10" Pan, 24" Handle 10 120.00 1,200.00 495 Pcs Garbage Bin (4 Gals.) 10 300.00 3,000.00 496 Pcs Paper Towel Dispenser 10 200.00 2,000.00 497 Pcs First Aid Cabinet, Plastic Box 30cmx12cmx30co With Transparent Cover (free Installation) 2 1,500.00 3,000.00 498 Pcs Fire Extinguisher 3lbs Abc Dry Chemical Refillable (free Installation) 4 2,000.00 8,000.00 499 Pcs Mixing Bowl Small, Stainless Steel Mixing Bowl 20cm 12 80.00 960.00 500 Pcs Mixing Bowl Medium, Stainless Steel Mixing Bowl 30cm 12 130.00 1,560.00 501 Pcs Stainless Steel Basin, 45 Cm Diameter 5 180.00 900.00 502 Pcs Stainless Steel Basin, 38 Cm Diameter 5 120.00 600.00 503 Pcs Baking/ Pastry Brush, Heat Resistant, Standard Size 10 35.00 350.00 504 Pcs Plastic Containers, Microwavable Round Canister, Food Storage Container (400 Ml) 40 20.00 800.00 505 Pcs Multipurpose Plastic Pail 2.5 Gallons Capacity 4 120.00 480.00 506 Pcs Food Grade Silicone High Temperature Resistant Baking Mat Oven Baking (to Match Baking Pan), Browns Silicone Baking Oven Mat Liner, Non-stick For Pastry Cookies Dough 12 90.00 1,080.00 507 Pcs Non-slip Doormat 75x45 Cm Rubber 18 500.00 9,000.00 508 Pcs White Hand Towels Hanging Kitchen Hand Dry 20cmx30cm 12 30.00 360.00 509 Pcs Potholder, Basahan Bilog 6 Inches Diameter 12 15.00 180.00 510 Pcs Round Cake Molder 4, 6, 8 Inches Set 5 161.00 805.00 511 Pcs Square Cake Molder 9, 11, 13 Inches Set 5 160.00 800.00 512 Pcs Baguette Bake Mold Pan 34.5 Cmx 24cm (6cm Molder) Nonstick 10 399.00 3,990.00 513 Pcs Meat Processing Machine (meat Grinder Manual) 1 5,000.00 5,000.00 514 Set Stainless Icing Tip (set-12pcs) Cake Decorating Kit Stainless. Icing Piping Nozzles Pastry Tips Cake. 10 499.00 4,990.00 515 Pcs Cupcake Molder Tray Of 6 12 Holes Baking Pan Muffin Cup Cake 10 89.00 890.00 516 Pcs Large Wooden Turner For Large Oven. Kitchen Turner Flat Spatula Scraper, Acacia Wood 10.5 Inches Long And 2.75 Inches Turner 3 200.00 600.00 517 Pcs Dressing Mirror (whole Body Mirror With 4 Wheels Height 5ft. Width 14 Inches) 1 1,500.00 1,500.00 518 Set Dish Towels (10 Pc. Per Set 25 Cm X 25 Cm Microfiber Super Absorbent) 5 993.00 4,965.00 519 Pcs Soap Dish (dual Soap Case With Cover & Handle- Bathroom Soap Dish / Soap Case) 50 70.00 3,500.00 520 Pcs Detergent (detergent Powder Set 6 Kilos-i Kilo X 6 Pouches) 50 288.00 14,400.00 521 Pcs Hand Soap (liquid Hand Soap Antibac 1 Gallon) 10 216.00 2,160.00 522 Pcs Pots (extra Size #4 (26cm Diameter 16 Cm In Height) 20 673.20 13,464.00 523 Pcs Pans (nonstick 12") 5 195.00 975.00 524 Pcs Toilet Paper Holder (wall Mounted Bathroom Toilet Paper Holder Tissue) 2 238.00 476.00 525 Pcs Dipper (plastic Dipper L 11" X W 36"x H 41" 5 100.00 500.00 526 Pcs Pail (utility Pail With Metal Handle 10l/26x27 Cm) 8 250.00 2,000.00 527 Pcs Trash Can (with Plastic Swing Lid L-27, W- 17., H- 40.5 Cm) 5 350.00 1,750.00 528 Pcs Toothbrush (extra Clean Toothbrush 5 Pk -soft) 20 182.40 3,648.00 529 Pcs Hairbrush (natural Wood Hairbrush Comb) 20 120.00 2,400.00 530 Pcs Comb (1 Dozen Suklay 3-hole X Sz-28 Big) 20 90.00 1,800.00 531 Pcs Toothpaste (red 100 Ml) 20 58.20 1,164.00 532 Pcs Plastic Tumbler 20 300.00 6,000.00 533 Pcs Razor (twin Blade Disposable Razors) 20 120.00 2,400.00 534 Pcs Nail Clipper (stainless Nail Clippers H-8 Cm Wt-0.046 Kg) 20 84.00 1,680.00 535 Pcs Nail File (12 Pcs Red Nail File (medium) 20 50.00 1,000.00 536 Pcs Deodorant (roll On 50 Ml Bottle) 20 150.00 3,000.00 537 Pcs Face Towel (basic Face Towel - Free Size) 20 110.00 2,200.00 538 Pcs Feminine Napkin (silk Floss 12 Pcs) 50 45.00 2,250.00 539 Pcs Dust Catcher With Broom (2n1 Broom Dustpan Set Windproof Floor Sweeper With Broom) 10 350.00 3,500.00 540 Pcs Feather Duster (soft Magic Feather Duster Long Size And Colorful Colors (plastic) 10 110.00 1,100.00 541 Pcs Wash Rags (round Rags) 10 30.00 300.00 542 Pcs Floor Mop (magic Spin Mop With Bucket 360° Rotating Floor Cleaning Plastic Liner) 10 900.00 9,000.00 543 Pcs Garbage Can (super Convenient Mini Flip Lid Trash Can (plastic) 10 150.00 1,500.00 544 Pcs Sponge (high Density Double-sided Dishwashing Sponge 7x10x3 Cm) 10 118.00 1,180.00 545 Pcs Spray Bottle (garden Sprayer Capacity: 500ml) 10 155.00 1,550.00 546 Pcs Table Napkin (1 Ply 40s Sheets Folded) 10 50.00 500.00 547 Pcs Place Mat (table Placemat Pvc Anti-slip Placemat Washable Durable Kitchen S:30x45cm) 10 50.00 500.00 548 Set Plates (12 Pcs Plates 8-inch Melamine White) 3 634.00 1,902.00 549 Set Drinking Glass (drinking Glass 10 Oz Tall Clear Tumblers Set Of 6 L=5.5cm H-12 Cm) 1 718.00 718.00 550 Pcs Pitcher (durable Crystal-clear Glass 1.5 L) 2 300.00 600.00 551 Pcs Bowl (serving Bowls, Clear Glass 20 Cm) 2 130.00 260.00 552 Pcs Water Pail (utility Pail With Metal Handle 10l Color: Red/ Blue L-27cm, W-27cm, H-26 Cm 4 350.00 1,400.00 553 Pcs Laundry Bar Soap (scrubber Bar 125g) 120 20.00 2,400.00 554 Pcs Clothesline (1 Pc Nonslip Clothesline 35 M) 20 140.00 2,800.00 555 Pcs Clothes Pin (laundry Clothes Pins Spring Clips 24 Pcs Plastic) 20 100.00 2,000.00 556 Pcs Wash Basin Plastic (laundry Basin 23 Inch) 5 250.00 1,250.00 557 Pcs Laundry Bag Set (4 Pcs/set Laundry Washing Bag- 1 Pc M(30cmx40cm) 1pc L (40cmx50cm) 1pc Xl (50x60 Cm) 10 200.00 2,000.00 558 Pcs Ironing Board (ironing Board With Stand Portable 36"iron Board (70cm To 86 Cm) 5 1,600.00 8,000.00 559 Pcs Flat Iron (non-stick Teflon Saleplate Spray Function Ht &width 251x170x120mm 5 1,000.00 5,000.00 560 Pcs Pants. Standard Slacks Medium Size 3 1,000.00 3,000.00 561 Pcs Polo. Public School Uniform Type. Medium Size 3 500.00 1,500.00 562 Pcs Blouse. Public School Uniform Type. Medium Size 3 500.00 1,500.00 563 Pcs Skirt. Commonly Used In Public School Type. Medium 3 600.00 1,800.00 564 Pcs Long Sleeves. Cotton, Medium Size 3 1,000.00 3,000.00 565 Pcs T-shirt With Collar. Cotton, Medium Size 3 800.00 2,400.00 566 Pcs T-shirt Without Collar. Cotton, Medium Size 3 500.00 1,500.00 567 Pcs Maong Pants. Medium Size, Female Cut, Medium 3 1,000.00 3,000.00 568 Pcs Maong Pants. Medium Size, Female Cut, Medium 3 1,000.00 3,000.00 569 Pcs Maleta. 7kg Hand Carry Luggage Travel Bag. 360 Universal Wheels. Divided Internal Space. 57 Liters Capacity. 40 X 57 X25 Cm Dimension. 3 1,500.00 4,500.00 570 Pcs Chef’s Hat. Chef Cap For Men Women Chef Head Cap Breathable Hat Fast Food Restaurant Coffee Shop Work Wear. Large Size. Black 20 250.00 5,000.00 571 Chef’s Hat. Chef Cap For Men Women Chef Head Cap Breathable Hat Fast Food Restaurant Coffee Shop Work Wear. Medium Size. White 20 250.00 5,000.00 572 Pcs Chef’s Hat. Chef Cap For Men Women Chef Head Cap Breathable Hat Fast Food Restaurant Coffee Shop Work Wear. Small Size. White 20 250.00 5,000.00 573 Pcs Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant. Large 20 450.00 9,000.00 574 Pcs Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant. Medium 20 450.00 9,000.00 575 Pcs Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant. Small 20 450.00 9,000.00 576 Pcs Hair Net. Unisex Hair Net Cap Hair Mesh Weaving Wig Cap Hair Styling Tools Nylon Hair Nets Hollow Out High. Black 300 30.00 9,000.00 577 Dozen Hangers (12 Pcs. Plastic Hanger) 1 181.00 181.00 578 Pcs Wash Basin. Aluminum 32" Diameter. 6 1,500.00 9,000.00 579 Pcs Washing Machine. 7.0 Kg Digital Inverter Fully Automatic Top Load Washing Machine (water Level: 5, Gross Weight: 31kg, Net Weight: 27 Kg Gross Dimension: (wxhxd) 580x890x600mm Net Dimension: (wxhxd)= 540x857x568mm) 3 25,000.00 75,000.00 580 Pcs Vacuum Cleaner (heavy Duty Gas 12-25 Pl Wet And Dry Vacuum Cleaner/ Extractor With Power Socket System 1,250 W Weight-9kg, Max Input Power- 1,250 W, Max Vacuum Power-200 Mbar) 2 12,000.00 24,000.00 581 Pcs Socks (cotton Socks Unisex High Street Socks Sixe:38-44 5 200.00 1,000.00 582 Pcs Dress (sleeve Ruffle Hem Plain Elegant Red Small, Medium, Large) 3 500.00 1,500.00 583 Pcs Slippers (sizes 7-10, Flipflop Brand Light Weight And Durable 5 150.00 750.00 584 Pcs Mattress For Single Bed (30x75 Single Size Polyester 3.5 Inch Thick) 5 4,440.00 22,200.00 585 Pcs Pillows (foam Pillow 4x12"x20") 5 426.00 2,130.00 586 Pcs Bedsheets (cotton Full Garterize 3n1 Bed Sheets, For Single Bed Size) 5 1,100.00 5,500.00 587 Pcs Alarm Clock (stopwatch, Digital Timer) 5 850.00 4,250.00 588 Pcs Goalball, Standard Size And Weight, Blue 2 20,000.00 40,000.00 589 Pcs Basketball, Standard Size 2 2,000.00 4,000.00 590 Pcs Soccer Ball, Standard Size 2 1,500.00 3,000.00 591 Set Bocce Balls, 100mm Diameter, 4 Balls Colored Red, 4 Balls Colored Green, With Palena Ball Color White. Set With Bag. 2 20,000.00 40,000.00 592 Piece White Cane For Adults- Foldable Aluminum With White Anodized Finish And Plastic Tip. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 10 1,500.00 15,000.00 593 Piece White Cane For Kids- Foldable Aluminum With White Anodized Finish. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 10 1,150.00 11,500.00 594 Set Chess Board For Blind. Plastic Pieces With Special Markings, Board With Pattern To Distinguish White And Black Squares With Slots To Hold The Pieces. At Least 12"x24" Plastic Board. 4 5,000.00 20,000.00 595 Set Scrabble Board For Blind. Made Of Plastic With Special Markings On Tiles And Board. At Least 18"x18" Board. 5 4,000.00 20,000.00 596 Set Dolch Basic Sight Words. (bitay Max). Printed On White Tarpaulin 2 Ftx 3 Ft Binded With Two Wooden Sticks. With String (sabitan). Words At Least 2" Height Black, Arial Font Style. 5 1,500.00 7,500.00 597 Pcs Meter Stick, 100cm Stainless Steel Ruler 5 500.00 2,500.00 598 Box Braille Paper. White Fanfold Tractor-feed Braille Transcribing Paper: 8.5 X 11 Inches, 3-hole And 19-hole Punch. Dimensions:10.1 × 11.5 × 5.4 Inches. 1000 Sheets 7 10,000.00 70,000.00 599 Box Braille Paper. 11.5"x 8.5". 1000 Sheets 5 7,000.00 35,000.00 600 Box Swell-touch Paper 11 X 11.5-in- 100 Sheets 1 10,000.00 10,000.00 601 Unit Braille Machine, Standard. With Leather Cover. With Warranty On Parts. 2 49,500.00 99,000.00 602 Pcs Braille Slate. 27 Lines, 30 Cells Per Row, Black 25 1,000.00 25,000.00 603 Pcs Braille Contraction Pamphlet. Unified Contraction Pamphlet 4"x6". 25 600.00 15,000.00 604 Pcs Contraction Pamphlet. Nemeth Code. 4"x6". 25 600.00 15,000.00 605 Pcs Cranmer Abacus 25 650.00 16,250.00 606 Pcs Braille Stylus. Round Or Y Shape 25 200.00 5,000.00 607 Set Geometric Measurement. Set Of Protractor, Ruler And Triangles Made Of Plastic With Embossed Marking For The Blind, Standard Size. 24 1,000.00 24,000.00 Delivery Terms: Within 30 Days Drop Off Points: General Santos City Sped Integrated School – Quezon Avenue, Brgy. West, Gsc (ilrc) Payment Terms: Payment To The Service Provider Shall Be Made Through Philippine Veterans Bank Lddap-ada / Mds. In The Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. ***nothing Follows*** Grand Total 7,338,507.00 2. The Deped Now Invites A Bid For The Above Procurement Project. Bidders Must Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With An Amount Of At Least 50% Of The Abc To Be Bid For Non-expendable And 25% Of The Abc For Expendable. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, I.e., In Section Ii, Instructions To Bidders. Bids Received That Exceed The Abc Per Lot Shall Be Rejected At Bid Opening. The Department Of Education, Division Of General Santos City Division Through Its Bids And Awards Committee (bac) Now Invites Bids For The Herein-mentioned Goods. Delivery Of The Goods Is Required On The Expected Delivery Date(s) Stated Herein. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. A Complete Set Of Bidding Documents In Soft Copy Only May Be Purchased At Deped-division Of General Santos City Bac Secretariat, Located At Tiongson St., Lagao, General Santos City Upon Submission Of A Letter Of Intent, And Payment In Cash On A Non-refundable Fee By Interested Bidders To The Deped Division Cashier. Only Bidders Who Purchased The Bidding Documents Provided Below Shall Be Allowed To Submit Bid/bids Not Later Than The Scheduled Receipt And Opening Of Bids. Bidding Document Price Lot Number Price Lot No. 1 P 10,000.00 5. It May Be Viewed Or Downloaded After Payment From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph. The Schedule And Venue Of The Procuring Activities Are As Follows: Activity Date And Time Venue Pre-bid Conference February 19, 2025 2:00 P.m. (wednesday) Sds Conference And Online Via Google Meet Issuance Of Bidding Documents Until March 5, 2025 9:00 A.m (wednesday) To Be Sent To Bidder’s Email Address After Payment Of The Bidding Documents Receipt And Opening Of Bids March 5, 2025 10:00 A.m. (wednesday) Division Office/google Meet Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.gov.ph, For Them To Be Included In The Document Request List Of The Project. The Pre-bid Conference Is Open To All Interested Parties Who May Have Or Have Not Bought The Bidding Documents. 6. Bids Must Be Physically Delivered To The Address And On The Date And Time Stated Herein. Submission Of Digital Copy Of The Bidding Documents Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of Bid Security. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Opening Of Bids At The Address, Date And Stated Herein. Late Bids Shall Not Be Accepted. 7. The Deped-division Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s), Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Ofelia S. Panes Michael Jhon A. Del Sol Administrative Officer Iv (records) Administrative Assistant Ii Bac Secretariat Head Bac Secretariat Member Email: Ofelia.panes@deped.gov.ph Email: Bac.depedgensan@deped.gov.ph Cell No. 09692673871 Cell No. 09278865516 Approved By: Mervie Y. Seblos, Cese Oic – Assistant Schools Division Superintendent Bac Chairperson Bacsec/mds
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Notice this Is A Sources Sought Notice (ssn) Only. The U.s. Government Is Conducting Market Research Only To Determine The Availability Of Qualified Sources Capable Of Providing Scriptpro Preventative Maintenance And Repair Services. Potential Contractors Are Invited To Provide A Response Via E-mail To Contract Specialist At Tracy.heath@va.gov By January 24, 2025, 15:00 (pt). Responses Will Be Used To Determine The Appropriate Strategy For A Potential Acquisition. Please Clearly Identify Any Information Your Company Considers Sensitive Or Proprietary. This Notice Is Issued Solely For Information And Planning Purposes - It Does Not Constitute A Request For Quotation (rfq), Or A Promise To Issue An Rfq In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Or Proposals At This Time And Will Not Accept Unsolicited Quotes In Response To This Sources Sought Synopsis. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq, If Any Is Issued. background: The Visn 20 Network Is Responsible For Providing Health Care To Veterans In The States Of Alaska, Washington, Oregon, Most Of The State Of Idaho, And One County Each In Montana And California, All Of Which Includes Eight (8) Health Care Facilities Comprised Of (7) Medical Centers And One (1) Rehabilitation Center. Two Of The Health Care Facilities Are Three (3) Two-division Campuses. These Ten (10) Health Care Sites Support Thirty-six (36) Community Based Outpatient Clinics. visn 20 Outpatient Pharmacies Currently Utilize Scriptpro S Central Pharmacy Workflow System And Robotics. The Scriptpro System Consists Of Hardware To Include Robotic Prescription Dispensing System, Datapoint Workstations, Printers, Scanners, Servers, Workstations, Signature Pads, Displays, Keyboards/mouse Terminals, Audio Components And Speakers, Keyboards, Mouse, And Kiosks. In Addition, There Is Software And Interfaces That Support Electronic Health Record (ehr), Vetext Communication, Scriptpro Workflow, And Shipping.
naics: 811210, Electronic And Precision Equipment Repair And Maintenance interested Potential Contractors Please Provide The Following. 1) Company Name, Address, Point Of Contact, Phone Number, Email Address, And Duns please Indicate Business Size: small Disadvantage Business (sdb)____ 8(a)____
historically Underutilized Business Zone (hubzone)____
service-disabled Veteran-owned Small Business (sdvosb)____
veteran-owned Small Business (vosb)_____
economically Disadvantaged Women-owned Small Business (edwosb)_____
women-owned Small Business Concerns (wosb)_____
small Business_____
large Business_____ please State If You Possess A Federal Supply Schedule (fss)______. Please State If Your Fss Schedule Is Under Group 66 Iii Cat 605-2a________ 2) Please Submit A Brief Capability Statement (maximum Three Pages) With Enough Information To Demonstrate To The Veterans Affairs That You Have The Enough Resources, Personnel, And Experience To Perform Preventative Maintenance And Repairs As Required In The Attached Draft Statement Of Work. **draft Statement Of Work the Va Northwest Health Network, Veterans Integrated Service Network (visn) 20, Is Responsible For Providing Health Care To Veterans In The States Of Alaska, Washington, Oregon, Most Of The State Of Idaho, And One County Each In Montana And California.â Visn 20 Encompasses 135 Counties Which Cover Approximately 23% Of The United States Land Mass; 17% Of Which Are Classified As Health Professional Shortage Areas. 67% Of These Same Counties Had A 2001 Per Capita Income Below $25,000. There Are Approximately 1.2 Million Veterans Living In The Pacific Northwest And Alaska, 18% Of Whom Received Va Services.â the Visn 20 Network Of Eight (8) Health Care Facilities Is Comprised Of (7) Medical Centers And One (1) Rehabilitation Center (table 1). Two Of The Health Care Facilities Are Three (3) Two-division Campuses. These Ten (10) Health Care Sites Support Thirty-six (36) Community Based Outpatient Clinics. visn 20 Outpatient Pharmacies Currently Utilize Scriptpro S Central Pharmacy Workflow System And Robotics. The Scriptpro System Consists Of Hardware To Include Robotic Prescription Dispensing System, Datapoint Workstations, Printers, Scanners, Servers, Workstations, Signature Pads, Displays, Keyboards/mouse Terminals, Audio Components And Speakers, Keyboards, Mouse, And Kiosks. In Addition, There Is Software And Interfaces That Support Electronic Health Record (ehr), Vetext Communication, Scriptpro Workflow, And Shipping.
the Proposed Action Is To Provide All Support Services For Hardware, Software, And Interfaces. This Includes Professional Services To Troubleshoot System Issues, Software And Operating System Updates To Address Cybersecurity Vulnerabilities, Corrective Maintenance, Preventative Maintenance And Replacement Parts.
