Oxygen Tenders

Municipality Of Badiangan, Iloilo Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Section Ii. Instructions To Bidders A. General 1. Scope Of Bid 1.1 The Procuring Entity Named In The Bds Invites Bids For The Supply And Delivery Of The Goods As Described In Section Vii. Technical Specifications. 1.2 The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1 Unless Otherwise Specified In The Bds, The Procuring Entity As Well As The Bidders And Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows (i) “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019; (ii) “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3.2 Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3 Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. 4. Conflict Of Interest 4.1 All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (f) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; Or (f) (g) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid. A Bidder Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2 In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) (d) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And If The Bidder Is A Cooperative, To All Its Officers, Directors And Controlling Share Holders Or Members; And (e) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1 Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). 5.2 Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds. (a) When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra 9184 And Its Irr Allow Foreign Bidders To Participate; (b) Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; (c) When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or (d) When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3 Government Owned Or Controlled Corporations (goccs) May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Attached Agencies Of The Procuring Entity. 5.4 Unless Otherwise Provided In The Bds, The Bidder Must Have Completed A Single Largest Completed Contract (slcc) Similar To The Project The Value Of Which, Adjusted If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(ii). 5.5 Unless Otherwise Provided In The Bds, The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). If The Prospective Bidder Opts To Submit A Committed Line Of Credit (clc), It Must Be At Least Equal To Ten Percent (10%) Of The Abc To Be Bid And Issued By Auniversal Or Commercial Bank. 6. Bidders Responsibilities 6.1 The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Viii – Bidding Forms As Required In Itb Clause 12.1(b)(iv). 6.2 The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.4; (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting. (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of Ra 9184 In Relation To Other Provisions Of Ra 3019; And (j) (k) (l) Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services Ensuring That It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Of Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3 The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. Unless Otherwise Indicated In The Bds, Failure To Furnish All Information Or Documentation Required In The Bidding Documents Shall Result In The Rejection Of The Bid And The Disqualification Of The Bidder. 6.4 It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. 6.5 The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. However, The Procuring Entity Shall Ensure That All Information In The Bidding Documents, Including Bid/supplemental Bid Bulletin/s Issued, Are Correct And Consistent. 6.6 The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.7 Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. 6.8 The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Non-refundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. 8. Subcontracts 8.1 Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2 Subcontractors Must Comply With The Eligibility Criteria And The Documentary Requirements Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. 8.3 The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of The Bidding Documents 9. Pre-bid Conference 9.1 If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. 9.2 Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference. 9.3 Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1 Bidders Who Have Purchased The Bidding Documents May Request For Clarifications On Any Part Of The Bidding Documents For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2 Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3 Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components. 12.1 Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents - Class "a" Documents: (i) Philgeps Platinum Certificate Of Registration And Membership With Annex A In Accordance With Section 8.5.2 Of The Irr. (ii) Statement Of All Its Ongoing Government And Private Contracts Within The Period Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. Statement Of The Bidder's Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, In Accordance With Itb Clause 5.4, Within The Relevant Period As Provided In The Bds. The Two Statements Required Shall Indicate For Each Contract The Following: (ii.1) Name Of The Contract; (ii.2) Date Of The Contract; (ii.3) Contract Duration; (ii.4) Owner's Name And Address; (ii.5) Kinds Of Goods; (ii.6) (ii.7) (ii.8) (ii.9) For Statement Of Ongoing Contracts- Amount Of Contract And Value Of Outstanding Contracts; For Statement Of Slcc-amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa's Consumer Price Index, If Necessary For The Purpose Of Meeting The Slcc Requirement; Date Of Delivery; And End User's Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, If Completed, Which Shall Be Attached To The Statements. (iii) The Prospective Bidder’s Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Data Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). Or A Committed Line Of Credit From A Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects) Class "b" Document: (iv) If Applicable, The Jva In Case The Joint Venture Is Already In Existence, Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. (b) Technical Documents - (i) Bid Security In Accordance With Itb Clause 18. If The Procuring Entity Requires The Bidders To Submit The Bid Security In The Form Of: (i.1) Cash Or Cashier’s/ Manager’s Check, Issued By A Universal Or Commercial Bank; Or (i.2) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Universal/ Commercial Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank, If Issued By A Foreign Bank; Or (i.3) (i.4) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; Bid Securing Declaration (ii) (iii) Statement Of Compliance To The Schedule Of Requirements Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And (iv) Sworn Statement In Accordance With Section 25.2(a)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Viii – Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1 Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form, Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; (b) If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From The Dti, Sec, Or Cda Issued In Accordance With Itb Clause 27; And (c) Any Other Document Required In The Bds 13.2 Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 14. Alternative Bids Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 15. Bid Prices 15.1 The Bidder Shall Complete The Appropriate Price Schedules Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. 15.2 The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3 The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. 15.4 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: (a) For Goods Offered From Within The Procuring Entity’s Country (i) The Price Of The Goods Quoted Exw (ex Works, Ex Factory, Ex Warehouse, Ex Showroom, Or Off-the-shelf, As Applicable), Including All Customs Duties And Sales And Other Taxes Already Paid Or Payable (i.1) On The Components And Raw Material Used In The Manufacture Or Assembly Of Goods Quoted Ex Works Or Ex Factory; Or (i.2) On The Previously Imported Goods Of Foreign Origin Quoted Ex Warehouse, Ex Showroom, Or Off-the-shelf And Any Procuring Entity Country Sales And Other Taxes Which Will Be Payable On The Goods If The Contract Is Awarded. (ii) The Price For Inland Transportation, Insurance, And Other Local Costs Incidental To Delivery Of The Goods To Their Final Destination. (iii) The Price Of Other (incidental) Services, If Any, Listed In The Bds. (b) For Goods Offered From Abroad: (i) Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Ddp With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. (ii) The Price Of Other (incidental) Services, If Any, Listed In The Bds 15.5 Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account, Unless Otherwise Specified In The Bds. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. 15.6 All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In The Gcc And Its Corresponding Scc Provision. 16. Bid Currencies 16.1 Prices Shall Be Quoted In The Following Currencies: (a) For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. (b) For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.2 If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. 16.3 Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1 Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2 In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1 The Procuring Entity Shall Prescribe In The Bds The Acceptable Forms Of Bid Security That Bidders May Opt To Use, Which Shall Include The Bid Securing Declaration (bsd) Or Any Other Form Of Bid Security And The Amount Of Which Shall Be Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Five Percent (5%) For Biddings Conducted By Lgus, The Procuring Entity May Also Require Bidders To Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. The Bid Securing Declaration Mentioned Above Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Performance Security Required Under Itb Clause 33.2, From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine, And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Provided In The Guidelines Issued By The Gppb. 18.2 The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated And Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4 Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. 18.5 The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 29.2; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 32; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 33; Or (iii) Any Other Reason Stated In The Bds. 19. Format And Signing Of Bids 19.1 Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Viii – Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2 Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested 19.3 The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Machine Copies, The Original Shall Prevail. 19.4 Each And Every Page Of The Bid Form, Including The Schedule Of Prices, Under Section Viii Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. 19.5 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1 Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12in One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2 Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3 The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Computerized In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4 All Envelopes Shall (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 1.1, (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5 Bid Envelopes That Are Not Properly Sealed And Marked As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity 23. Modification And Withdrawal Of Bids 23.1 The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2 A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Letter Of Withdrawal Must Be Executed By The Duly Authorized Representative Of The Bidder Identified In The Omnibus Sworn Statement, A Copy Of Which Should Be Attached To The Letter. 23.3 Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4 No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr 24. Opening And Preliminary Examination Of Bids 24.1 24.2 The Bac Shall Open The Bids In Public, Immediately After The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website Of The Procuring Entity Concerned, If Available. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.3 Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison 24.4 Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions 24.5 If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (v). 24.6 In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Described In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.7 Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(v) By Any Of The Joint Venture Partners Constitutes Compliance. 24.8 The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1 Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Bds Or In The Case Of Itb Clause 26. 25.2 Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. 27. Domestic Preference 27.1 Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: (a) The Preference Shall Be Applied When (i) The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder, Or (ii) The Lowest Bid Offered By A Non-philippine National Is Lower Than The Lowest Bid Offered By A Domestic Entity. (b) For Evaluation Purposes, The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National Shall Be Increased By Fifteen Percent (15%). (c) In The Event That (i) The Lowest Bid Offered By A Domestic Entity Does Not Exceed The Lowest Foreign Bid As Increased, Or (ii) The Lowest Bid Offered By A Non-philippine National As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder/entity At The Amount Of The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National, As The Case May Be. (d) If The Domestic Entity/bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Or Bid Offered By A Non-philippine National Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid Or The Non-philippine National, As The Case May Be, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. 27.2 A Bidder May Be Granted Preference As A Domestic Entity Subject To The Certification From The Dti (in Case Of Sole Proprietorships), Sec (in Case Of Partnerships And Corporations), Or Cda (in Case Of Cooperatives) That The (a) Sole Proprietor Is A Citizen Of The Philippines Or The Partnership, Corporation, Cooperative, Or Association Is Duly Organized Under The Laws Of The Philippines With At Least Seventy Five Percent (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, (b) Habitually Established In Business And Habitually Engaged In The Manufacture Or Sale Of The Merchandise Covered By His Bid, And (c) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or Posting Of The Invitation To Bid For This Project. 27.3 A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. 28. Detailed Evaluation And Comparison Of Bids 28.1 The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 28.2 The Lowest Calculated Bid Shall Be Determined In Two Steps. (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 28.3 The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. Unless Otherwise Specified In The Bds, The Bac Shall Consider The Following In The Evaluation Of Bids. (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications, If Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 28.4 Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 28.5 Unless Otherwise Indicated In The Bds, The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form. 28.6 Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 29. Post-qualification 29.1 The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 29.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Latest Income And Business Tax Returns In The Form Specified In The Bds; (b) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lowest Calculated Bid To Duly Submit The Above Requirements On Time Under This Clause Or A Finding Against The Veracity Of Such Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 29.3 The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 29.4 If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Bid Price Or Its Calculated Bid Price, Whichever Is Lower. 29.5 A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated Responsive Bid Is Determined For Contract Award. 29.6 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. 30. Reservation Clause 30.1 Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 30.2 Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 30.3 In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made In Accordance With Section 40 Of The Irr Of Ra 9184. F. Award Of Contract 31. Contract Award 31.1 Subject To Itb Clause 29, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. 31.2 Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 31.3 Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lcrb; (b) Posting Of The Performance Security In Accordance With Itb Clause 33; (c) Signing Of The Contract As Provided In Itb Clause 32; And (d) Approval By Higher Authority, If Required. 31.4 At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi – Schedule Of Requirements. 32. Signing Of The Contract 32.1 At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 32.2 Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security And Sign And Date The Contract And Return It To The Procuring Entity. 32.3 The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 32.4 The Following Documents Shall Form Part