1. Applicable Documents. In Performance Of The Tasks Associated With This Performance Work Statement, The Contractor Shall Comply With The Following: 44 U.s.c. § 3541,â Federal Information Security Management Act (fisma) Of 2002 fips Pub 201 Personal Identity Verification Of Federal Employees & Contractors, 3/2006
5 U.s.c. § 552a, As Amended, The Privacy Act Of 1974 42 U.s.c. § 2000d Title Vi Of The Civil Rights Act Of 1964 va Directive 0710, Personnel Suitability And Security Program, September 10, 2004
va Directive 6102, Internet/intranet Services, July 15, 2008
36 Cfr Part 1194 Electronic And Information Technology Accessibility Standards 7/1/2003
office Of Management & Budget (omb) Circular A-130, Management Of Federal Information Resources, November 28, 2000
32 Cfr Part 199 Civilian Health And Medical Program Of The Uniformed Services (champus) an Introductory Resource Guide For Implementing The Health Insurance Portability And Accountability Act (hipaa) Security Rule, October 2008
sections 504 And 508 Of The Rehabilitation Act (29 U.s.c. § 794d), As Amended By The Workforce Investment Act Of 1998 (p.l. 105-220), August 7, 1998
homeland Security Presidential Directive (12) (hspd-12)
va Directive 6500, Information Security Program, August 4, 2006
va Handbook 6500.6, Contract Security, March 12, 2010
program Management Accountability System (pmas) Portal (reference Pws References Technical Library At Https://www.voa.va.gov/) national Institute Standards And Technology (nist) Special Publications 2. Scope. the Contractor Shall Provide Remote And Onsite Support Services For The 11 Medical Centers Listed In Table 1.
on-site Field Service Repair
remote Technical And Application Support
preventive Maintenance
software And Operating System (os) Updates
server And Workstation (os) Patching
drug Database Updates
interface Maintenance And Testing To Resolve Issues. see Appendix A For All Equipment, Software, And Interfaces To Be Supported. scriptpro Shall Provide 24/7 Remote Technical Support. table 1: Visn 20 Sites
station
address
463-va Anchorage Health Care System
1201 North Muldoon Road
anchorage, Ak 99504
531-va Boise Medical Center
500 W. Fort Street
boise, Id 83702
648-va Portland Medical Center Portland Campus
3710 Sw Us Veterans Hospital Road
portland, Or 97239-2999
648a-va Portland Medical Center Vancouver Campus
1601 E Fourth Plain Boulevard
vancouver, Wa 98661
653-va Roseburg Health Care System Roseburg Campus
913 Garden Valley Boulevard
roseburg, Or 97470
653-va Roseburg Health Care System Eugene Cboc
3355 Chad Drive Eugene, Or 97408
663-va Puget Sound Health Care System Seattle Division
1660 South Columbian Way
seattle, Wa 98108-1597
663-va Puget Sound Health Care System American Lake Division
9600 Veterans Drive Tacoma, Wa 98493
668-va Spokane Medical Center
n. 4815 Assembly Street
spokane, Wa 99205
687-jonathan M. Wainwright Memorial Va Medical Center
77 Wainwright Drive
walla Walla, Wa 99362
692-va Southern Oregon Rehabilitation Center And Clinics
8495 Crater Lake Highway
white City, Or 97503 performance Period. The Period Of Performance For This Action Shall Be 12 Months And Three Option Years. place Of Performance. Contract Performance Shall Take Place At The Contractor S Location(s) And At All Visn 20 Outpatient Pharmacies Listed In Table 1. travel For On-site Repairs And Preventative Maintenance. The Government Anticipates Contractor Travel Under This Contract. All Travel Shall Be Incorporated Into The Price Schedule For The Contract. No Travel Costs Will Be Reimbursed By Va. government Furnished Equipment/information. The Contractor Shall Be Allowed Access To Government Equipment Including Servers And Network Infrastructure. Information On Government Equipment And Systems Shall Be Provided As Necessary. No Government-owned Property Will Be Transferred Into The Contractor S Control. Additional Software Products May Be Provided By The Government As Identified To Facilitate Contractor Access, E.g., Microsoft Terminal Services. hours Of Coverage & Federal Holidays. Normal Business Hours Are 8:00am To 5:00pm, Monday Through Friday, Excluding Federal Holidays. The Contractor Shall Contact The Poc Or His/her Designee Prior To Commencing Any Work On The Premises. new Years' Dayâ
martin Luther King Dayâ
presidents' Dayâ
memorial Dayâ
juneteenth Dayâ
independence Dayâ
labor Dayâ
columbus Dayâ
veterans Dayâ
thanksgiving Dayâ
christmas Dayâ
â invoicing. Invoices Shall Be Submitted Electronically Via The Financial Services Center Mandatory Electronic Invoice System, On A Monthly Basis. Invoices Must Include, At A Minimum, The Following Information: Contractor Name, Purchase Order Number, Period Of Service The Billing Covers, And A List Of Equipment Items Covered During The Stated Period Of Performance. this Requirement Is In Accordance With Varr Clause 852.232-72 Electronic Submission Of Payment Requests: Http://www.fsc.va.gov/einvoice.asp. Electronic Payments Are Net 30 Days. security Requirements. All Contractor Employees Are Subject To The Same Level Of Investigation As Va Employees Who Have Access To Va Sensitive Information Or Access To Va Facilities. The Background Investigation Includes The Following Requirements: 1) Completed Documentation 2) Fingerprints 3) Completion Of Opm S E-qip Questionnaire. The Contractor Is Required To Fulfill All Of The Security Requirements. The Contractor, Upon Completion Of Fingerprinting, And An Initial Suitability Determination, May Be Authorized Tentative Access To Start The Performance Period Of The Contract, But Only On Condition Of Completion Of All Security Requirements. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. option To Extend Services. In Accordance With Far Clause 52.217-8, Option To Extend Services, The Contract May Be Extended, At The Government S Sole Discretion, For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. If The Contract Contains An Unexercised Option Period, The Government May Elect To Exercise The Option Pursuant To Far Clause 52.217-9, Option To Extend The Term Of The Contract, During Any Short-term Extension. The Short-term Extension(s) Shall Be Subtracted From The Total Duration Of The Immediately Succeeding Option Period That May Follow As A Result Of The Exercise Of The Option Pursuant To Far Clause 52.217-9 So That The Combination Of The Short-term Extension(s) And The Option Will Not Exceed 12 Months Duration. If The Government Exercises One Or More Short Term Extensions In Accordance With Far Clause 52.217-8 And This Instruction Or An Option Period Pursuant To Far Clause 52.217-9, Or Any Combination Thereof, The Contract As Extended Shall Be Deemed To Include This Extension Instruction And Far Clause 52.217-8; Thus, The Authority To Extend Services Pursuant To Far Clause 52.217-8 And This Instruction May Be Exercised At The End Of The Base Period And At The End Of Each Option Period. the Prices Applicable During The Short-term Extension(s) Shall Be The Price(s) Applicable During The Immediately Succeeding Option Period If There Is One (for Example, Clin 1001 Subject Only To Any Adjustment Required By The Service Contract Act). If There Is No Immediately Succeeding Option Period, The Price(s) Shall Be The Price(s) Applicable During The Immediately Preceding Contract Period, Subject Only To Any Adjustment Required By The Service Contract Act. the Extension(s) May Be Exercised By The Government Iaw Far Clause 52.217-8, Provided That The Co Has Given Notice Of The Government S Intent To Exercise The Extension At Least 7 Calendar Days Before This Contract Is To Expire. A Notice Will Be Provided For Each Separate Extension. for Requirements Items, The Prices Applicable During The Short-term Extension(s) Shall Be The Prices Applicable During The Immediately Succeeding Option Period, If There Is One. If There Is No Succeeding Option Period, The Prices Shall Be The Prices Applicable During The Immediately Preceding Contract Period. the Cost Ceiling(s), Base Fee(s), And Award Fee(s) During The Short-term Option(s) Shall Be The Pro Rata Portion Of The Costs And Fees Applicable To The Immediately Succeeding Option Period, If There Is One. If There Is No Succeeding Option Period, The Cost Ceiling(s) And Fee(s) Shall Be The Pro Rata Portion Of The Costs And Fees For The Immediately Preceding Contract Period. security Clause the C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required.
va Acquisition Regulation Solicitation Provision And Contract Clause (vaar)
the Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.
va Information And Information System Security/privacy Language For
inclusion Into Contracts, As Appropriate
general
contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security.
access To Va Information And Va Information Systems
a Contractor/subcontrator Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order.
all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures.
contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness.
custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor.
the Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination.
3. Va Information Custodial Language
information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1).
va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On-site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements.
prior To Termination Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract.
the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Policies In This Contract.
the Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed.
f. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality,
privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12.
if A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship.
the Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated.
the Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request.
except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response.
notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response.
for Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr. 5. Information System Hosting, Operation, Maintenance, Or Use
va Prohibits The Installation And Use Of Personally-owned Or Contractor/subcontractor Owned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va- Approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe.
all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract.
bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
vendor Must Accept The System Without The Drive;
va S Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
(4) Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then;
the Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And
any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre- Approved And Described In The Purchase Order Or Contract.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. 6. Security Incident Investigation
the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cotr And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access.
to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S
notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident
(including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or
compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant.
with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement.
in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other
compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.
7. Liquidated Damages For Data Breach
consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract.
the Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following:
(1) Nature Of The Event (loss, Theft, Unauthorized Access);
(2) Description Of The Event, Including:
date Of Occurrence;
data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code;
(3) Number Of Individuals Affected Or Potentially Affected;
(4) Names Of Individuals Or Groups Affected Or Potentially Affected;
(5) Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text;
(6) Amount Of Time The Data Has Been Out Of Va Control;
(7) The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons);
known Misuses Of Data Containing Sensitive Personal Information, If Any;
assessment Of The Potential Harm To The Affected Individuals;
data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And
whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised.
d. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $37.50 Per Affected
individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following:
notification;
one Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports;
data Breach Analysis;
fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution;
one Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And
necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs.
8. Security Controls Compliance Testing
on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day S Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. appendix A List Of Equipment To Be Supported Per Site
location
description quantity
boise
sp 200/ccc (6 Slot) Service
1
boise
sp 50/occ
1
boise
sp Data Point
12
boise
sp Printer
10
boise
notice Board 32
1
boise
notice Board 40
1
boise
scanner
1
boise
e Signature Device
2
boise
kvm Setup/service
1
boise
kvm Device
2
boise
rx Paperwork Printer
3
boise
smart Card Scanner
16
boise
robotic Cell Multiplexor For Robots
4
boise
interface
3
boise
interface - Pitney Bowes
1
boise
full Disk Encryption
2
boise
sp Ce Platform
1
boise
remote Access Server For Up To 5 Sessions
1
boise
sp Communications Module
1
boise
ras Device License
1
boise
vetext Integration Support
1
boise
customer Hard Drive Retention Per Server
1
boise
customer Hard Drive Retention Per Robot
2
boise
endpoint Security Management (per Pharmacy)
1
boise
endpoint Security Management (per Server)
20
â
â
â
walla Walla
sp 200/ccc (6 Slot) Service
1
walla Walla
sp 50/occ
1
walla Walla
sp Data Point
12
walla Walla
sp Printer
6
walla Walla
notice Board 40
3
walla Walla
sp Kiosk
2
walla Walla
scanner
4
walla Walla
e Signature Device
1
walla Walla
eyecon Model 9420
2
walla Walla
rx Paperwork Printer
4
walla Walla
smart Card Scanner
16
walla Walla
ticket Window Display
2
walla Walla
sp Kiosk Display
2
walla Walla
audio Package System/integration With Notice Board
1
walla Walla
robotic Cell Multiplexor For Robots
2
walla Walla
interface
3
walla Walla
eyecon Interface Controller
1
walla Walla
full Disk Encryption
2
walla Walla
clean Room Inspection Camera
1
walla Walla
client Video Package
2
walla Walla
sp Ce Platform
1
walla Walla
pharmacy Services Portal
1
walla Walla
remote Access Server For Up To 5 Sessions
1
walla Walla
sp Communications Module
1
walla Walla
ras Device License
1
walla Walla
vetext Integration Support
1
walla Walla
customer Hard Drive Retention Per Server
1
walla Walla
customer Hard Drive Retention Per Robot
2
walla Walla
endpoint Security Management (per Pharmacy)
1
walla Walla
endpoint Security Management (per Server)
22
â
â
â
roseburg
sp 200/ccc (6 Slot) Service
1
roseburg
crs 75
1
roseburg
sp Data Point
14
roseburg
sp Printer
12
roseburg
notice Board 40
2
roseburg
e Signature Device
4
roseburg
eyecon 9420
1
roseburg
kvm Setup/service
1
roseburg
kvm Device
8
roseburg
rx Paperwork Printer
5
roseburg
smart Card Scanner
17
roseburg
robotic Cell Multiplexor For Robots
4
roseburg
interface
3
roseburg
full Disk Encryption
2
roseburg
sp Ce Platform
1
roseburg
remote Access Server For Up To 5 Sessions
1
roseburg
sp Communications Module
1
roseburg
ras Device License
1
roseburg
vetext Integration Support
1
roseburg
customer Hard Drive Retention Per Server
1
roseburg
customer Hard Drive Retention Per Robot
2
roseburg
endpoint Security Management (per Pharmacy)
1
roseburg
endpoint Security Management (per Server)
22
â
â
â
eugene
sp 200/ccc (6 Slot) Service
1
eugene
crs 75
1
eugene
sp Data Point
12
eugene
sp Printer
11
eugene
notice Board 40
1
eugene
sp Kiosk
1
eugene
e Signature Device
2
eugene
eyecon 9420
1
eugene
kvm Setup/service
1
eugene
kvm Device
11
eugene
rx Paperwork Printer
3
eugene
smart Card Scanner
16
eugene
ticket Window Display
1
eugene
sp Kiosk Stand
1
eugene
audio Speaker
1
eugene
audio Package System/integration With Notice Board
1
eugene
interface
4
eugene
full Disk Encryption
2
eugene
sp Ce Platform
1
eugene
pharmacy Services Portal
1
eugene
remote Access Server For Up To 5 Sessions
1
eugene
sp Communications Module
1
eugene
ras Device License
1
eugene
vetext Integration Support
1
eugene
customer Hard Drive Retention Per Server
1
eugene
customer Hard Drive Retention Per Robot
2
eugene
endpoint Security Management (per Pharmacy)
1
eugene
endpoint Security Management (per Server)
20
â
â
â
vancouver
sp 200/ccc (12 Slot) Service
1
vancouver
sp Data Point
15
vancouver
sp Printer
11
vancouver
notice Board 32
2
vancouver
notice Board 40
1
vancouver
sp Kiosk
2
vancouver
scanner
1
vancouver
e Signature Device
2
vancouver
eyecon Model 9420
2
vancouver
kvm Setup/service
1
vancouver
kvm Device
14
vancouver
smart Card Scanner
18
vancouver
ticket Window Display
3
vancouver
sp Kiosk Stand
2
vancouver
audio Speaker Pkg
3
vancouver
audio Package System/integration With Notice Board
1
vancouver
robotic Cell Multiplexor For Robots
4
vancouver
interface
3
vancouver
eyecon Interface Controller
1
vancouver
full Disk Encryption
2
vancouver
sp Ce Platform
1
vancouver
remote Access Server For Up To 5 Sessions
1
vancouver
sp Communications Module
1
vancouver
ras Device License
1
vancouver
vetext Integration Support
1
vancouver
customer Hard Drive Retention Per Server
1
vancouver
customer Hard Drive Retention Per Robot
1
vancouver
endpoint Security Management (per Pharmacy)
1
vancouver
endpoint Security Management (per Server)
25
â
â
â
portland
sp 200/ccc (6 Slot) Service
1
portland
sp 50/occ
1
portland
sp Data Point
22
portland
sp Printer
16
portland
notice Board 32
3
portland
notice Board 40
1
portland
sp Kiosk
2
portland
scanner
1
portland
e Signature Device
7
portland
eyecon Model 9400
2
portland
kvm Setup/service
1
portland
kvm Device
20
portland
smart Card Scanner
26
portland
ticket Window Display
5
portland
sp Kiosk Stand
2
portland
audio Speaker Pkg
3
portland
audio Package System/integration With Notice Board
1
portland
robotic Cell Multiplexor For Robots
4
portland
interface
3
portland
eyecon Interface Controller
1
portland
full Disk Encryption
2
portland
sp Ce Platform
1
portland
pharmacy Services Portal
1
portland
remote Access Server For Up To 5 Sessions
1
portland
sp Communications Module
1
portland
ras Device License
1
portland
vetext Integration Support
1
portland
customer Hard Drive Retention Per Server
1
portland
customer Hard Drive Retention Per Robot
2
portland
endpoint Security Management (per Pharmacy)
1
portland
endpoint Security Management (per Server)
35
â
â
â
white City
sp 200/ccc (6 Slot) Service
1
white City
sp 50/occ
1
white City
sp Ce Platform
1
white City
sp Data Point
12
white City
sp Printer
6
white City
notice Board 40
2
white City
sp Kiosk
1
white City
scanner
6
white City
e Signature Device
2
white City
rx Paperwork Printer
1
white City
smart Card Scanner
16
white City
ticket Window Display
3
white City
sp Kiosk Stand
1
white City
audio Speaker Pkg
1
white City
audio Package System/integration With Notice Board
1
white City
robotic Cell Multiplexor For Robots
2
white City
interface
2
white City
full Disk Encryption
2
white City
pharmacy Services Portal
1
white City
remote Access Server For Up To 5 Sessions
1
white City
sp Communications Module
1
white City
ras Device License
1
white City
vetext Integration Support
1
white City
customer Hard Drive Retention Per Server
1
white City
customer Hard Drive Retention Per Robot
2
white City
endpoint Security Management (per Pharmacy)
1
white City
endpoint Security Management (per Server)
22
â
â
â
spokane
sp 200/ccc (6 Slot) Service
1
spokane
crs 75
1
spokane
sp Ce Platform
1
spokane
sp Ce Platform
1
spokane
sp Data Point
13
spokane
sp Printer
8
spokane
sp Printer
1
spokane
scanner
3
spokane
e Signature Device
3
spokane
eyecon Model 9400
2
spokane
kvm Setup/service
2
spokane
kvm Device
4
spokane
rx Paperwork Printer
2
spokane
smart Card Scanner
3
spokane
robotic Cell Multiplexor For Robots
4
spokane
standard Interface
3
spokane
custom Interface
1
spokane
eyecon Interface Controller
1
spokane
full Disk Encryption
2
spokane
remote Access Server For Up To 5 Sessions
1
spokane
sp Communications Module
1
spokane
ras Device License
1
spokane
vetext Integration Support
1
spokane
customer Hard Drive Retention Per Server
1
spokane
customer Hard Drive Retention Per Robot
2
spokane
endpoint Security Management (per Pharmacy)
1
spokane
endpoint Security Management (per Server)
24
â
â
â
puget Sound - Seattle - Inpatient
crs 75
1
puget Sound - Seattle
sp 200/ccc (6 Slot) Service
1
puget Sound - Seattle
sp 50/occ
1
puget Sound - Seattle
sp Data Point
15
puget Sound - Seattle
sp Printer
12
puget Sound - Seattle
notice Board 40
1
puget Sound - Seattle
scanner
4
puget Sound - Seattle
e Signature Device
3
puget Sound - Seattle
rx Paperwork Printer
7
puget Sound - Seattle
smart Card Scanner
20
puget Sound - Seattle
robotic Cell Multiplexor For Robots
4
puget Sound - Seattle
interface
2
puget Sound - Seattle
full Disk Encryption
2
puget Sound - Seattle
scanner
3
puget Sound - Seattle
sp Ce Platform
1
puget Sound - Seattle
remote Access Server For Up To 5 Sessions
1
puget Sound - Seattle
sp Communications Module
1
puget Sound - Seattle
ras Device License
1
puget Sound - Seattle
vetext Integration Support
1
puget Sound - Seattle
customer Hard Drive Retention Per Server
1
puget Sound - Seattle
customer Hard Drive Retention Per Robot
2
puget Sound - Seattle
endpoint Security Management (per Pharmacy)
1
puget Sound - Seattle
endpoint Security Management (per Server)
22
â
â
â
puget Sound - Aml
sp 200/ccc (6 Slot) Service
1
puget Sound - Aml
sp 50/occ
1
puget Sound - Aml
sp Data Point
12
puget Sound - Aml
sp Printer
9
puget Sound - Aml
notice Board 40
1
puget Sound - Aml
scanner
2
puget Sound - Aml
e Signature Device
4
puget Sound - Aml
rx Paperwork Printer
4
puget Sound - Aml
smart Card Scanner
15
puget Sound - Aml
robotic Cell Multiplexor For Robots
4
puget Sound - Aml
interface
2
puget Sound - Aml
full Disk Encryption
2
puget Sound - Aml
sp Ce Platform
1
puget Sound - Aml
remote Access Server For Up To 5 Sessions
1
puget Sound - Aml
sp Communications Module
1
puget Sound - Aml
ras Device License
1
puget Sound - Aml
vetext Integration Support
1
puget Sound - Aml
customer Hard Drive Retention Per Server
1
puget Sound - Aml
customer Hard Drive Retention Per Robot
2
puget Sound - Aml
endpoint Security Management (per Pharmacy)
1
puget Sound - Aml
endpoint Security Management (per Server)
19
â
â
â
alaska
sp 200/occ Service
1
alaska
sp Central Platform
1
alaska
sp Data Point
8
alaska
sp Printer
8
alaska
notice Board 40
1
alaska
pharmacy Image Server
2
alaska
paper Prescription Input Scanner
5
alaska
wireless Scanner
1
alaska
e Signature Device
2
alaska
eyecon Model 9420
1
alaska
eyecon Model 9400
1
alaska
rx Paperwork Printer
1
alaska
smart Card Scanner
1
alaska
interface
3
alaska
eyecon Interface Controller
1
alaska
full Disk Encryption
2
alaska
remote Access Server For Up To 5 Sessions
1
alaska
sp Communications Module
1
alaska
ras Device License
1
alaska
vetext Integration Support
1
alaska
customer Hard Drive Retention Per Server
1
alaska
customer Hard Drive Retention Per Robot
1
alaska
endpoint Security Management (per Pharmacy)
1
alaska
endpoint Security Management (per Server)
13
Amt Gransee Und Gemeinden, Fachbereich II Tender
Civil And Construction...+1Road Construction
Germany
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Gransee town wall Renovation of the town wall from the Seetor up to and including Ruppiner Tor and security measures on individual town wall areas The renovation of the town wall is carried out in sections, one parcel at a time and includes the town side and the field side (garden side) of the town wall as well as the respective wall crown. Furthermore, security measures are planned for individual, non-connected town wall areas. Short text on the scope of work: Lot 2 - Ruppiner Tor construction site: Construction site setup: Special usable space including road closure and security, construction fence approx. 100 m, storage area, mobile work equipment, toilets; Preparatory work: removal of plant growth, cleaning of natural stone/brick masonry facades approx. 1,200 m, bricklaying and plastering work: brickwork: renovation approx. 5 m², crack repair approx. 20m, renewal of individual bricks and shaped bricks including delivery approx. 400 pieces, delivery of monastery format bricks approx. 7 Mp, renovation and renewal of masonry joints approx. 500 m²; natural stone masonry: renovation and renewal of masonry joints approx. 100 m²; renovation of city wall: 2 pieces. Construction site facilities: special usable area, public sidewalk and green areas with construction fence, construction path, storage area, toilet; preparatory work: removal of plant growth approx. 250 m²; removal of shrubs/bushes approx. 35 pieces. tree felling including root clearing approx. 1 piece; Cleaning of natural stone/brick masonry approx. 1,200 m²; Masonry work: Natural stone and brick masonry: Reworking/renewing masonry approx. 50 m2, wall crown width approx. 0.80m = approx. 110 m² including delivery of natural stone and monastery bricks; Reworking/renewing masonry joints approx. 780 m²; Natural stone masonry needling approx. 140 m including backfilling/injection approx. 3,400 kg; Outdoor facilities: Creating berm fill including soil removal and new construction as embankment approx. 150m3, clay layer thickness approx. 10cm = approx. 30m3, angle support elements approx. 27 linear meters, height up to 1.50m including substructure, topsoil and lawn seeding approx. 650m2. Securing the half-timbered building area directly adjacent to the city wall: Demolition work: Wall, ceiling and roof construction approx. 5m3; Bricklaying work: Renovation of foundation and frame masonry brick approx. 10m2 and natural stone base approx. 0.5m3; Carpentry work: New joinery of half-timbered posts and struts, wooden ceiling beams and roof rafters, cross-section up to 20/20cm, approx. 75 m; Roofing work: Delivery and manufacture of plain tile covering approx. 40 m² including roof battens, processing of the new covering onto the existing covering. Securing individual, non-connected city wall areas: 25 individual city wall areas, each with 1x construction site facility including securing the work area with construction fences up to 20 m long, setting up, providing and dismantling work equipment from 4m to 8m working height, providing work platforms for working on the wall crown between 6m and 10m working height, total approx. 30 working days; securing natural and brick masonry approx. 50 m² including grouting work on wall crowns and wall surfaces approx. 430 m2; delivery and installation of protective nets approx. 460 m2. Service period: 16th week 2025 - 22nd week 2026
Province Of Ifugao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 7 Million (USD 121.1 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 05-2025-g (first Publication) For Common Office, General Home & Computer Supplies 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Seven Million Nine Thousand Two Hundred Pesos And 58/100 Only (php7,009,200.58) Being The Abc To Payments Under The Contract For Publication No. 05-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bided). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On February 06, 2025 To February 27, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On February 13, 2025 At 01:30 P.m.at The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of February 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 27, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: February 06, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost I. Common Office Supplies 1 Battery, 9v (for Wireless Mic) 10 Pc 2 Battery, 9vi Super Heavy Duty 2 Pc 3 Battery, Rechargeable Aa 3 Set 4 Battery, Size A 75 Pc 5 Battery, Size Aa 560 Pair 6 Battery, Size Aaa, Small 817 Pair 7 Binder Clip, 12/box 55mm 59 Box 8 Board, Whiteboard 2ft X 3ft W/ Frame 4 Pc 9 Board, Whiteboard 4ft X 8 Ft W/ Frame 8 Pc 10 Book Cover For Faas & Task Declaration With Bolts 20 Pc 11 Book, Columnar, 24 Columns 12 Pc 12 Book, Columnar, 4 Columns 2 Pc 13 Book, Emergency Registry Book, Hardbound X 100 Pages 4 Box 14 Book, Engineer's Field Book 215 Pc 15 Book, Er Registry Book (200 Pages/100 Leaves) 2 Box 16 Book, Notebook, 40 Leaves, Ordinary 450 Pc 17 Book, Notebook, 80 Leaves, Good Quality 70 Pc 18 Book, Notebook, 80 Leaves, Ordinary 103 Pc 19 Book, Record, 150 Pages 35 Pc 20 Book, Record, 200 Pages 120 Pc 21 Book, Record, 300 Pages 67 Pc 22 Book, Record, Clothbound, 300pages # 85 27 Box 23 Book, Record, Clothbound, 500pages # 85 1 Box 24 Book, Record, Hardbound, 200 Pages 20 Pc 25 Book, Record, Hardbound, 300 Pages 161 Pc 26 Book, Record, Hardbound, 500 Pages 75 Pc 27 Books-local Government Code Of 1991 1 Book 28 Calculator, Dj-120d, Electronic, 2-way Power 18 Pc 29 Calculator, Hl-122l, Casio 17 Pc 30 Calculator, Scientific, Fx-991 Esplus 5 Pc 31 Cassette Recorder, 2 Way Speaker,small 2 Pc 32 Certificate Frame, Plastic, 8.5 X 11, Short 215 Pc 33 Certificate Frame, Plastic, 8.5 X 13, Long 310 Pc 34 Certificate Frame,glass 8.5x13 Inches Long 15 Pc 35 Cutter Blade, Big, Heavy Duty 23 Pc 36 Cutter Blade, Big, Heavy Duty-refill 45 Pc 37 Dater (mm/dd/yy, 2018-2020), Metal 11 Pc 38 Desk Tray Organizer, 2-layers, Metal 10 Pc 39 Envelope, Brown, Kraft Documentary, Long 4575 Pc 40 Envelope, Brown, Kraft Documentary, Short 1005 Pc 41 Envelope, Expanding, Legal Size, W/ Garter 2120 Pc 42 Envelope, Long White Envelope 5 Box 43 Envelope, Mailing W/ Window, Long W/ Office Header & Logo 1 Box 44 Envelope, Mailing, White, Long, 500s 5 Box 45 Envelope, Plastic W/ Handle, Durable 35 Pc 46 Eraser, Rubber No. 526 B30 76 Pc 47 Filing Box, Long, Assorted Color 225 Pc 48 Folder For Hanging Cabinet, Long 40 Pc 49 Folder Organizer 24 Pc 50 Folder, Cream, Glossy,x 100s, Long 84 Ream 51 Folder, Cream, Glossy,x 100s, Short 31 Ream 52 Folder, Expanding, Assorted Color, Long 1058 Pc 53 Folder, Expanding, Assorted Color, Short 250 Pc 54 Folder, Ordinary, X 100s, Long 24 Ream 55 Folder, Ordinary, X 100s, Short 9 Ream 56 Folder, Plastic, W/ Slide,assorted Colors, Long 12 Pc 57 Folder, Plastic, W/ Slide,assorted Colors, Short 12 Pc 58 Frame, Photo Frame,8.5"x11" Short 15 Pc 59 Glue Gun (big) 12 Pc 60 Glue Gun (small) 7 Ream 61 Glue, 130g 351 Bot 62 Glue, Stick Glue (big) 175 Pc 63 Glue, Stick Glue (small) 60 Pc 64 Glue, Super Glue, Instant Glue, 3 Grams 2 Pc 65 Id Lace/tie 40 Pc 66 Magazine File, Hard Board, Double 85 Pc 67 Measuring, Ruler, Plastic, Thick, Transparent, 12" 42 Pc 68 Measuring, Tape Measure (5 Meters) 1 Pc 69 Measuring, Tape Measure (50 Meters) 1 Pc 70 Measuring, Tape Measure,7.5 Ms 1 Pc 71 Office Banner W/ Logo, Admiral Blue, Satin, 4x5 Ft. 1 Pc 72 Paper Clamp Size 2 285 Pc 73 Paper Clip, Big, 502mm, 100/box 160 Box 74 Paper Clip, Small, 33mm, 100/box 192 Box 75 Paper Fastener, Vinyl Plastic, 50s/box 206 Box 76 Paper, Book Paper, A4 70 Gsm 315 Ream 77 Paper, Book Paper, Long, 8.5" X 13" 1464 Ream 78 Paper, Book Paper, Short, 8.5" X 11" 1391 Ream 79 Paper, Carbon Paper, Ordinary, Long 4 Box 80 Paper, Carbon Paper, Polyethylene, Long, 100s, Assorted Color 3 Box 81 Paper, Cartolina, Glossy, White, Thick 520mm X 720mm 1005 Pc 82 Paper, Cartolina,assorted Colors,thick 97 Pc 83 Paper, Colored, Assorted, 250 Sheets/ream 18 Ream 84 Paper, Felt Paper, Assorted Colors 60 Pc 85 Paper, Glossy, Assorted Colors 3 Pack 86 Paper, Linen Board, 200gsm, Long 47 Pack 87 Paper, Linen Board, 200gsm, Short 72 Pack 88 Paper, Linen, Thick, Assorted Light Colors, Long 33 Set 89 Paper, Linen, Thick, Assorted Light Colors, Short 10 Set 90 Paper, Manila Paper, Yellow 130 Pc 91 Paper, Office Stationary - Long W/ Letter Head W/logo 7 Ream 92 Paper, Office Stationary - Short W/ Letter Head W/ Logo 6 Ream 93 Paper, Pad, Assorted Color, 216 X 330mm Thick 35 Pad 94 Paper, Paper Bond Subs 16, 8.5" X 11" 15 Ream 95 Paper, Paper Bond Subs 16, 8.5" X 13" 22 Ream 96 Paper, Paper Bond Subs 18,legal,8.5'' X 13" 32 Ream 97 Paper, Paper Bond Subs 18,letter,8.5'' X 11" 40 Ream 98 Paper, Paper Bond Subs 20,legal,8.5'' X 13" 375 Ream 99 Paper, Paper Bond Subs 20,letter,8.5'' X 11" 387 Ream 100 Paper, Paper Bond, Subs 20, A4 77 Ream 101 Paper, Photo Paper, A4, 20 Sheets/pack, Thick 89 Pack 102 Paper, R.e.r. Forms W/ Guidelines At The Back 23 Pad 103 Paper, Sterling, Gsm 200, 8 1/2 X 13, Board, Assorted Colors 161 Pack 104 Paste, Solid W/ Water Well, 200g 1 Jar 105 Patients Identification Card, Opd 2000 Pc 106 Patients Index Card, Opd 2000 Pc 107 Pen Organizer 7 Pc 108 Pen, Ballpoint Pen X 12's, Good Quality, Assorted Colors (2 Box Black) 202 Box 109 Pen, Ballpoint Pen X 50's, Assorted Colors, Ordinary 99 Box 110 Pen, Highlighter, Assorted Neon Colors X 10's 48 Box 111 Pen, Marker Pen, Board Marker, Assorted Color Sc-b 157 Pc 112 Pen, Marker Pen, Ink Refill, Black Permanent 24 Bot 113 Pen, Marker Pen, Permanent, Broad Tip, Assorted Color Sc-b 391 Pc 114 Pen, Pentel Energel 0.5mm 28 Box 115 Pen, Sign Pen, .4, Black, G-tec-c4 X 12s 40 Box 116 Pen, Sign Pen, .5, Black, V-5 X 12s 22 Box 117 Pen, Sign Pen, .5mm, Mygel X 12s, Assorted Color 87 Box 118 Pen, Sign Pen, Black, Hi-tech Point, V5 3 Box 119 Pen, Sign Pen, Black, Hi-tech Point, V7 8 Box 120 Pen, Whiteboard Marker, Black 42 Pc 121 Pencil 482, Soft Non-smudge Eraser, 2 Medium 3 Doz 122 Pencil Sharpener, Mechanical (heavy Duty) 2 Pc 123 Philippine Flag 16 Pc 124 Plastic Cover Sheet, Transparent, Thick 1 Roll 125 Post It 2"x 2", Assorted Color, Good Quality 177 Pc 126 Post-it 2"x 3" Assorted Color, Good Quality 237 Pc 127 Post-it 3"x 5" Assorted Color, Good Quality 184 Pc 128 Post-it 4" X 5" Assorted Color, Good Quality 171 Pc 129 Property Sticker (with Sample) 250 Pc 130 Puncher, Heavy Duty, Good Quality 22 Pc 131 Push Pin, Hammer Head 70 Box 132 Ribbon-silk-bright Blue, Pink, Red 13 Roll 133 Ring Binder, 12mm X 1.2m, Plastic (1/2") 10 Pc 134 Ring Binder, 24mm X 1.2m, Plastic (1") 10 Pc 135 Rubber Band ( Ordinary) 1 Box 136 Rubber Band, Big, #18, 400 Gms 4 Box 137 Rubber Stamp ( Refer To Design) 2 Pc 138 Rubber Stamps ( Letterhead, Etc… ) 20 Pc 139 Scissors, Heavy Duty, Large, All Steel, Any Size 47 Pc 140 Sharpener, Wall Mounted, Heavy Duty 1 Pc 141 Stamp Pad Ink, Blue, 60ml 48 Pc 142 Stamp Pad, Large W/ Ink 39 Pc 143 Stamp Pad, Medium W/ Ink 33 Pc 144 Staple Wire, No. 35, 5000s/box 235 Box 145 Stapler, Bookbinding, 240 Sheets Cap.minimum 1 Pc 146 Stapler, Hd 50/50r W/ Staple Remover 75 Pc 147 Stapler, Heavy Duty, #35, 2hd 444, Big 3 Pc 148 Storage Box, Medium 2 Pc 149 Tape Dispenser, Heavy Duty For 24mm, 1" 8 Pc 150 Tape Recorder, Digital 2 Pc 151 Tape, Binding Tape, 1" 23 Roll 152 Tape, Binding Tape, 2" 54 Roll 153 Tape, Double Adhesive, 1" 141 Pc 154 Tape, Duct Tape 1" 24 Roll 155 Tape, Duct Tape 2" 27 Roll 156 Tape, Masking, 1", 24mm 153 Roll 157 Tape, Masking, 2", 48mm 110 Roll 158 Tape, Packing, 2", 48mm 115 Roll 159 Tape, Transparent, 1", 24mm 299 Roll 160 Tape, Transparent, 2", 48mm 136 Roll 161 Thumbtacks, Small 72 Box 162 Typewriter Ribbon, Nylon, Black 5 Pc 163 Paper Clamp Size 1 50 Pc 164 Paper Clamp Size 41mm 8 Box 165 Paper Clamp Size, 32mm 8 Box 166 Paper, Phot Paper, A4, 20 Sheets/pack, Thick, Matte 18 Pack 167 Rubbing Alcohol, 70% Isopropyl 6 Pc 168 Memory Card (for Camera) Sandisk Ultra 32 Gb 1 Pc 169 External Cd Rom 1 Pc 170 Ream Cutter, Heavy Duty 1 Pc 171 Pen.sign Pen.,7mm Mygel X 12s Black 5 Box 172 Paper, Book Paper, Long 8.5" X 13" 80gsm 5rm/box 5 Box 173 Paper, Book Paper, Short 8.5" X 11" 80gsm 5rm/box 5 Box 174 Permanent Marker Pen, Black X 12/box 3 Box 175 Bond Paper Short 70gsm 15 Ream 176 Bond Paper Long 70gsm 15 Ream 177 Moroco A4 5 Ream 178 Moroco Short 5 Ream 179 Ream Paper Cutter Heavy Duty, Cutting Capacity: 250-255, Sheets At Time 70gsm, Size: A3 (18 Inches Blade Size) Cut Height 40mm-45, Weight 25-30 Kg (approx) Dimension: 70x40x15 Cm-72x45x20 Cm, Capability:paper Photo, Pvc Products, Suitable For Cutting Thick/strong Paper Card, Etc. 1 Pc 180 Shredder Automatic (10l) 1 Pc 181 Storage Box (80l) 5 Pcs 182 Paper, Linen Board, 200 Gsm A4 15 Pack 183 Clear Folder, Color Orange Short 30 Pcs 184 Clear Folder, Color Orange A4 30 Pcs 185 Clear Folder, Color Orange Long 30 Pcs 186 Acetate Paper Short 3 Ream 187 Acetate Paper Long 3 Ream 188 Acetate Paper A4 3 Ream 189 Tracing Paper 20 Inchx50 Yards, 2" Core 10 Roll 190 Plotter Paper/white Paper 20 Inch X 50 Yards, 2" Core 10 Roll 191 Plotter Paper/white 24 Inch X 50 Yards, 2" Core 10 Roll 192 Plain Paper Size A3 X 80 Gsm 10 Ream 193 Scissors , Good Quality 10 Pc 194 Cartolina , Assorted Colors, Thick 1 Roll 195 Paper Clamp/binder Clip 1 Inch 4 Box 196 Paper Clamp/binder Clip 1/2 Inch 2 Box 197 Ribbon, Satin (blue,red,pink,white, Green) 5 Roll 198 Plastic Tray, 12 X14 Inch, For Document (5 Green & 5 Red) 10 Pcs 199 Desk Tray Organizer, 3-layers, Metal 6 Pcs 200 Ziplock, Small, X 100s 5 Pack 201 Ziplock, Meduim, X 100s 5 Pack 202 Ziplock, Large, 100s 5 Pack 203 Special Paper Foe Sertificate 2 Ream 204 Tissue Dispenser 4 Unit 205 Clip Board, Long, Good Quality 15 Pcs 206 Clip Board, Long With Cover, File Folder Organizer, Good Quality 10 Pcs 207 File Notebook 50 Pcs 208 Power Bank (20,000 Mah) 10 Unit 209 Ballpen, Assorted (0.5, Smooth Ink) Green 8 Box 210 Ballpen, Assorted (0.5, Smooth Ink) Red 8 Box 211 Ballpen, Assorted (0.5, Smooth Ink) Blue 5 Box 212 Ballpen, Assorted (0.5, Smooth Ink) Black 9 Box Ii. General Home Supplies Lighting 213 Bulb Receptacle 5 Pc 214 Bulb(spiral,14w Led) 10 Pc 215 Bulb(spiral,24w Led) 5 Pc 216 Bulb, 18w, Long Life 1 Pc 217 Bulb, 20w, W/ Cup Cover, Long Life Coil No Cover 15 Pc 218 Bulb, Incandescent Bulb 100 Watts 20 Pc 219 Flourescent Bulb - Long 21 Pc 220 Flourescent Lamp,36watts 12 Pc 221 Flourescent Tube With Starter 11 Pc 222 Philipp Bulbs, 23 Watts (essential) 1 Pc 223 Philipp Bulbs, 24 Watts (tornado) 20 Pc Furniture And Furnishings 224 Amplifier 2 Unit 225 Chair, High Chair/bar Chair Lift Rotating Chair 3 Pc 226 Curtain Rod, Adjustable, Stainless Steel 6 Rm 227 Mosquito Net,single Size, White, Cotton 25 Pc 228 Mosquito Swatter, Good Quality 25 Pc 229 Vacuum Cleaner, Portable 2 Pc 230 Wall Clock 1 Unit 231 Wall Clock - Good Quality 12 Unit 232 Wall Clock, 12 Diameter, W/ 1 'aa' Battery 9 Unit 233 Washing Machine, Big, Heavy Duty 1 Pc Kitchen 234 Basin, Aluminum, Big 1 Pc 235 Basin, Stainless, Medium 3 Pc 236 Can Opener 4 Pc 237 Coffee Stiring Stick 35 Pack 238 Cooking Gas Refill, 11kg 69 Tank 239 Cups, Coffee Mug, With Saucers, Cream, Small 1 Doz 240 Cups, Disposable, Small 41 Pack 241 Cups, Mug, Big Size 15 Box 242 Cups, Mugs With Handle X 12, Large 1 Doz 243 Cups, Paper 157 Pack 244 Cups, Plastic, X 50's 4 Pack 245 Dish Cabinet For Plates With Drawer 1 Set 246 Dish Cabinet, Medium Size, Good Quality 1 Pc 247 Food Saver With Cover 3 Pc 248 Fork, Disposable 8 Pack 249 Fork, Stainless 1 Doz 250 Knife, Kitchen ( Chopper) Big Size 1 Pc 251 Knife, Stainless, Medium 17 Pc 252 Lpg, Refill, 13kg (solane) 6 Tank 253 Mask, Facemask, Disposable, 50/box 14 Box 254 Paper Plates, Laminated X 50s 119 Pack 255 Plates, Dining (white) 14 Set 256 Plates, Mellaware 12 Pc 257 Polyvinyle Microfilm Food Cover 1 Roll 258 Serving Tray, Plastic, Size 12"x15" 7 Pc 259 Soup Bowl, Small Size 24 Pc 260 Spoon, Disposable 38 Pack 261 Spoon, Plastic, 50's 20 Pack 262 Spoon, Stainless Steel, Tablespoon 4 Doz 263 Thermos 2 Unit 264 Towel, Dish Towel, 48x27m 52 Pc 265 Towel, Hand Towel, Thick W/ Handle 62 Pc 266 Water Dipper, Medium 47 Pcs Kitchen Appliance 267 Burner, Double Stove 1 Unit 268 Electric Thermos 2 Pc 269 Osterizer/ Blender, Heavy Duty 1 Pc 270 Percolator (coffee Maker) 2 Unit 271 Percolator For Brewed Coffee 6 Pcs 272 Water Dispenser 8 Pcs Bed, Linens, And Sewing 273 Bedsheets, Garterized, For Double Bed ( 4'x48'x75'), Apple Green 60 Pc 274 Blankets, Queen Size,wool Flannel, Thick , Apple Green 60 Pc 275 Cloth Maroon For Er Towels 1 Roll 276 Curtain, Office, Color: Peach, Size 3 Width X 8 Length, Cloth: Polyester 84 Panel 277 Pillow Case, For Medium Size, Thick, Good Quality, White Color 70 Pc 278 Pillow Cases, Standard Size 6 Pcs 279 Pillow, Standard, Permasoft 10 Pcs 280 Pillows, Cotton Fibers, Medium Size Approximately 350g Or More 50 Pcs 281 Foam, Uratex Foam 2" 3 Pcs 282 Needle, Sewing Machine, Assorted Size 3 Set 283 Sewing Threads, Different Colors 10 Pcs 284 Scissors, For Cloth, All Metal 5 Pc 285 Garter, Roll, 1cm Wide 5 Roll Construction / Garden/ Home Improvement 286 Carburandum 2x2x6 1 Pc 287 Extension Wheel With 10 Meters Cord With 9 Outlets 11 Set 288 Extension Wire, 10 Meters, 5 Pairs Of Hole With Male Plug (3 Gang) 24 Pc 289 Extension Wire, 3 Meters, 5 Pairs Of Hole With Male Plug 4 Pc 290 Flower Pot, Medium 22 Pcs 291 Ladder, Aluminum, 4 Ft. 1 Pc 292 Padlock, Good Quality (master) 10 Pc 293 Padlock, Medium Size 2 Pc 294 Paint Brush Roller, Assorted Sizes 6 Pc 295 Paint Brush, Assorted Size 10 Pc 296 Paper Cutter 3 Pcs 297 Rain Boots, Sizes 7 & 8 13 Pairs 298 Raincoat, Rubberized Xl 13 Pcs 299 Sharpening Stone, Carborandum, Long 2 Pc 300 Super Vulcaseal, 1 Liter/can 2 Can 301 Twine, Plastic, 1 Kg./roll 3 Roll Cleaning Liquid/ Soap 302 Albatros Deodorizer/moothe Proofer 138 Pc 303 Bathroom Soap, Regular Size, 60 G. 225 Pcs 304 Chlorine Granules 70% Solution 1 Pail 305 Detergent Powder, 500 G, (all Purpose) 1602 Bag 306 Dishwashing Liquid, 250ml, Antibac 33 Bot 307 Dishwashing Liquid, 500ml, Antibac 144 Bot 308 Dishwashing Paste, 400 G. 420 Can 309 Disinfectant/ Bleaching Liquid, 1000 Ml 369 Bot 310 Disinfectant/ Bleaching Liquid, 3785 Ml, Zonrox 423 Gal 311 Fabric Conditioner, 50 Ml 324 Pcs 312 Glass Cleaner 500ml 90 Bot 313 Home Cleaner, Antimicrobial, 1gal, Good Quality, Assorted Scent 1 Gal 314 Home Cleaner, Antimicrobial, 500ml, Good Quality, Assorted Scent 1 Bot 315 Insect Repellant, Spray, 600ml, Good Quality 17 Bot 316 Liquid Hand Soap 500ml 126 Bot 317 Lysol, Spray, 500ml 38 Bots 318 Muriatic Acid, 1 Gal 24 Gal 319 Muriatic Acid, 1 Liter 111 Bot 320 Rubbing Alcohol, 1 Liter, Isoprophyl W/ Pump 44 Pc 321 Rubbing Alcohol, 70% Isopropyl, 500ml 379 Bot 322 Toilet Bowl & Urinal Cleaner, 500ml 94 Bot 323 Toilet Cleaner,flash Cleaner,500ml 10 Pc 324 Toilet Cleaner, Lysol 10 Pc 325 Toilet Deodorant Cake, 100g, W/ Casing 40 Pc 326 Window Cleaner (wiper W/ Handle) 7 Pc Cleaning Implements 327 Broom, Cobweb Remover, Bamboo 24 Pc 328 Broom, For Ceiling, Plastic 2 Pc 329 Broom, Soft, Rattan Handle, Std. Size (ifugao Made) 63 Pc 330 Broom, Soft, Rattan Handle, Std. Size(mayoyao Made) 2 Pc 331 Broom, Stick (hard Broom) 74 Pc 332 Brush, For Laundry Use 29 Pc 333 Brush, For Tile Floor, W/ Long Wooden Handle 43 Pc 334 Brush, For Toilet Bowl, Plastic W/ Handle 34 Pc 335 Duster, Cloth, W/ Handle, Std. Size 15 Pc 336 Duster, Feather, W/ Handle, Std. Size 12 Pc 337 Dustpan, Plastic W/ Handle, Large 11 Pc 338 Dustpan, Steel, Medium Size 21 Pc 339 Garbage W/ Receptacle, S,m,l 10 Pcs 340 Gloves 15 Pcs 341 Gloves, Cloth 10 Pc 342 Gloves, Examination Gloves, S7, Latex With Powder, 100's/box 200 Box 343 Gloves, Hand Gloves, Rubber, All Purpose 57 Pair 344 Gloves, Hand Gloves, Surgical 10 Box 345 Gloves, Hand Sanitizer Dispenser 10 Pcs 346 Gloves, Working Gloves 10 Pcs 347 Hat, Buri Large 20 Pcs 348 Mask, Face Masks, 3 Ply, Disposable, X 50's 105 Box 349 Mask, Surgical Mask, 3ply 5 Box 350 Mat, Doormat, Cotton, Large Size, Oval 188 Pc 351 Mat, Floor Wiper Floor Mat 3 Pc 352 Mat, Foot Rug, Large 37 Pc 353 Matches, Lighter 5 Pcs 354 Mop, Cotton Mophead, Screw Type, Wooden 1 Set 355 Mop, Cotton Mophead, Screwtype, Steel Handle 32 Set 356 Mop, Floor Mop With Handle 1 Pc 357 Mop, Handle, Plastic 16 Pcs 358 Mop, Head, All Cotton, Twisted, 400g 11 Pcs 359 Mop, Squeezer W/ Mop Head And Water And Soap Compartment Cart 2 Set 360 Mop, Turbo 360 Mop W/ Extra 1 Mop 12 Can 361 Pail W/ Cover/ Big 1 Pc 362 Pail, Aluminum, Medium 18 Pc 363 Pail, Plastic, Medium 40 Pc 364 Rollbag 81 Roll 365 Rubber Boots, Various Sizes 6 Pc 366 Sacks (feedsacks) 170 Pcs 367 Sando Bag, Large, Thick By 100s 23 Pack 368 Sando Bag, Medium, Thick By 100s 10 Pack 369 Scouring Pad, Big, For Floor Scrub 5 Pc 370 Scouring Pad, Dishwashing, Scotch 46 Pc 371 Scouring Pad, Steel Mesh/type 2 Pc 372 Sponge For Dishwashing, Good Quality 66 Pc 373 Steel Wool 55 Pc 374 Sulit Bag, 30 X 20, White, X20pcs 137 Roll 375 Tissue, Kitchen Paper Towel Rolls, 4 's 34 Set 376 Tissue, Napkin For Table 29 Bag 377 Tissue, Napkin, Double Roll 2 Ply 133 Pack 378 Toilet Bowl Scrub, Good Quality 2 Pc 379 Toilet Brush, Plastic With Handle 12 Pc 380 Toilet Pump, Rubber, W/ Handle 12 Pc 381 Trash Bag, Black, Medium Size 1405 Pcs 382 Trash Bag, Green, Medium Size 825 Pcs 383 Trash Bag, Plastic, Black, 40" L X 18.5" W 10115 Pc 384 Trash Bag, Yellow, Medium Size 1400 Pcs 385 Trash Can, Plastic, Foot-operated Cover, Big 37 Unit 386 Trash Can, Plastic, Foot-operated Cover, Small 24 Pc Others 387 Uniform, Polo Shirt 10 Pcs 388 Curtain,office,color:mint Green,size 3 Width X 8 Length,cloth: Polyester 36 Panel 389 Cling Wrap Roll(food Cover) 4 Roll 390 Sraw 5 Rolls 391 Multi-insect Killer(500) 3 Bot 392 Isoprophyl Alcohol In Gallon 3 Gal 393 Mop With Sqeezer 1 Set 394 Flourescent Bilb(1m Long) 5 Pcs 395 Melamine Dinner Plates 12 Pcs 396 Fabric Bleach,colorsafe,bloddom Fresh Scent 3 Gal 397 Entrance Outdoor Mat(dust Removal,60x90cm,water Absortion) 3 Pcs 398 Drill Bit. Heavy Duty 1 Unit Specs: Rated Power Input: 750-800w No.load Speed, 1st Gear:0-3,250rpm To 0-4000rpm Weight:1.6kg ,impact Rate At No-load Speed: 0-48,500bpm Rated Torque:2.1 N-3nm Chuck Cpacity, Min./max.:1.5mm-30mm Drilling Range Drilling Dia. In Concrete: 16mm-20mm Drilling Dia. In Wood: 25mm-30mm Drilling Dia. In Steel: 12mm-15mm 399 Grinder 1 Unit Specs: Rated Power Input:10400-10600w No-load Speed: 2,800-11,500rpm To 2,800-12,000rpm Disc. Diameter:125mm-135mm Grinding Spindle Thread:m14 Main Handle: Barrel Bore Size,diameter:22-23mm-24.00mm Weiht:1.9-2.2kg, Switch: Lockable Switch Above Previous Level Of Power To Grip-size Ratio & With Speed Selection Maximum Productivity: 1,400w Motor New Motor Cooling With Improved Direct Cooling Superior Ergonomics With Smallest Grip Size In The 1400w-1700w Cd Class For Much Better Convenience While Working And Low Fatigue 400 Food Wrap: 12" X 500 M 18 Pc 401 Wood Cutting Board, 24 X34 Cm 3 Pc 402 5 In 1 Chopping Board Set With Storage Case Color Coded Anti Slip Mat Cutting Board Set. Product Size: 30.7 X7.5 X 20.5cm Material: Pp Plasti, 304 Stinless Steel, Silica Gel,abs Plastic 2 Set 403 Omellette Non-stick Frying Pan Holes: 7 Diameter: 24cm Aplicable Stove: Gas Stove, Electriceramic Stove, Product Size: Approx. 47x 30 X 2.5cm/18.5 X 11.8 X 1 In: Weight: Approx. 745g/26.3oz 1 404 Stainless Steel Double Ears Colander Strainer, 40 Cm 4 Pc 405 2tier Dish Drying Rack , Product Inner Diameter Size: 42x24x35-43x25x36 Cm; Product Outer Diameter Size: 52x25x36cm-52.5x24x35 Cm; Packing Size: 25x8x43cm-25x9x44cm; Material: Stainless Steel With Spoon Holder,cutting Board Rack 1 Set 406 Stainless Steel Pitcher; Capacity: 64oz To 65oz; Size:( D12.5 Cm X H17 Cm)- (d13 Cm Xh 18 Cm) 2 Pc 407 Coffee Filter Cup Stainless, 54mm- 55mm 2 Pc 408 Digital Microwaveoven; Capacity: 20 Liter-25 Liter; Dimentions:(h:w:d)25.9x44x35.9cm-26.9x45x36.10cm; Digital Control 1 Set 409 Stainless Steel Cniment Organizer Rack; No. Of Tier: 2 Layer; Size: 16.6x40x40cm-17.5x47x42cm With Knife Holder, Chopstick/spoon Barrel 1 Set 410 Microwavable Oven,23-25 Liters, With Quick Defrost & Auto Cook Function, Ceramic Enamel Interior,turntable Size 288-2909mm,power Consumotion-1200w,power Level 5-6 With Clock Feature 1 Unit 411 Cling Wrap/food Wrap, 12x300m 10 Pcs 412 Non-stick Pan, 14" ,heavy Duty 2 Pcs 413 Pressure Cooker, 7l, Stainless Steel,8-10 Liters 1 Unit 414 Door Knob,heavy Duty,original 10 Pcs 415 Lpg Regulator With Hose 6 Pc 416 Steamer 45 Cm 3 Layer,aluminu,heavy Duty 1 Unit 417 Emergency Light With Solar Pannel 1000-1200w 8 Unit 418 Adaptor 10 Pcs 419 Trash Bag, Black, Medium Size 20 Roll 420 Mat, Floor Mat 2 Roll Iii. Computer Supplies 421 Software, Anti-virus Software (3 In 1), 1 Year Expiration 23 Set 422 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Black 12 Pc 423 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Cyan 2 Pc 424 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Magenta 2 Pc 425 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Yellow 2 Pc 426 Brother Ink Refill, 100ml, Black 5 Pc 427 Brother Ink Refill, 100ml, Cyan 3 Pc 428 Brother Ink Refill, 100ml, Magenta 3 Pc 429 Brother Ink Refill, 100ml, Yellow 3 Pc 430 Brother Ink, Bt600 Black 3 Pc 431 Brother Ink, Bt600 C 3 Pc 432 Brother Ink, Bt600 M 3 Pc 433 Brother Ink, Bt600 Y 3 Pc 434 Brother Ink, Genuine Black, Btd60 57 Bots 435 Brother Ink, Genuine Cyan, Bt5000 32 Bots 436 Brother Ink, Genuine Magenta, Bt5000 32 Bots 437 Brother Ink, Genuine Yellow, Bt5000 32 Bots 438 Cannon Ink Bottle Gl-790bk Black 51 Pc 439 Cannon Ink Bottle Gl-790c Cyan 31 Pc 440 Cannon Ink Bottle Gl-790m Magenta 31 Pc 441 Cannon Ink Bottle Gl-790y Yellow 23 Pc 442 Canon Ink Fine Cartridge 810 Black 15 Pc 443 Canon Ink Fine Cartridge 811 Colored 5 Pc 444 Canon Ink Refill Black 10 Pc 445 Canon Ink Refill Colored 10 Pc 446 Canon Ink, Gi 790 (black) 105 Pcs 447 Canon Ink, Gi 790 (cyan) 58 Pcs 448 Canon Ink, Gi 790 (m) 58 Pcs 449 Canon Ink, Gi 790 (yellow) 58 Pcs 450 Canon Ink, 100ml, Black 10 Pc 451 Canon Ink, 100ml, Cyan 10 Pc 452 Canon Ink, 100ml, Magenta 10 Pc 453 Canon Ink, 100ml, Yellow 10 Pc 454 Canon Toner T06 - Black 5 Pc 455 Canon,toner 2006n 5 Unit 456 Card Reader 1 Pc 457 Cd-r 52 X 700mb, Individual Case/cd 14 Pc 458 Cd-rw-700 Mb/mo 1x-4x 75 Pcs 459 Computer Brush, Big 8 Pc 460 Computer Keyboard, A4 Tech 9 Pc 461 Computer Mouse, Wheeled, Optical, Usb, W/ Pad 25 Pc 462 Computer Mouse, Wireless, Optical, Usb, W/ Pad 14 Pc 463 Dvd Rw, 120 Minutes 54 Pc 464 Dvd-r 4.7gb 16x, With Individual Case 40 Pc 465 Epson 003, Black 46 Bots 466 Epson 003, Cyan 21 Bots 467 Epson 003, Magenta 21 Bots 468 Epson 003, Refill, Black (for L3110 Printer), 65ml 5 Bots 469 Epson 003, Refill, Cyan (for L3110 Printer), 65ml 1 Bot 470 Epson 003, Refill, Magenta (for L3110 Printer), 65ml 1 Bot 471 Epson 003, Refill, Yellow (for L3110 Printer), 65ml 3 Bot 472 Epson Ink L3110 (b/c/m/y) 1 Set 473 Epson Ink L5190-003:black 35 Pc 474 Epson Ink L5190-003:cyan 23 Pc 475 Epson Ink L5190-003:magenta 23 Pc 476 Epson Ink L5190-003:yellow 23 Pc 477 Epson Ink Refill, 100ml Black 13 Bot 478 Epson Ink Refill, 100ml, Cyan 10 Bot 479 Epson Ink Refill, 100ml, Magenta 10 Bot 480 Epson Ink Refill, 100ml, Yellow 10 Bot 481 Epson Ink T6641, Black 66 Pc 482 Epson Ink T6642, Cyan 22 Pc 483 Epson Ink T6643, Magenta 22 Pc 484 Epson Ink T6644, Yellow 22 Pc 485 Epson Ink,003,black 116 Pcs 486 Epson Ink,003,cyan 58 Pcs 487 Epson Ink,003,magenta 60 Pcs 488 Epson Ink,003,yellow 63 Pcs 489 Gestetner Toner 2014 1 Pc 490 Hdmi Connector 4 Pc 491 Ink Cartridge, Canon 103/303/703 1 Tube 492 License, Microsoft Office License(professional Plus 2016) 1 Pcs 493 Mouse Pad, Good Quality 16 Pc 494 Pixma 810, Black @51 2 Pc 495 Pixma 811, Colored @52 2 Pc 496 Storage, External Cd-rom 2 Pc 497 Storage, External Disk, 1 Tb 12 Pc 498 Storage, Flash Drive 32 Gb Usb 2.0 Micro Usb 53 Pc 499 Storage, Flash Drive 4 Gb, Usb 2.0 11 Pc 500 Storage, Flash Drive, 8 Gb, Usb 2.0 20 Pc 501 Storage, Flashdrive, 32gb 64 Pc 502 Storage, Sd Card (64gb) 1 Pc 503 Toner Cartridge -hp Ce505a 10 Pc 504 Toner Cartridge, Hp Cb435a 4 Pc 505 Toner Cartridge, Hp Q2612a 2 Pc 506 Toner Npg - 59 Black 8 Pc 507 Canon Ink 71pgbk-black 5 Pc 508 Canon Ink 71pg-cyan 3 Pc 509 Canon Ink 71pg-magenta 3 Pc 510 Canon Ink 71pg-yellow 3 Pc 511 Adaptor 2 Pc 512 Cable Tie 100 Pcs 513 Wifi Adapter 3 Pcs 514 External Drive (2tb) 2 Pcs 515 Epson Ink-t41d2-cyan (350ml) 2 Pcs 516 Epson Ink-t41d3-,agentan(350ml) 2 Pcs 517 Epson Ink-t41d4-yellow(350ml) 2 Pcs 518 Epson Ink-t41d5-black(350ml) 3 Pcs 519 Epson Ink 005 2 Pcs 520 Graphics Card (nvidia Geforce) 2 Pcs 521 Canon Ink 71s Black 2 Bot 522 Canon Ink 71s Y 1 Bot 523 Canon Ink 71s M 1 Bot 524 Canon Ink 71s C 1 Bot 525 Canon Gi-71(pgbk), Black, 135.0ml/bot 3 Bots 526 Storage , External Disk, 2 Tb 2 Pc 527 Storage, Flash Drive 64 Gb Usb, Otg Type -c 2 Pc 528 Storage ,flash Drive 32 Gb Usb, Otg Type-c 2 Pc 529 Epson Ink, L360 (black) 5 Bot 530 Canon Ink, (canon G4770), Black, Canon 71 8 Bot 531 Canon Ink, (canon G4770), Cyan, Canon 71 4 Bot 532 Canon Ink, (canon G4770), (m), Canon 71 4 Bot 533 Canon Ink, (canon G4770), (yellow), Canon 71 4 Bot 534 Brother Ink, Bt6000 Black 2 Bots 535 Brother Ink, Bt5000 C 1 Bots 536 Brother Ink, Bt5000 M 1 Bots 537 Brother Ink, Bt5000y 1 Bots 538 Laptop Charger 2 Unit 539 Canon Pfi-8120 Mbk 130ml Matte Black 10 Pcs 540 Canon Pfi-8120bk 130ml Black 5 Pcs 541 Canon Pfi-8120 Yellow 130ml 3 Pcs 542 Canon Pfi-8120 Cyan 130ml 2 Pcs 543 Canon Pfi-8120 Magenta 130ml 2 Pcs 544 Solid State Drive (ssd) 5 Pcs 545 Epson Ink 008 8 Set 546 Adaptor 10 Pcs 547 2 Tb - 3 Tb Hd330 Shockproof External Portable Hardrive 5 Pcs 548 Npg Toner 3 Box 549 Memory Card Rom 8gb Ddr4 2 Pcs 550 Desktop Power Supply 1 Pcs 551 Video Card 2gb- Desktop 1 Pcs 552 Cpu Case 1 Pcs 553 Motherboard Ddr4 W/ Processor I5-i7 1 Pcs 554 Computer Keyboard 2 Pcs 555 Computer Mouse, Wheeled, Optical, Usb, W/ Pad 2 Pcs 556 Computer Monitor 24 Inches 1 Pcs 557 Sata Cable 1 Pcs 558 Ssd 500 Gb 2 Pcs 559 Avr 1 Pcs 560 Canon Ink Gi 71 Black (billing ,lab, Medical) 15 Pcs 561 Canon Ink Gi Magenta 5 Pcs 562 Canon Ink Gi 71 Cyan 5 Pcs 563 Canon Ink 71 Yellow 5 Pcs 564 Ink , Brother Dr2355 (laboratory) 2 Pcs 565 Canon Ink For Canon G4770 2 Set 566 Canon Ink For Canon G4770 4 Set "all Items For Computer Supplies Should Be Genuine" ***nothing Follows*** Grand Total 7,009,200.58 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 597.9 K (USD 10.3 K)
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 10- Arts And Crafts Support Service Area: Skills Development) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 597,951.44 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 10- Arts And Crafts Support Service Area: Skills Development) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 1,000.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On February 11, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 24, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 24, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Sewing Machine, Automatic Bobbin Winder, Variable Stitch Length Control, Forward And Reverse Function, Numbered Dial Tension, Threadle Or Motor Options, Drop Feed Knob 5 Piece Utility Shelf, Utility Shelf 2 Pieces Table, Folding Table Ft-02 1200mm L X 400mm D X 750mm Ht., Structure: Melamine 3 Pieces Chairs, Cod Armchair Backrest Wood Horn Chair, 43x48x74, Material: High Quality Iron Wood, Max:150kg 6 Pieces Storage Cabinet, Dimension: 48*30*83cm, Material: Plastic, 3 Pieces Cork Bulletin Board, Wooden Frame, 30x40cm 1 Piece Glue Gun, 40w, 100-240v, Hot Melt Glue Gun 2 Pieces Acrylic Color, 12ml, 12 Colors 3 Pieces Scissors, Scissors, 16cm 4 Pieces Cutters, Wallpaper Blade Cutter, Length 15cm, Width: 15cm 3 Pieces Watercolors, 16 Watercolor Set 3 Sets Art Paper (multiple Colors), Colors Assorted Colored Paper, 250 Sheets, 80 Gsm, Size: 8.5" X 11" 3 Reams Paint Brushes, Brush Set 3 Pieces Yarn, Color, 100% Cotton Yarnfor Crochet, Knitting And Yarn Crafts, Thickness: Light (8 Ply), Weight: 20 Grams, Length:43 Meters 10 Pieces Glue, White 225 Grams 5 Pieces Colored Pencils, Colored Pencil 136 C36 Luna Permanent 36 Colors 3 Sets Colored Pens, Coloring Pen, 12 Colors 3 Sets Sewing Pins, 40 Pieces 3 Pieces Sewing Needles, 16 Pcs Set Hand Sewing Needle, Size: S: 4cm (8pcs), M:4.5cm (6pcs)* L:5cm (2pcs), Mateial;stainless 10 Pieces Rotary Cutter, 45mm Fabric Rotary Cutter, Length:45m, Material:stainless Steel Blade+abs Handle, Color: Orange. Length: 165mm, Blade Diameter:45mm, Suitable For:leather Fabric Vinl Fiber Paper 2 Pieces Tape Measure, Measuring Tape 150cm/60 Inches (1.5m*7mm) 10 Pieces Crochet Hooks, 100pcs Crochet Hook Set,perfect Round Point, Material: Plastic+metal, Size:18*13*3cm, Hook Size: 2mm,2.5mm,3.0mm,3.5mm,4.0mm,4.5mm,5.00mm,5.5mm,6.0mm,6.5mm 2 Pieces Knitting Needles, Sizes: 4,5,6 And 8 2 Pieces Crochet Thread, 5 Ply 100% Mercerized Cotton, Assorted Colors, Length:105 Meters, 50 Grams 20 Pieces Sewing Thread, Spun Polyester Sewing Thread, Assorted Colors, 100 Meters, Polyester Material, 10pcs/box 2 Boxes Convertible Drawing And Drafting Table, Size: 24”x36” ▪color:raw Sienna / Brown ▪weight: 10-11kg 1 Piece Studio/painting Easel, Sizes: 85" - 120" Tall 2 Pieces Table/desk Painting Easel, Could Be An H Or An A Easel Type, For A Easel 38" To 75", For H Easel 84" To 96" 5 Pieces Manual And/or Electric Pencil Sharpener, Pencil Sharpener Hand Crank Manual Mechanical Pencil Sharpener,aluminum Alloy Knife Structure,cutting Outer Diameter Of 6.5-8mm Pencil 4 Pieces Wooden Mannequin, With Stand 11.5/14/21/30cm Wooden Human Mannequin Model Artist Movable Limbs Doll 2 Pieces Transparent Edge T-square, Hardwood Blade Dimensions: 30x13.5x0.2 Inches Weight: 14.4 Ounces Color: Wood Size: 36’’ 2 Pieces Carpentry Tools, Tool Set Includes: 1 – 9” Plastic Torpedo Level 1- Magnetic Bit Holder 1” Cr-v Bits Nut Drivers: 3/16”,1/4”,9/32”,5/16”, 11/32”,3/8” 10ft/3m Tape Measure 150mm Mini Saw 7” Locking Pliers 7-12” Diagonal Cutting Pliers 8” Long Nose Pliers 8” Adjustable Wrench 8” Water Pump Pliers Zinc-alloy Utility Knife Utility Knife Blade Black Cable Ties 160oz Claw Hammer Combination Wrench: ¼”, 5/16”, 3/8”, 7/16”. ½”, 9/16” Precision Screwdrivers:ph1, Ph0, Slotted:1/4, 2.0, 2.4, 3.0mm Metric Hex Keys: 1.5, 2, 2.5, 3, 4,5,5.5, 6mm Sae Hex Keys: 1/16”, 5/65”, 3/32”, 1/8”, 5/32”, 3/16”, 7/32”, ¼” 16” Zipper Tool Bag Item Weight; 8.8 Pounds 17.7x9x9 Inches 2 Sets T50 Staple Gun, Size: 7x9x3 Inches 5/16” Staples 3 Pieces Slop Sink, Size: 30.2x18.4x10.0inch Color: 30”m Style: Single Bowl Material: Stainless Steel Thickness: 3.0-1.2mm 1 Piece Roofing Square Dual Marking Right Angle Picture Framing Carpenter Ruler, Steel 90 Degrees Roofing Square Measuring Size: 20x 30cm/8x12” Rustproof Size: 30x20.5x 20.5 Weight: 0.16kg 3 Pieces Professional Compound Mitre Box & Saw, Adjustable Angle 20x8x9 Inches Miter Box 22 Inches Back Saw 2 Pieces Drawing Lamp, Overall Dimensions: 1.5 “w X 3.5 “d X 29.5 “h Long, Bendable Neck 21” (53 Cm) 28 Led Bulbs Stainless Steel Wattage: 1 Can Be Mounted To Table, Desk Or Easel Usb Plug 2 Pieces Artists Taboret Made Of Beechwood. Measures 35-1/2"h X 17-1/2"w X 14-1/2"d 1 Piece Open Shelves Utility Rack, 72" Height X 48" Width X 18" Depth Five Adjustable Shelves 4,000 Lb. Capacity Steel Frame Particle Board For Shelves Rivet Lock Design With Nuts And Bolts 2 Pieces Chisel Rack For Wood Carving, 3/4″ Thick, And 2 Pieces 3/8″ Tall Plywood Number Of Slots May Vary 2 Pieces Corner Clamp, Maximum Clamping Range 7.5cm, Generally 4 Right-angle Clamp All Together To Use. Material: Aluminum Type: 4 -inch 20.00 X 10.00 X 10.00 8 Pieces Decorative Realistic Artificial Fruits, Assorted Plastic Fruits And/or Eco-friendly Foam Material 2 Sets Geometric Shapes Set, 8-12 Shapes/forms Wood And/or Non-toxic Plastic Shapes Include Sphere, Square, Cylinder, Round Cylinder, Cone, Cube, Hexagonal Prism, Triangular Prism, Square Based Pyramid, Octagonal Prism, Pentagonal Prism, And 1/2 Sphere 2 Sets Geometric Designer Templates, Scale: 0-20 Cm/0-24 Cm Size : 8-1/4" X 5.1" (l*w) Plastic And/or Steel Material 4 Pieces Stack Rack, Dimension: 30 In H X 21 In W X 17 In L At Least 6 Shelves May Be Wooden Or Metal Materials Devised With Rollers To Roll The Rack In Any Location 4 Pieces Picture Frame And Miter Clamp, Weight: 2.5 Pounds Dimensions: 23.9 X 9 X 1.6 Inches Wood Material 4 Pieces Heat Gun, Power: 2,000 Watts Temperature: 50 / 380 / 570 Celcius Steps: 3 Steps Air Flow: 500 / 300 / 500 L/min 4 Pcs Nozzles (air Blast, Reducing, Reflector, Paint Scraper) 1 Pc Scraper 4 Pieces Hot Plate Single Electric Stove, Power:1000w Non-stick Coating Auto-thermostat Various Heat Operations Operating On/off Indicator Light 2 Pieces Tape Dispenser, Weight: 1 Kg Hard Durable Plastic Material 2 Pieces Multi-function Three-hole Puncher, 11.75 X 2.75 X 2.75 Inches High Quality Metal Construction With Clip-in Rings 2 Pieces Metric Scale, 30 Centimeters In Length Scale: 1:1, 1:10, 1:2, 1:20, 1:5, 1:50, 1:100, 1:200, 1:500, 1:1000, 1:1250 And 1:2500 4 Pieces Steel Tape Measure, Tape Rule With First 6 Feet Reinforced With Bladearmor Coating For Maximum Durability 11-inch Tape Standout; 16-inch And 19.2-inch Stud Center Markings Simplify Framing Jobs Mylar Polyester Film Extends The Life Of The Entire Blade Heat-treated Spring Provides Long Life And Smooth Blade Recoil Stanley's Limited Lifetime ; Measures 1-1/4-inch-by-25-feet 3 Pieces Heavy Duty Circular Saw, Corded Or Cordless Adjustable Depth Diameter: 4 1/2 In. With Electric Brake Maximum Cutting Depth At 45 Degrees: 1 In. Maximum Cutting Depth At 90 Degrees: 1-9/16 In. Maximum Speed: 4500 Rpm Spindle Lock 20 Volt 5.5 Lb. 4 Pieces Abrasive Disc Cutter Machine, Electric Powered 18.5” H X 12.2” W X 21.25” D 2200w 14” Blade Diameter 15 Amps Motor (3600 Rpm) Cutting Capacity Of 4.5” At 90˚ And 45˚ 2 Pieces Manual Canvas Pliers, Specifically Designed For Electrical And Mechanical Works 3 Pcs. In 1 Set 1 Combination Plier 6" 1 Cutter Plier 6" 1 Long Nose 6" Offers Comfortable Hand Grip 3 Set Jet-bow Compass Set, Set Includes 6" Speed Compass With Inter-changeable Pen, Pencil, Divider Parts, And Replaceable Needle Points. 4½" Bow Compass With Inter-changeable Pen, Pencil, And Divider Parts. 6" Beam Bar And Slide Coupling For Circles Up To 28" In Diameter And 6" Friction Divider With Self Centering Gear Head And Replaceable Needle Points. Set Also Includes Mechanical Lead Holder, Slip Handle For Spare Ruling Pen, Lead Pointer, Center Tack, And Screwdriver. Packaged In See-through, Hard Plastic Case. 2 Sets Human Head Model, Plastic, Life-size Anatomical Cast With Removable Jaw And 3 Removable Lower Teeth Type: Skull Model Material: Pvc Dimension: App.21x15x19cm/8.27x5.91x7.48in Color: As The Picture Shown Quantity: 1 Set 1 Set Screw Drivers Set, Philips Or Slotted Sl 3/16 In. X 3 In. (x2), 3/16 In. X 6 In., Sl 1/4 In. 1.5 In., Sl 1/4 In. X 4 In. (x2), Sl 1/4 In. X 6 In. Ph1 X 4 In. (x 2), Ph2 X 1.5 In., Ph2 X 4 In. (x2) 2 Offset Screwdrivers 6 Precision Screwdrivers: Ph0, Ph1, Sl 1.4 Mm, Sl 2 Mm, Sl 2.4 Mm, Sl 3 Mm 2 Sets Pliers And Grip Set, 10 Piece Tray Set Includes 1 Each Of The Following: 10r, 10wr, 7wr, 7r, 7cr, 6ln, 9ln, 5wr, 6r, 11r Weight: 11.80 Lb 28.00 X 11.80 X 1.30 Inches 2 Sets Artist Stool With Wheels, Height Adjustable & 360° Swivel Soft Pu Leather Cushion Detachable Design Dimension: Seat Diameter: 16.2" Seat Height: 25.6"-35.8" Full Height: 37.4"-47.6" Max Weight Capacity: 300lbs 6 Pieces Screen Print Squeegee, Material: Natural Rubber, Wood, Stainless Hardness: 70 Durometer Length: 25cm/10" Width: 10cm/3.9" Thickness: 2.3cm/0.9'' 8 Pieces Mixing Paint Palette, Material: Stainless Color: Silver Size: Approx 6.75" X 5.5"compact 12 Pieces Carving Chisels For Wood, Material: 45# Steel And Wood Color: Wood Color + Silver Quantity: 12 Pcs Total Weight : 892 Kg Wooden Handle Length Of Each Chisel: 95mm/3.74” Total Length Pf Each Chisel: 20.5mm / 8.07” Size: 1x V-straight Parting Tool: 14.6mm / 0.57” 1x Round Nose Chisel: 7.8 / 0.31 1x Skew Wood Turning Chisel: 7.8mm / 0.31” 1x Bent Chisel: 7.8mm / 0.31” 1x Wood Chisel: 7.8mm / 0.31” 1x Skew Wood Turning Chisel: 8mm / 0.31” 1x Pointed Wood Chisel: 8mm / 0.31” 2x Straight Chisel: 7.8mm 13.7mm”/ 0.31” 0.54” 3x Straight Gouge: 12.8” 16.1mm 11.7mm/ 0.50” 0.63” 0.46” 2 Sets Files Set For Jeweler, Wood Carving, Craft Metal And Glass Stone, 10 Pcs / Set 5x180mm Stone Precision Needle Files Tool Woodworking Carving The Craft Metal Rasp Wood Hand Tools Material: Metal Color: Gray/ Silver Model: Needle Files Size : 14.5x1x1 Weight: 0.05 Kg 2 Sets Heavy Duty Multi-purpose Bench Vise, Jaw Width: 5", Opening: 4-1/4" Durable Cast Steel Construction Head Swivel 360 Degree Full 360-degree Rotational Jaws Unique "v" Jaws Provide 4 Point Holding Power 2 Pieces Anvil, Weight: 55 Lbs. (sculpture) 9 Lbs. (jewelry Works) Metalsmith, Jewelers Forming Tool, Essential For Jewelry Repair, Shaping, Flattening, Hardening Metals Material: Iron Surface Size: (l X W X H): Approx. 6 X 3.3 X 9cm/2.36 X 1.3 X 3.54inch, Height: Approx. 5.5cm/2.17inch 1 Piece Welding Protective Suite, Made Of High-quality Denim Material, It Can Be Worn Many Times, It Will Not Fade For A Long Time. Unique And Comfortable Design, Wear-resistance And Dirty Resistance. Reinforced And Stitched The Crotch, Cuffs, Pockets To Prevent Accidental Tearing. The Highly Elastic Cuffs Make It Comfortable And Convenient To Wear. Size: 170 Height: 168-173cm Waist: 76-84cm/29.9-33 Inches Weight: 57.5-135kg 5 Pieces Welding Apron, Features: Material: Constructed With Artificial Cow Suede Which Is Not Only Durable But Also Flexible, And The Apron Offer Puncture Resistance, Tear Resistance And Cut Resistance. Size: (approx) (lxw) 90x60cm/35.4x23.6inch, Long Full Coverage Apron Protects You Until The Knee When You Are Working. Friendly: The Straps On The Waist Can Be Adjusted To Fit Your Body Better. They Are Designed To Hang Over The Shoulder Which Means That Weight Is Distributed Evenly Over The Shoulders. Never Suffer Neck And Back Pain Again. Pockets: 6 Pockets For Tools And Work Accessories, Include One Cell Phone Pocket And One Pencil Pocket. You Can Put Everything You Need Close To Hand In It Instead Of Constantly Search For Them. The Cell Phone Pocket Is Deep To Prevent The Phone From Falling Out. Application: Not Only For Woodworking And Welding But Also Useful For Many Other Work And Home Tasks Like Bbq And Gardening, Unique Gift Apron For Men, Women, Mothers, Fathers. Specifications: Material: Artificial Cow Suede Color: Yellow Size: (approx) (lxw) 90x60cm/35.4x23.6inch Package Included: 1 Pc X Apron 5 Pieces Welding Hood Caps, Flame Retardant Cloth Full Protection This Welding Hood Offers An Essential Mix Of Durability, Comfort And Protection. The Hood Features A Mesh Lining To Allow Sweat Vapour To Quickly Evaporate The Presoftened, Lightweight, Air Cushioned Fabric For Maximum Comfort. This Hood Can Protect Your Neck, Face And Head From Welding Fire Flash, Splash Very Well. Wear-resistant, Fire-retardant, Spark-proof, Double Protection Of Personal Safety And Sweat Absorption Specification: - Long :approx. 45cm/ 17.72inch - Shoulder Width: Approx. 43cm/16.93inch(xl) 5 Pieces Welding Gloves 10.5" Welding Leather Gloves Hgvc01 Product Description • Size: 10.5" • Use For Driver, Machining Operator Etc. • All Applications Which Require A High Level Of Anti-skid And Abrasion-resistant • Applying Universally To The Transporting And Cargo Handling Workers, Recycling Work, And Horticulture Workers, Drivers And Etc. • Cow Split Leather Gloves • Full Palm, Full Lining • Made With Top Quality Material For Industrial And Commercial Use 5 Pieces Welding Protective Visitor Glasses, Protective Visitor Glasses: Anti-fog With Uv Protection Glasses Product Name:safety Eyewear Glasses Color:clear, Dark Grey Feature:protective Glasses Lens Color:clear, Dark Grey Style:work Safety Glasses Package:blister Size: 17*17*7cm 5 Pieces Welding Helmet, Auto Darkening Welding Helmet Viewing Area:90×35mm Cartridge Size:110×90×10mm Arc Sensor:2 Light State:din 4 Dark State:fixed Shade 10 Shade Control:unadjustable Power On/off:fully Automatic Sensitivity Control:unadjustable,auto Uv/ir Protection:din 16 Power Supply:solar Cells. Re-chargeable Battery .no Battery Change Required Switching Time:1/5000s,from Light To Dark Dark To Light:0.15-0.45s Auto Low Amperage Tig:≥20amps(dc), ≥20amps(ac) Operating Tep:-5°c~+55°c Storing Tep:-20°c~+70°c 5 Pieces Welding Mask, Product Details Of Heavy Duty Welding Mask (108x50x3mm) Movable Glass Impacted Resistant Shell Anti Wear Moveable Type Glass Packing: Polybag With Color Sticker 5 Pieces Hard Hat, Hard Safety Helmet With Chin Strap Color: Blue, Orange, White, Yellow Material: Acrylonitrile Butadiene Styrene (abs) Shell, With Six Point Adjustable Ratchet Suspension For Shock Absorbing And Elastic Chinstrap Tough, Lightweight, Durable With Six Point Adjustable Ratchet Suspension For Shock Absorbing And Elastic Chinstrap. A Hard Hat Is A Type Of Helmet Predominantly Used In Workplace Environments Such As Industrial Or Construction Sites To Protect The Head From Injury Due To Falling Objects, Impact With Other Objects, Debris, Rain, And Electric Shock. Durable, Lightweight And Comfortable 12 Pieces Compact Electric Kilns, Degree F (max): 2300°f Cone: 6 Firebrick: 3" Volt: 240 / 208 Watt: 3,600 Ampere: 15 Recommended Breaker (amp): 20 Receptacle: 6-20 Size Interior (wide X High X Deep ): 13.5 X 13.25" Size Exterior Including Stand (wide X High X Deep ): 22 X 28 X 25.5" Volume (cu Ft.): 1.22 1 Piece Heat Press Transfer Machine, Electric Powered 21.2 X 20.2 X 19.2 In. 220v 1800w 0-400˚f (0-220˚c) 0-999 Sec. 1 Piece Rubber Mallet, Rubber Hammerhead Fiberglass Handle Packing: Color Label Weight: 32oz 4 Pieces Ball Peen Hammer, Material: Fiberglass Handle & Steel Head Size : 16 Ounce Weight: 3.7 Pound 4 Pieces Cutting Mat, Flexible Cutting Mat A2 Size (24 X 18 Inch) Self-healing 5 Layered Double Sided With Marked Pattern And Grids (green) Material: Polyvinyl Chloride Color: Green Item Dimensions: 15 X 15 X 15 Centimeters Shape: Hexagonal Weight: 200 Grams 6 Pieces Heavy Duty Extension Wire, Heavy Duty Extension Power Strip With Safety Switch Protection Socket 4 Meters , Extension 3 Pieces 36” Smart Led Tv, Width 96.74cm, Gross Weight: 10.8 Kg, Net Weight 7.9kg, Height 57.18, Length 7.99cm, Screen Size: 43-inch, Tv Resolution: Full Hd 2 Piece Laptop Computer, Laptop Screen Size: 15 Inches, Graphics Chipset: Integrated, Storage Capacity:512gb, Storage Type: Ssd, Ports/interface: Usb 2.0, Usb 3.0, Vga, Processor Type: Intel Core I7, Number Of Cores: Dual-core, Os:windows, Weight:3 Kg, Battery Capacity 4910mah, Cpu Frequency: 2.9ghz 1 Piece Photo Printer, Wireless Photo All-in-one With Auto Duplex Printing Print, Scan, Copy Auto Duplex Printing Wireless, Wireless Pictbridge, Mopria, Airprint, Direct Wireless Recommended Monthly Print Volume: 30 - 100 Pages Operating System: Win 8 / Win 7 / Vista / Xp, Mac Os X 10.7.5 And Later Borderless Printing: A4 / Letter / 4 X 6" / 5 X 7" / 8 X 10") Standard Paper Input (front Tray): 100 Sheets (a4/ Ltr) / 20 Sheets ( 4 X 6 “ ) Paper Weight: 64 To 105 G/m2 Up To 300 G/m2 Dimension (w X D X H): 449 X 304 X 152 Mm Weight: 5.4 Kg Interface / Connectivity: Usb 2.0 Hi-speed / Wireless Lan /wireless Pictbridge, Direct Wireless Scanner Type: Flatbed 1 Piece Portable Sound System With Microphone, Led Lights 2 Wireless Microphone Wired Microphone / Guitar / Line In Mic Priority Over Voice On/off Line Out Remote Control Usb / Bluetooth / Nfc / Fm Capabilities Frequency Response: 50hz-20khz Power System: Ac Adaptor / 12vdc In / Internal Rechargeable Battery 100v-240v, 60hz Power Supply Adaptor 1 Set 50” Led Tv, Height: 64.42 Cm, Width:111.68cm,length:5.99cm, Gross Weight:16kg. Screen Size: 50-inch Led, Net Weight: 11.6kg, Tv Resolution: 4k Ultra Hd, Connectivity: Wireless Lan Built-in (wi-fi), Hdmi Ports: 3, Usb Ports:1 2 Piece Soft Box With Stand, 2 Pcs Studio Lighting Softbox 50*70cm, 2 Pcs 2m Light Stand, 2 Pcs 45w Light Bulb, Photography Kit 100-240v, Maximum Height: 200cm/78", Collapsible Height:65cm/32" 2 Pieces Display Panel Board, Product Weight:8kg,choose Type:fabric,number Of Panels:4,type: Pole And Panel,graphic Type: Loop Nylon, 900x600mm Or 1000x700mm 6 X 900mm Poles 25 Mm Diameter With Clips Weight Approx 11-14kg 1 Piece Magnetic Whiteboard, Size:4x8 (48x96 Inches)feet, Aluminum Frame,with Sliding Whiteboard Marker/eraser Tray,protective Plastic Rubber Corners 1 Piece Chalkboard, Length: 60.5", Height: 36.5",unit Weight: 24.00 Lbs Per Unit Color: Black Duro-slate Over ¼”hardboard Backing, Full Length Chalk Tray 1 Piece Offline Mini Compressor, 220v 60hz, Type: Single Cylinder Piston Compressor With Air Tank, Power: 1/6hp, Speed: 1700r.p.m, Air Output Per Min/lit.:20-23l/min, Auto Stop, Start At 3bar (43 Psi) Stop At 4bar (57psi), Working Pressure:0-4 Bar, Air Tank:3.0l, Suitable For Airbrush With Nozzle 0.2mm-1.0mm, Weight: 5kg, Dimension: 31x13x31cm 1 Pieces Styrofoam Cutter, Material:plastic, Size:approx. 190x90mm, Power: 2xc Size Battery (not Included), Feature: Electric Wire Needle Shap, Stainless Steel Wire, Hardness And Diameter Of 0.19mm 1 Piece Potter’s Wheel/electric Potter’s Wheel, Detachable Abs Basin, Advanced High-quality Brushless Motor, Rotary Speed:0-300 Rpm, Pottery Wheel: 25cm, Pottery Forming Machine:350w,electric Pottery Wheel With Foot Pedal And Detachable Basin, Rated Voltage: Ac 110v, Wheel Diameter: 25cm (9.8"), Speed: 0-300r/min, Working Noise:,60 Db, Gross Weight: 14kg (31.1 Lb), Package Dimensions (lxwxh) 53x42x35cm (20.8"x16.53"x13.78") 2 Pieces Weather-proof Safety Box Circuit Breaker, Metal Enclosure Panel Box, Weatherproof, Height:300mm, Depth:150mm, Door: 0.8mm, Body: 0.8mm, Plate: 0.8mm, Metal Body,width:400mm 1 Piece Fire Blanket, 120x99x4cm (l X W X H) Woven Glass Fiber 2 Pieces Exhaust Fan, Size: 12" 9" 6" Rpm: 1350, 1320, 1290 Finish: Power Coated 2 Pieces Medicine Cabinet, Stainless 20x26x5 Inch Single Door Medicine Cabinet 1 Piece Smoke Detector, 120 Volts Ionization Sensor, Clamshell Packaging 1 Piece Disposal Bins, 50 Cubic Movable Bins 2 Pieces Abc = 597,951.44
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: Notice Of Sources Sought The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses (sdvosb), Veteran Owned Small Businesses (vosb), And Small Businesses Interested And Capable Of Providing The Services Requested, As Well As Any Large Businesses. The Results From This Source Sought Notice Will Be Used To Determine The Appropriate Set-aside. The Intended Contract Is A Firm-fixed Price Service Contract. The Department Of Veterans Affairs, Nco20 Is Looking For Vendor Sources For The Following Requirement: A Blanket Purchase Order (base + 4 Option Years) For Urinalysis Testing See Attachments For More Information: Attachment A: V20 Estimated Urinalysis Test List Volume Attachment B: V20 Participating Medical Centers And Pocs Attachment C: V20 Bpa Price List (must Be Filled Out) Required Information In Your Response To Sources Sought: In Order To Be Considered A Valid Source That Can Impact The Set-aside Determination Of A Possible Future Solicitation, Potential Contractors Shall Provide, At A Minimum, The Following Information To Peter.park2@va.gov By Below Response Deadline: 1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Uei. Provide Any Existing Gsa/fss Contract Number This Requirement Can Be Fulfilled Under. 2) Please Identify Your Company S Size In Comparison To The Anticipated North American Industry Classification System (naics) Code 334516 Analytical Laboratory Instrument Manufacturing. To Be Considered A Small Business Your Company Must Have Less Than 1,000 Employees. This Notice Is To Determine The Marketplace For This Specific Requirement. Please Check One Of The Following: [ ] Yes [ ] No Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No Veteran Owned Small Business (vosb) [ ] Yes [ ] No Small Business Manufacturers [ ] Yes [ ] No All Other Small Business (sb) [ ] Yes [ ] No Other Than Small Business 3) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Provide A Sba Certification And Be Registered With U.s. Small Business Administration Veteran Small Business Certification (vetcert) Located At Https://veterans.certify.sba.gov/. 4) Only Authorized Service Representatives/providers Of The Manufacturer Will Be Considered. No Used, Refurbished, Remanufactured, Or Counterfeit Parts Will Be Allowed. Please Provide A Proof Of Authorized Service Provider Letter From Manufacturer. 5) Please Complete The Attached Price List (attachment C). This Is Not A Quote. 6) Capabilities Statement Addressing The Requirements In The Statement Of Work To Include: References For Similar Services Currently Being Provided Or Previously Provided At The Required Service Levels As Outlined In The Statement Of Work. The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam). Service Address: Various Stations In Nco 20 See Attachment Point Of Contact: Peter Park Contracting Officer Peter.park2@va.gov Response Deadline: 12/20/2024 By 3:00pm Pacific Time Statement Of Work: Bpa For Visn 20 Cprr Urinalysis Testing Bpa Language The Government Will Award A Cprr Bpa To A Single Contractor For Urinalysis Testing. Contractor Agrees To The Following Terms Of The Bpa Exclusively With Visn 20 And Awarded In The Final Bpa. Under This Agreement, The Bpa Holder Shall Provide Cprr Urinalysis Testing For All Visn20 Medical Facilities. The Vha Facilities Within Visn20 Listed On This Bpa Are Authorized To Order Any Item Listed On The Price/cost Schedule At The Listed Price. No Items May Be Ordered Off This Bpa Unless They Are Listed On The Price/cost Schedule. Additional, Related Items May Be Added Without Further Competition To The Price/cost Schedule With The Award Of A Modification By The Administering Contracting Officer (co). The Administering Co Is The Only Vha Employee Authorized To Modify This Bpa. Obligation Of Funds This Bpa Does Not Obligate Any Funds. The Government Is Only Obligated To The Extent Of Authorized Task Orders Issued Under This Bpa. Period Of Agreement This Bpa Is Effective From The Date Of Award For A Period Of 5 Years. Option To Extend The Term Of The Bpa The Government May Extend The Term Of This Bpa For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. By Written Notice To The Contractor At Any Time Prior To The Expiration Of The Bpa, Provided That The Government Shall Give The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Bpa Expires. The Preliminary Notice Does Not Commit The Government To An Extension. Prices And Terms Visn20 Has Provided An Estimated Annual Volume By Test As Reflected In Attachment A. Pricing Is Based On The Average Annual Test Volume. The Government Estimates The Volumes As Listed In Attachment A But Does Not Guarantee Volumes As Listed; They Are Estimates Only And The Government Doesn T Guarantee That All Listed Stations Will Participate In The Bpa. The Government Estimates, But Does Not Guarantee, That Individual Bpa Orders Placed Against This Agreement May Reach $825,000.00/per Order. This Order Limit May Be Increased By Mutual Agreement Of The Parties As Necessary, In Whole Or Part. The Authorized Ceiling Limit Of The Agreement Is Set At $4,500,000.00 Over The Period Covered By The Agreement; This Ceiling Is Also Not A Guarantee. The Ceiling Limit May Also Be Raised In Association With Order Limit Increases Or Other Conditions Which, By Mutual Agreement Of The Parties, Maybe Considered Necessary. Authorization For Individual Task Orders Above The Stated Task Order And/or Ceiling Limits Must Be Coordinated Through The Contracting Officer Before Larger Valued Orders Can Be Issued And Prior To Commencement Of Work. All Unauthorized Work, Regardless Of Amount, Will Be Processed Through The Ratification Process. Price/cost Schedule Estimated Quantities And Pricing Per Facility Order Placement All Properly Warranted Cos Serving Visn20 Are Authorized To Place Orders Under This Bpa. Task Orders Will Be Placed Against This Bpa Using Outlook Email Messages, Electronic Data Interchange (edi), Fax Internet Portal, Paper Or Oral Communications. Delivery Order Oversight Each Ordering Location Will Designate A Contracting Officer's Representative (cor) Or Poc (if Dollar Amounts Warrant A Cor, And Subject To Co Approval), Who Will Be Responsible For Verifying Contract Compliance And Certify Invoices. Requirement Specifications / Statement Of Work Scope: The Contractor Shall Provide Automated Clinical Laboratory Urinalysis Testing For Urine Dipstick Chemistries, Urine Microscopic Analysis, And Body Fluid Analysis (as Applicable) To Produce Cost Per Reportable Results (cprr) For The Locations Listed Below. Installation And Operational Training Will Be Provided By The Vendor At The Government S Facility. Vendor Will Provide Field Service Support. Vendor Will Also Supply Government With Sufficient Supplies, Reagents, And Training To Execute The Urinalysis Analyzer In The Performance Of The Testing Listed For Each Site Based On Estimated Patient Results Per Month. Equipment Will Be Defined By The Facility. Participating Locations: Alaska Va Healthcare System: 1201 North Muldoon Road, Anchorage, Ak 99504 Boise Va Medical Center: 500 West Fort Street. Boise, Id 83702 Eugene Health Care Center: 3355 Chad Dr., Eugene, Or 97408 Va Portland Health Care System: 3710 Sw U.s. Veterans Hospital Road, Portland, Or 97239 Roseburg Va Health Care System: 913 Nw Garden Valley Blvd., Roseburg, Or 97471 Va Southern Oregon Rehabilitation Center: 8495 Crater Lake Hwy., White City, Or 97503 Va Puget Sound Health Care System - American Lake Division: 9600 Veterans Dr Southwest, Tacoma, Wa 98493 Va Puget Sound Health Care System: 1660 S. Columbian Way, Seattle, Wa 98108 Mann-grandstaff Va Medical Center: 4815 N. Assembly Street, Spokane, Wa 99205 Jonathan M. Wainwright Memorial Va Medical Center: 77 Wainwright Drive, Walla Walla, Wa 99362 Map And Locations For Medical Centers And Clinics Within The Visn 20 Northwest Network Can Be Found At The Following Link: Https://www.va.gov/directory/guide/region.asp?id=1020. General Requirements: Leased (cost Per Reportable Result) Equipment. All Related Consumables And Supplies. All Necessary Service To Keep Equipment In Manufacturer's Operating Conditions, Both Preventive Maintenance And Emergency Repairs. Training For Personnel Operating Equipment. Cost Per Reportable Result Cprr: Cost Per Patient Reportable Result (cprr): As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers - Contractors Are Required To Provide A Price For A Reportable Patient Result. The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5-year Equipment Use, (2) All Reagents, Standards, Vendor Provided Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories, And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation Of A Patient Reportable Result. This Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution; Repeat And Confirmatory Testing Required To Produce A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi). (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation And Removal Of Equipment At No Additional Charge. Parameters: The Calculation For Price And Quantity Of Reagents In The Annual List Included In The Contract As Based On An Estimated Annual Number Of Reportable Results Provided By The Government. The Annual Quantities Of Supplies Shall Be Sufficient For Testing As Long As The Reportable Results Are Submitted In Compliance With The Following Parameters: Numbers Of Reportable Results Actually Performed By The Government Are Within Ten Percent Of The Annual Estimated Reportable Results As Indicated By The Annual Supply List. Use Of The Instrument(s) Are In Accordance With Instrument Usage Information Provided By Government (primary, Back-up Or Alternate). Test Volumes Are Determined By The Government. No More Than 10 Percent Repeats. Two Levels Of Quality Control To Be Run As Required By The Manufacturer Every Test Day. Calibrators For Periodic Calibration Checks And Demand To Validate Systems Following Major Repair Or Resolution Of Negative Quality Control Trends. Adjustments: The Government And Vendor Will Conduct Ongoing Reviews No Less Than Annually To Monitor Contract Performance Against Agreed Upon Efficiencies, Operational Assumptions, And Product Utilization (cppr Parameters). The Vendor Will Notify The Government When Such Reviews Indicate An Adjustment To The Quarterly Standing Order Shipments May Be Required. The Government Will Cooperate With The Vendor In The Conduct Of The Reviews. Vendor, Their Personnel, And Their Sub Vendors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.839.201 Contract Clause For Information And Technology Security. Equipment: Vendor Will Provide Urinalysis Analyzer(s) For Lease To Meet Visn20 Facilities Usage Needs. Installation: The Vendor Shall Deliver And Install All Rented Or Purchased Equipment Under This Contract After An Order Is Placed. Equipment Shall Be Installed Within 30 Business Days After Receipt Of Order. Equipment Shall Not Be Considered Installed Until Va Employee Certifies That The Equipment Is Properly Functioning And Has The Necessary Supplies To Perform Its Required Function. The Vendor Shall Maintain A Record Of Installation To Include: Location, Model Number, Serial Number, And Date Of Installation. Removal: The Vendor Shall Un-install And Remove All Rented Equipment Under This Bpa From The Requesting Facility Upon Request. Equipment Shall Be Removed Within 30 Days Of Request. Equipment Shall Be Considered Removed Upon A Va Employee Certification That The Equipment And All Accessories Have Been Taken By An Employee Of The Vendor And There Is No Disruption And /or Damage To The Surrounding Area. The Vendor Shall Maintain A Record Of Removal To Include: Location, Model Number, Serial Number, And Date Of Removal. Equipment Requirements: Vendor Shall Provide Urinalysis Systems That Meet The Following Requirements: Instrument Shall Include Chemical Analysis Of Urine (to Include Bilirubin, Urobilinogen, Ph, Specific Gravity, Glucose, Protein, Blood, Nitrites, Ketones And Leukoesterase) Without Interference From Urines With Common Abnormal Colors (red, Orange, Etc.). Instrument Shall Also Identify Formed Elements Including But Not Limited To, Red Blood Cells, White Blood Cells, Epithelial Cells (differentiating Transitional, Renal, And Squamous) Crystals, Casts, Bacteria, And Yeast Without The Need To Consistently Verify With Manual Microscopy. There Must Be A Direct, Automated Specimen Pathway Between The Chemistry Urinalysis Specimen Sampling And Testing And The Microscopic Urinalysis Sampling And Testing. Equipment Shall Provide Accurate Test Assay Results For Sample Specimens Up To The Manufacturer's Defined Maximum Tests Per Hour Without Excessive Malfunctions, Breakdowns, Or Service Calls. Instrumentation Shall Have Auto Reflex Testing Capability For Specimens Which Require Sediment Analysis. System Shall Have A Minimum Throughput Of 60 Samples Per Hour On The Microscopic Side. The Instrument Shall Have Customer Defined Rule Criteria To Reduce The Number Of Manual Reviews And Off-line Testing Required By The Operator. The System Shall Have The Ability For Auto-validation, Should The Facility Choose To Auto Validate Results. Instrument Shall Auto-classify Formed Elements With Limited Review By The Operator. Microscopic Analysis Must Be Fully Quantitative. Microscopic Analysis Must Have The Ability For The Instrument To Identify Cellular Microscopic Components And Provide Reviewable Digital Images. Instrument Must Offer Limited To No Carryover From Sample To Sample To Reduce Interference. Instrument Must Have The Ability To Continuously Feed At Least 300 Chemistry Strips Without Operator Re-load. Time From Standby To Operation Processing Samples Is Less Than 3 Minutes. Time Required For Routine Maintenance Activities Shall Take Less Than 30 Minutes Daily And Less Than 30 Minutes Weekly/monthly. All Testing Shall Be Fda Approved, Including Body Fluids If Available. Current Waste Stream Analysis And Sds (safety Data Sheets) Shall Be Provided To All Locations. Editable Electronic Copy In Clsi (clinical And Laboratory Standards Institute) Format Of Operating Procedures Shall Be Furnished With Each Instrument Supplied To All Participating Facilities. Testing Shall Include Current Laboratory Assays, But The Va Reserves The Right To Add Additional Tests To Test Menu. Protocols In Place For Various Degrees Of Urine Turbidity. A Selection Of Instruments Will Be Available Based On Volume, Test Menu Needs And Throughput Requirements Of Each Individual Facility. Instrument Shall Allow Patient Sample To Be Used For Repeats Or Reruns On The Same Or Different Instrument. All Instruments Must Be New (non-refurbished) Equipment. Contractor Shall Provide All Upgrades To The Equipment Hardware And Operating System Software, At No Additional Cost To The Government. (note Current Va Security Regulations Require Windows Based Operating Systems Be Windows 10 Or Higher). Instruments That Have The Ability To Have Access To The Internet Must Follow Va It Security Policies. The Internet Access Must Be Verified And Adhered To Before And During All Internet Access. Contractor S Software Is Required To Be Compatible And Interface Immediately Upon Award With Governmental Systems Which Include Cprs, Vista, And Cerner. Contractor Must Provide Evidence With Their Solicitation Response That Their Software Is Already Accepted For Use By Vha It Systems. All Equipment Shall Come With Any Required Accessories To Perform Normal Duties, To Include But Not Limited To, Properly Programmed Printers And Monitors, And Ups. The Analyzers Will Be Va Laboratory Information System (lis) Interfaceable, And The Vendor Will Supply Lis Specifications And Assist With The Interface Connections. Operation Of Software Uses Minimal Computer Strokes To Move From Testing To Reagent To Data Analysis Or/and Other Screens. Size Of Instrumentation Shall Be No More Than 65 W X 21 D. If Stand Is Required, It Is Included In The Contract At No Additional Cost. Upgrades Shall Be Delivered And Installed Within 60 Days Of Issuance To The Commercial Market. An Operator's Manual Shall Be Furnished With Each Instrument Supplied To Va And Updates To Manual Shall Be Provided In A Timely Manner. Uptime Guarantee/ Performance Penalty: Vendor Agrees That All Equipment Provided Shall Be Operable And Available For Use No Less Than 98% Of Operational Time Per Month. Each Instrument At Site Shall Be Computed Separately. Operational Time Is 24 Hours Per Day 7 Days A Week. Downtime Is Defined As When The Vendor Is Not Able To Produce Clinically Acceptable Results On The System Monitor And Will Be Computed From The Time The Government Notified The Hotline During Normal Working Hours Until The Field Service Engineer Returns The Instrument To The Government And The Government Can Produce Acceptable Clinical Results. Scheduled Maintenance Is Excluded From Downtime. Method Validations: Once The Instrument Has Been Installed According To The Vendor Specifications At The Government Location The Vendor Will Supply A Technical Representative To Perform Method Validation Studies During All Equipment Installations At All Facilities. The Method Validations Will Be Completed To Include The Necessary Studies Required For Clinical Laboratory Information Act (clia), College Of American Pathologist (cap) And Department Of Veterans Affairs (va) Regulatory Agencies And Shall Include Precision, Linearity And Current System To New System Correlations As Well As Establishment Of Normal And Therapeutic Ranges. The Va Will Not Accept Equipment Until It Passes All Validation Testing. Validation Testing Will Be Conducted On The Facilities Primary And Secondary Testing Methods. The Va Will Provide All The Samples Necessary For The Validation Studies. Maintenance And Repairs: Vendor Shall Provide Preventative And Corrective Maintenance Per Manufacturer's Recommendation. This Shall Include Software Upgrades And Parts And Labor, To Maintain All Urinalysis Equipment And Accessories. At A Minimum, Preventative Maintenance Shall Be Twice Annually, Beginning Six (6) Months After Installation. Vendor Will Furnish All Transportation, Equipment, Tools And Labor To Accomplish The Required Maintenance. Emergency Repairs Shall Be Performed After Initial Telephone Notification That The Equipment Is Inoperative. The Field Service Representative Will Call To Schedule Onsite Service Within 2 Hours Of Notification From Technical Assistance Hotline If Necessary. The Vendor Shall Provide The Government With A Designated Point Of Contact And Telephone Number And Shall Make Arrangements To Enable His Maintenance Representative To Receive Such Notification. Telephone Service Support Shall Be Available 24 Hours/day,7days A Week. Onsite Field Service Support Shall Be Available Monday- Friday 8am- 4:30 Pm (local Time). Onsite Repairs Shall Be Initiated Within 24 Hours Of First Notification From Technical Hotline To Field Service Engineer. Efforts Shall Be Made By The Vendor To Minimize Disruption To Governments And Employees (i.e. Reschedule If Work Interferes With Normal Operation, Access Equipment When Convenient To The Needs Of The Va, Etc.) Vendor Shall Maintain Cleanliness Of Work Area And Minimize Dust And Contaminants To Areas Adjacent To The Job Site. Vendor Shall Furnish A Malfunction Incident Report To The Installation Upon Completion Of Repair Call Within 2 Business Days After The Completion Of Work. The Report Shall Include As A Minimum The Following: Date And Time Notified. Date And Time Of Arrival. Serial Number, Type And Model Number(s) Of Equipment. Time Spent For Repair. Description Of Malfunction And Repair. Proof Of Repair That Included Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. Each Instrument Provided By The Vendor Shall Maintain An Uptime Of 98% In Each Month Of The Term Of The Agreement. During The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 5% Or Greater Of The Normal Working Days In One Calendar Month, It Is The Responsibility Of The Vendor To Immediately Replace The Broken Laboratory Equipment With New Equipment At No Additional Cost To The Government. The Responsibility For Maintaining The Equipment Furnished In Operating Condition In Accordance To Manufacturer's Instruction, Shall Solely Be The Responsibility Of The Vendor. The Contractor Shall Not Leave A Service Call Open Pending Verification That Repairs Are Completed By The Contractor's Maintenance Personnel. For Each Instrument Provided, The Vendor Shall Treat Each Notification For An Emergency/repair Service Call Form The Government As A Separate And New Service Call. The Following Are Guaranteed Throughout The Life Of This Contract: Priority Scheduling Of Requests For Service. Unlimited Emergency Service. No Charges For Labor, Travel Or Any Other Related Expenses. Unlimited Parts. No Charge For Replacement Parts Which Become Marginal Or Defective Due To Normal Use During Agreement Period. Factory Authorized Product Updates And Modifications. Installed At No Additional Charge For Improved Product Performance And Reliability. Factory Trained And Authorized Service Engineers. Continual Upgrading And Certification Of Engineers In Latest Instrument Technology. Training: With The Exception Of Specific Training Requirements Stated Herein, Which Shall Have Precedence; Vendor Shall Provide "operator" Training In Accordance With The Terms, Conditions, And Provisions Of The Vendor's Existing Federal Supply Service Contract. Listed Below Are The Training Requirements: The Vendor Shall Provide, At No Cost To The Government, On-site Training And Key Operator Training For At Least 2 Operators Per Instrument Per Site. Provide Initial In-depth Training For Two Key Operators At The Facility And For Each Individual Instrument Provided. Provide Annual Training For One Va Equipment Operator, Per Each Instrument, For The Participating Medical Center. Provide On-site Vendor Operator Training For All Personnel Who Will Run Instrument With Training Provided For All Applicable Shifts. The Vendor Shall Have An On-going Training Program For Employees By The Technical Service Representatives On Any New Products Or Updates On The Product Lines. All Materials For Training Will Be Provided At No Additional Cost To The Government. The Vendor Will Provide Competency Assessment Protocols For Use At Each Site Consistent With Federal (clia) And Cap Training Requirements. Reagents, Controls And Supplies: Routine Reagents, Controls And Disposables (supplies) For Chemical And Microscopic Urinalysis Testing Shall Be Provided By The Vendor And Shall Adhere To The Following Requirements. Reagents Including Controls And Disposables Shall Be Identified Prior To Delivery. Reagents Including Controls And Disposables To Be Listed In A Separate Table. The Table Should Include Annual Reagent Volumes, Costs, And Shipping Charges For Each Quarterly Standing Order Delivery. Reagent Manufacturer Shelf Life Shall Be No Less Than 12 Months. Reagents For The Analyzer Are Marked For Easy Recognition By The Operator And Shall Contain The Appropriate Facility Purchase Order Number In The Delivery Address. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Order. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By The Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Delivery Shall Be Within Four (4) Business Days Of The Prior Agreed Upon Shipment Date Or It Shall Be Considered Late. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. Consumables Will Be Provided On Demand As Needed If The Consumable Allotments Are Insufficient To Meet The Needs Of The Facility. Vendor Shall Supply All Changes To The Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes And Shall Be Coordinated With The Va Facility Point Of Contact To Implement The Changes In Accordance With Manufacturer's Recommendations. Space Availability: All Proposed Urinalysis Equipment Must Fit The Existing Space At Each Visn 20 P&lms Facility's, Without The Need For Renovation Work. Small Scale Re-arrangement Of Furniture Is Acceptable. Fitting Existing Space Shall Include Conforming To The Current Structural Parameters Of Each Lab, In Each Facility, In Terms Of Delivery, Installation And Lab Space. (i.e., Equipment Size, Weight, Packaged Size For Delivery, Electrical/voltage). Special Requirements: In Addition To The General Requirements For The Urinalysis Cprr Requirements Stated Above, The Contractor Shall Meet The Following Special Requirements: Equipment Shall Have A Fully Established Va Veterans Health Information Systems And Technology Architecture (vista) Computer System And Cerner Interface Program Via Data Innovations Middleware, With All Downloads/software Necessary To Transfer Data Into Patient Files In Va Vista And Cerner Computer Systems Via Data Innovations Middleware, At No Additional Cost To Va. Provide Bi-directional Interface With Data Innovations And Appropriate Quality Control Analysis System And All Components Necessary To Interface With Va Vista And Cerner Computer System. The Contractor Shall Provide An Auto Verification Package Through Data Innovations For Validation Utilizing The Instrument Manager Which Includes Rules And Technical Support For The Duration Of This Contract. Contractor Shall Assist In The Establishment, Testing, Deployment, And Troubleshooting In The Full Capacity Of The Middleware Before Implementation Date. The Contractor Is Responsible For Verifying Any Software Upgrades With The Instrument During Its Life, Will Be Compatible With Data Innovations Middleware. Contractor Shall Provide Automated, Walk-away Urinalysis Chemistry Analyzer With Peripherals With Direct, Automated Sample Pathway To An Automated, Walk-away Microscopic Urinalysis Analyzer With Peripherals For Sampling And Testing. Shall Provide Data Backup. Systems Shall Provide Ease Of Use (uncomplicated Menus), With Minimal Maintenance Required. Shall Provide Flexibility In Test Volumes. Shall Be Easy To Troubleshoot. Provide Extended Expiration Date Of Supplies. Uninterruptible Power Supply (surge Protection, Battery Backup) Provided By Vendor For All Associated Electrical Instruments And Ancillary Components Excluding Printer. Provide A Water System, If Required. If A Printer Is Required To Produce Patient Or Qc Reports, One Shall Be Provided Per System And Replaced If Broken. Cessation Of Testing: If, For Any Reason, Contractor Ceases Testing Of Any Urinalysis Assays, The Contractor Must Notify The Va Contracting Office And Laboratories, 60 Calendar Days Prior To The Change. Until A New Solicitation Can Be Issued, Or The Problem Resolved, The Contractor Shall Be Held Liable For All Costs If Performance Is Ceased, As The Lab Facility May Have To Resort To Outsourcing The Tests In Order To Continue Patient Care. The Vendor Will Be Responsible For The Following: Cost Per Reportable Result Program Reagents, Controls And Supplies: Routine Reagents And Disposables. Reagents Including Controls And Disposables To Be Listed In Separate Table. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Agreement. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. The Quality Of The Products Shall Be High Enough To Satisfy Proficiency Testing Standards Of The College Of American Pathologists (cap) And The Joint Commission (tjc). Changes In Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes Will Be Approved By The Vendor In Accordance With Manufacturer's Recommendations. Additional Reagents, If Required, Will Be Provided By The Vendor At No Additional Charge. The Government Will Be Responsible For The Following: Cost Per Reportable Result Program: Cppr Periodic Payments: Refer To Attachment A For Volumes. Test Description Estimated Volume Per Year Price Per Reportable. During The Agreement The Government Will Report By The 10th Of Each Month, To The Vendor In Writing Or Electronically, The Number Of Reportable Results Generated In The Previous Month. The Vendor Will Invoice The Government Based On The Report Of Reportable Tests. Laboratory Manager Or Designee Will Act As Contracting Officer Representative (cotr) For This Contract. Security: Returning Leased Equipment Constitutes A Risk. Va Employees Must Sanitize Va Sensitive Information Residing On Leased Equipment Before Releasing That Equipment From Direct Va Control, Or The Media Will Not Be Returned Upon Termination Of The Contract. Per Visn 20 Va Information Security Policies, No Hard Drives Or Computer Disks Containing Va Patient Information Will Be Removed From Va Facilities. At The Time Of Turn-in Or Removal Due To Failure, The Va Facility Will Remove All Sensitive Data From Information Systems Storage Devices Or Render The Data From These Systems Unreadable. No Federal Information Processing Equipment Will Be Discontinued From Rental/lease Or Exchange Without Compliance With This Require. Contract Personnel Will Not Have Direct Access To A Va System Or Va Sensitive Information. All Work/maintenance Will Be Accomplished By Va Laboratory Personnel As An Intermediary. If Contract Leased/purchased Equipment Contains Sensitive Information (pii/phi) To Be Directly Uploaded To/downloaded From Va Systems, A Mou/isa Shall Be Established Between The Vendor And Va. Unidirectional, Deidentified Data From Contract Leased/purchased Equipment To The Va Network Shall Be Protected In Accordance With Established Va Security Policy. Quality Assurance Monitoring: The Contractor Service Requirements Are Summarized Into Performance Objectives That Relate Directly To Mission Essential Items. The Performance Thresholds Briefly Describe The Minimum Acceptable Levels Of Service Required For Each Requirement. These Thresholds Are Critical To Mission Success. Information And Information System Security/privacy General Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. Access To Va Information And Va Information Systems A Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. Custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. The Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor's Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. Va Information Custodial Language Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor's Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va's Information Is Returned To The Va Or Destroyed In Accordance With Va's Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. Prior To Termination Or Completion Of This Contract, Contractor/ Subcontractor Must Not Destroy Information Received From Va, Or Gathered/ Created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations, And Policies In This Contract. The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. If A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. The Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. The Contractor/subcontractor's Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va's Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va's Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. Notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. For Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor. Information System Design And Development Information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. The Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. The Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default "program Files" Directory And Silently Install And Uninstall. Applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. The Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. The Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. The Contractor/subcontractor Agrees To: Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: The Systems Of Records (sor); And The Design, Development, Or Operation Work That The Contractor/ Subcontractor Is To Perform Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. In The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. "operation Of A System Of Records" Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. "record" Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person's Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. "system Of Records" Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual. The Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As "systems"), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. The Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 10 Days. When The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 10 Days. All Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. Information System Hosting, Operation, Maintenance, Or Use For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerablity Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor's Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va's Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor's Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government- Owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. The Contractor/subcontractor's System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va's Poa&m Management Process. The Contractor/subcontractor Must Use Va's Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/ Subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re- Authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. The Contractor/subcontractor Must Conduct An Annual Self Assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. Va Prohibits The Installation And Use Of Personally-owned Or Contractor/ Subcontractor- Owned Equipment Or Software On Va's Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va- Approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/ Subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: Vendor Must Accept The System Without The Drive; Va's Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; The Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And Any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre- Approved And Described In The Purchase Order Or Contract. A Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. Security Incident Investigation The Term "security Incident" Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/ Subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/ Subcontractor Has Access. To The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. Liquidated Damages For Data Breach Consistent With The Requirements Of 38 U.s.c. 5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. The Contractor/subcontractor Shall Provide Notice To Va Of A "security Incident" As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: Nature Of The Event (loss, Theft, Unauthorized Access); Description Of The Event, Including: Date Of Occurrence; Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; Number Of Individuals Affected Or Potentially Affected; Names Of Individuals Or Groups Affected Or Potentially Affected; Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; Amount Of Time The Data Has Been Out Of Va Control; The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); Known Misuses Of Data Containing Sensitive Personal Information, If Any; Assessment Of The Potential Harm To The Affected Individuals; Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $42.00 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: Notification; One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; Data Breach Analysis; Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. Security Controls Compliance Testing On A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day's Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. Training All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document - E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] The Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: Draft Performance Work Statement Draft title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190 purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays. background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7. acronyms
als Advanced Life Support
aod Administrative Officers Of The Day bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport co Contracting Officer
cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor
emt Emergency Medical Technician iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State.
and Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven.
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission. the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported.
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor)
ordering Officers (oo)
beneficiary Travel Office Staff
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. 4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles.
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name contract Number current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. general Information this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027 the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following:
va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs): sepulveda Ambulatory Care Center
16111 Plummer Street North Hills, Ca 91343
818-891-7711
los Angeles Ambulatory Care Center
351 East Temple Street Los Angeles, Ca 90013
213-253-5000
east Los Angeles Va Clinic
5426 East Olympic Boulevard
commerce, Ca 90022-5113
313-725-7372
san Gabriel Valley Va Clinic 7 West Foot Boulevard, Suite D
arcadia, Ca 91006-2367
626-836-2300
bakersfield Outpatient Clinic
1801 Westwind Drive
bakersfield, Ca 93301
661-632-1800
lancaster Outpatient Clinic
340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941
661-729-8655
san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401
805-543-1233
santa Barbara Outpatient Clinic
4440 Calle Real
santa Barbara, Ca 93110
805-683-1491 Santa Maria Cboc
1550 East Main Street Santa Maria, Ca 93454
oxnard Outpatient Clinic
2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036
mariner Outpatient Clinic
5250 Ralston Street
ventura, Ca 93003-7318
877-251-7295 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facility
address
va Long Beach Health Care System
5901 E. 7th Street, Long Beach, Ca 90822
va San Diego Health Care System
3350 La Jolla Village Drive, San Diego, Ca 92161
va Greater Los Angeles Health Care System
11301 Wilshire Blvd, Los Angeles, Ca 90073
va Loma Linda Health Care System
11201 Benton St, Loma Linda, Ca 92357 other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va. arroyo Grande Care Center 1212 Farroll Ace arroyo Grande, Ca 93420-3718 telephone: 805-489-8137
parkview Julian Healthcare Center 1801 Julian Ave bakersfield, Ca. 93304 telephone: (661) 831-9150
sierra View Care Center 14318 Ohio St. baldwin Park, Ca. 91706 telephone: (626) 960-1971
topanga Terrace 22125 Roscoe Blvd canoga Park, Ca 91304 telephone: (818) 883-7292
community Care Center 2335 S. Mountain Ave. duarte, Ca. 91010
telephone: (626) 357-3207
clearview Sanitarium And Convalescent 15823 S. Western Ave. gardena, Ca. 90247 telephone: (310) 538-2323
sunnyside Nursing Center 22617 S. Vermont Ave. torrance, Ca 90502 telephone: (310) 320-4130
country Manor Healthcare Center
11723 Fenton Ave. lakeview Terrace, Ca. 91342
telephone: (818) 899-0251
guardian Rehabilitation Hospital
533 S. Fairfax Ave los Angeles, Ca 90036
telephone: (323) 931-1061
kei-ai Los Angeles Healthcare Center 2221 Lincoln Park Avenue los Angeles, Ca 90031 telephone: (323) 276-5700
maple Healthcare Center 2626 Maple Drive los Angeles, Ca 90011 telephone: 213-747-6371
new Vista Post-acute 1516 Sawtelle Blvd. los Angeles, Ca. 90025 telephone: (310) 477-5501
sunray Healthcare Center 3210 W. Pico Blvd. los Angeles, Ca. 90019 telephone: (323) 734-2171
university Park Healthcare Center 230 E. Adams Blvd. los Angeles, Ca 90011 telephone: 213-748-0491
view Heights Convalescent Hospital 12619 S. Avalon los Angeles, Ca. 90061 telephone: (323) 757-1881
windsor Gardens Convalescent Hospital 915 S. Crenshaw Blvd. los Angeles, Ca. 90019 telephone: (323) 937-5466
bayside Care Center 1405 Teresa Drive morro Bay, Ca. 93442 telephone: (805) 772-2237
sherman Village Healthcare Center 12750 Riverside Dr. north Hollywood, Ca 91607 telephone: (818) 766-6105
valley Village Care Center 13000 Victory Blvd., north Hollywood, Ca 91606 telephone: (818) 985-5990
maywood Acres Healthcare 2641 S. C St., oxnard, Ca 93033 telephone: (805) 487-7840
shoreline Care Center 5225 South "j" Street oxnard, Ca 93033 telephone: (805) 488-3696
mission View Healthcare Center 1425 Woodside Drive san Luis Obispo, Ca 93401 telephone: (805) 543-0210
brentwood Healthcare Center 1321 Franklin Street santa Monica, Ca. 90404 telephone (310) 828-5596
fireside Healthcare Center 94 7 Third St. santa Monica, Ca. 90403 telephone: (310) 393-7117
chanel Islands Post-acute 3880 Via Lucero, santa Barbara Ca 93110 telephone: (805) 687-6651
new Vista Nursing & Rehab Center
8647 Fenwick Ave. sunland, Ca. 91040 telephone: (818) 352-1421
sylmar Health & Rehab
12220 Foothill Blvd. sylmar, Ca. 91342 telephone: (818) 834-5082
the Care Center On Hazeltine 6835 Hazeltine Ave. van Nuys, Ca 91405 telephone: 818-997-1841
coastal View Healthcare Center
4904 Telegraph Road ventura, Ca. 93003 telephone: (805) 642-4101 veteran S Residence. local Airports Including: los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045
john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707
long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808
ontario Airport: Ontario, Ca 91761
hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505
oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030 zip Codes By County Include But Are Not Limited To: san Barbara County 93013 93014 93067 93101 93102 93103 93105 93106 93107 93108 93109 93110 93111 93116 93117 93254 93427 93429 93434 93436 93437 93438 93440 93441 93454 93455 93456 93457 93458 93460 93463 93464 ventura County 93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390 kern County 93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390 los Angeles County 90001
90002
90003
90004
90005
90006
90007
90008
90009
90010
90011
90012
90013
90014
90015
90016
90017
90018
90019
90020
90021
90022
90023
90024
90025
90026
90027
90028
90029
90030
90031
90032
90033
90034
90035
90036
90037
90038
90039
90040
90041
90042
90043
90044
90045
90046
90047
90048
90049
90050
90051
90052
90053
90054
90055
90056
90057
90058
90059
90060
90061
90062
90063
90064
90065
90066
90067
90068
90069
90070
90071
90072
90073
90074
90075
90076
90077
90078
90079
90080
90081
90082
90083
90084
90086
90087
90088
90089
90090
90091
90093
90094
90095
90096
90099
90189
90201
90202
90209
90210
90211
90212
90213
90220
90221
90222
90223
90224
90230
90231
90232
90233
90239
90240
90241
90242
90245
90247
90248
90249
90250
90251
90254
90255
90260
90261
90262
90263
90264
90265
90266
90267
90270
90272
90274
90275
90277
90278
90280
90290
90291
90292
90293
90294
90295
90296
90301
90302
90303
90304
90305
90306
90307
90308
90309
90310
90311
90312
90401
90402
90403
90404
90405
90406
90407
90408
90409
90410
90411
90501
90502
90503
90504
90505
90506
90507
90508
90509
90510
90601
90602
90603
90604
90605
90606
90607
90608
90609
90610
90701
90702
90703
90704
90706
90707
90710
90711
90712
90713
90714
90715
90716
90717
90723
90731
90732
90733
90734
90744
90745
90746
90747
90748
90749
90755
90801
90802
90803
90804
90805
90806
90807
90808
90809
90810
90813
90814
90815
90822
90831
90832
90833
90834
90835
90840
90842
90844
90845
90846
90847
90848
90853
91001
91003
91006
91007
91008
91009
91010
91011
91012
91016
91017
91020
91021
91023
91024
91025
91030
91031
91040
91041
91042
91043
91046
91101
91102
91103
91104
91105
91106
91107
91108
91109
91110
91114
91115
91116
91117
91118
91121
91123
91124
91125
91126
91129
91182
91184
91185
91188
91189
91199
91201
91202
91203
91204
91205
91206
91207
91208
91209
91210
91214
91221
91222
91224
91225
91226
91301
91302
91303
91304
91305
91306
91307
91308
91309
91310
91311
91313
91316
91319
91320
91321
91322
91324
91325
91326
91327
91328
91329
91330
91331
91333
91334
91335
91337
91340
91341
91342
91343
91344
91345
91346
91350
91351
91352
91353
91354
91355
91356
91357
91361
91362
91364
91365
91367
91371
91372
91376
91380
91381
91382
91383
91384
91385
91386
91387
91388
91390
91392
91393
91394
91395
91396
91401
91402
91403
91404
91405
91406
91407
91408
91409
91410
91411
91412
91413
91416
91423
91426
91436
91470
91482
91495
91496
91497
91499
91501
91502
91503
91504
91505
91506
91507
91508
91510
91521
91522
91523
91526
91601
91602
91603
91604
91605
91606
91607
91608
91609
91610
91611
91612
91614
91615
91616
91617
91618
91702
91706
91714
91715
91716
91722
91723
91724
91731
91732
91733
91734
91740
91741
91744
91745
91746
91747
91748
91749
91750
91754
91755
91756
91759
91765
91766
91767
91768
91769
91770
91771
91772
91773
91775
91776
91778
91780
91788
91789
91790
91791
91792
91793
91801
91802
91803
91804
91841
91896
91899 5.2.8. Contracting Officer Representative Tbd Phone: Email: 5.2.9. Hours Of Operation: vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays. 5.2.10. Recognized Holidays: the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Christmas Day
independence Day note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports. 5.2.11. Identification Of Contractor Employees: a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported.
b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. 5.2.12. Site Visit:
va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors. vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At: Wp: Email: quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop). contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk. background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries.
contractor Responsibilities: The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt: All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/ The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/
or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist va Greater Los Angeles Healthcare System contract: Ground Ambulance
date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: va Greater Los Angeles Healthcare System
location: 11301 Wilshire Blvd, Los Angeles, Ca 90073 ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1
95% Compliance
100% Surveillance Of Each Patient Pick-up. ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3
95% Compliance
100% surveillance ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3
95% Compliance
100% surveillance ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1
100% Compliance
100%
surveillance ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1
100% Compliance
100%
surveillance ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B
100% Compliance
100%
surveillance Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: Draft Performance Work Statement Draft title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190 purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays. background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7. acronyms
als Advanced Life Support
aod Administrative Officers Of The Day bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport co Contracting Officer
cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor
emt Emergency Medical Technician iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State.
and Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven.
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission. the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported.
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor)
ordering Officers (oo)
beneficiary Travel Office Staff
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. 4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles.
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name contract Number current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. general Information this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027 the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following:
va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs): sepulveda Ambulatory Care Center
16111 Plummer Street North Hills, Ca 91343
818-891-7711
los Angeles Ambulatory Care Center
351 East Temple Street Los Angeles, Ca 90013
213-253-5000
east Los Angeles Va Clinic
5426 East Olympic Boulevard
commerce, Ca 90022-5113
313-725-7372
san Gabriel Valley Va Clinic 7 West Foot Boulevard, Suite D
arcadia, Ca 91006-2367
626-836-2300
bakersfield Outpatient Clinic
1801 Westwind Drive
bakersfield, Ca 93301
661-632-1800
lancaster Outpatient Clinic
340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941
661-729-8655
san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401
805-543-1233
santa Barbara Outpatient Clinic
4440 Calle Real
santa Barbara, Ca 93110
805-683-1491 Santa Maria Cboc
1550 East Main Street Santa Maria, Ca 93454
oxnard Outpatient Clinic
2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036
mariner Outpatient Clinic
5250 Ralston Street
ventura, Ca 93003-7318
877-251-7295 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facility
address
va Long Beach Health Care System
5901 E. 7th Street, Long Beach, Ca 90822
va San Diego Health Care System
3350 La Jolla Village Drive, San Diego, Ca 92161
va Greater Los Angeles Health Care System
11301 Wilshire Blvd, Los Angeles, Ca 90073
va Loma Linda Health Care System
11201 Benton St, Loma Linda, Ca 92357 other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va. arroyo Grande Care Center 1212 Farroll Ace arroyo Grande, Ca 93420-3718 telephone: 805-489-8137
parkview Julian Healthcare Center 1801 Julian Ave bakersfield, Ca. 93304 telephone: (661) 831-9150
sierra View Care Center 14318 Ohio St. baldwin Park, Ca. 91706 telephone: (626) 960-1971
topanga Terrace 22125 Roscoe Blvd canoga Park, Ca 91304 telephone: (818) 883-7292
community Care Center 2335 S. Mountain Ave. duarte, Ca. 91010
telephone: (626) 357-3207
clearview Sanitarium And Convalescent 15823 S. Western Ave. gardena, Ca. 90247 telephone: (310) 538-2323
sunnyside Nursing Center 22617 S. Vermont Ave. torrance, Ca 90502 telephone: (310) 320-4130
country Manor Healthcare Center
11723 Fenton Ave. lakeview Terrace, Ca. 91342
telephone: (818) 899-0251
guardian Rehabilitation Hospital
533 S. Fairfax Ave los Angeles, Ca 90036
telephone: (323) 931-1061
kei-ai Los Angeles Healthcare Center 2221 Lincoln Park Avenue los Angeles, Ca 90031 telephone: (323) 276-5700
maple Healthcare Center 2626 Maple Drive los Angeles, Ca 90011 telephone: 213-747-6371
new Vista Post-acute 1516 Sawtelle Blvd. los Angeles, Ca. 90025 telephone: (310) 477-5501
sunray Healthcare Center 3210 W. Pico Blvd. los Angeles, Ca. 90019 telephone: (323) 734-2171
university Park Healthcare Center 230 E. Adams Blvd. los Angeles, Ca 90011 telephone: 213-748-0491
view Heights Convalescent Hospital 12619 S. Avalon los Angeles, Ca. 90061 telephone: (323) 757-1881
windsor Gardens Convalescent Hospital 915 S. Crenshaw Blvd. los Angeles, Ca. 90019 telephone: (323) 937-5466
bayside Care Center 1405 Teresa Drive morro Bay, Ca. 93442 telephone: (805) 772-2237
sherman Village Healthcare Center 12750 Riverside Dr. north Hollywood, Ca 91607 telephone: (818) 766-6105
valley Village Care Center 13000 Victory Blvd., north Hollywood, Ca 91606 telephone: (818) 985-5990
maywood Acres Healthcare 2641 S. C St., oxnard, Ca 93033 telephone: (805) 487-7840
shoreline Care Center 5225 South "j" Street oxnard, Ca 93033 telephone: (805) 488-3696
mission View Healthcare Center 1425 Woodside Drive san Luis Obispo, Ca 93401 telephone: (805) 543-0210
brentwood Healthcare Center 1321 Franklin Street santa Monica, Ca. 90404 telephone (310) 828-5596
fireside Healthcare Center 94 7 Third St. santa Monica, Ca. 90403 telephone: (310) 393-7117
chanel Islands Post-acute 3880 Via Lucero, santa Barbara Ca 93110 telephone: (805) 687-6651
new Vista Nursing & Rehab Center
8647 Fenwick Ave. sunland, Ca. 91040 telephone: (818) 352-1421
sylmar Health & Rehab
12220 Foothill Blvd. sylmar, Ca. 91342 telephone: (818) 834-5082
the Care Center On Hazeltine 6835 Hazeltine Ave. van Nuys, Ca 91405 telephone: 818-997-1841
coastal View Healthcare Center
4904 Telegraph Road ventura, Ca. 93003 telephone: (805) 642-4101 veteran S Residence. local Airports Including: los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045
john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707
long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808
ontario Airport: Ontario, Ca 91761
hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505
oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030 zip Codes By County Include But Are Not Limited To: san Barbara County 93013 93014 93067 93101 93102 93103 93105 93106 93107 93108 93109 93110 93111 93116 93117 93254 93427 93429 93434 93436 93437 93438 93440 93441 93454 93455 93456 93457 93458 93460 93463 93464 ventura County 93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390 kern County 93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390 los Angeles County 90001
90002
90003
90004
90005
90006
90007
90008
90009
90010
90011
90012
90013
90014
90015
90016
90017
90018
90019
90020
90021
90022
90023
90024
90025
90026
90027
90028
90029
90030
90031
90032
90033
90034
90035
90036
90037
90038
90039
90040
90041
90042
90043
90044
90045
90046
90047
90048
90049
90050
90051
90052
90053
90054
90055
90056
90057
90058
90059
90060
90061
90062
90063
90064
90065
90066
90067
90068
90069
90070
90071
90072
90073
90074
90075
90076
90077
90078
90079
90080
90081
90082
90083
90084
90086
90087
90088
90089
90090
90091
90093
90094
90095
90096
90099
90189
90201
90202
90209
90210
90211
90212
90213
90220
90221
90222
90223
90224
90230
90231
90232
90233
90239
90240
90241
90242
90245
90247
90248
90249
90250
90251
90254
90255
90260
90261
90262
90263
90264
90265
90266
90267
90270
90272
90274
90275
90277
90278
90280
90290
90291
90292
90293
90294
90295
90296
90301
90302
90303
90304
90305
90306
90307
90308
90309
90310
90311
90312
90401
90402
90403
90404
90405
90406
90407
90408
90409
90410
90411
90501
90502
90503
90504
90505
90506
90507
90508
90509
90510
90601
90602
90603
90604
90605
90606
90607
90608
90609
90610
90701
90702
90703
90704
90706
90707
90710
90711
90712
90713
90714
90715
90716
90717
90723
90731
90732
90733
90734
90744
90745
90746
90747
90748
90749
90755
90801
90802
90803
90804
90805
90806
90807
90808
90809
90810
90813
90814
90815
90822
90831
90832
90833
90834
90835
90840
90842
90844
90845
90846
90847
90848
90853
91001
91003
91006
91007
91008
91009
91010
91011
91012
91016
91017
91020
91021
91023
91024
91025
91030
91031
91040
91041
91042
91043
91046
91101
91102
91103
91104
91105
91106
91107
91108
91109
91110
91114
91115
91116
91117
91118
91121
91123
91124
91125
91126
91129
91182
91184
91185
91188
91189
91199
91201
91202
91203
91204
91205
91206
91207
91208
91209
91210
91214
91221
91222
91224
91225
91226
91301
91302
91303
91304
91305
91306
91307
91308
91309
91310
91311
91313
91316
91319
91320
91321
91322
91324
91325
91326
91327
91328
91329
91330
91331
91333
91334
91335
91337
91340
91341
91342
91343
91344
91345
91346
91350
91351
91352
91353
91354
91355
91356
91357
91361
91362
91364
91365
91367
91371
91372
91376
91380
91381
91382
91383
91384
91385
91386
91387
91388
91390
91392
91393
91394
91395
91396
91401
91402
91403
91404
91405
91406
91407
91408
91409
91410
91411
91412
91413
91416
91423
91426
91436
91470
91482
91495
91496
91497
91499
91501
91502
91503
91504
91505
91506
91507
91508
91510
91521
91522
91523
91526
91601
91602
91603
91604
91605
91606
91607
91608
91609
91610
91611
91612
91614
91615
91616
91617
91618
91702
91706
91714
91715
91716
91722
91723
91724
91731
91732
91733
91734
91740
91741
91744
91745
91746
91747
91748
91749
91750
91754
91755
91756
91759
91765
91766
91767
91768
91769
91770
91771
91772
91773
91775
91776
91778
91780
91788
91789
91790
91791
91792
91793
91801
91802
91803
91804
91841
91896
91899 5.2.8. Contracting Officer Representative Tbd Phone: Email: 5.2.9. Hours Of Operation: vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays. 5.2.10. Recognized Holidays: the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Christmas Day
independence Day note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports. 5.2.11. Identification Of Contractor Employees: a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported.
b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. 5.2.12. Site Visit:
va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors. vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At: Wp: Email: quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop). contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk. background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries.
contractor Responsibilities: The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt: All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/ The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/
or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist va Greater Los Angeles Healthcare System contract: Ground Ambulance
date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: va Greater Los Angeles Healthcare System
location: 11301 Wilshire Blvd, Los Angeles, Ca 90073 ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1
95% Compliance
100% Surveillance Of Each Patient Pick-up. ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3
95% Compliance
100% surveillance ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3
95% Compliance
100% surveillance ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1
100% Compliance
100%
surveillance ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1
100% Compliance
100%
surveillance ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B
100% Compliance
100%
surveillance Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
6251-6260 of 6259 archived Tenders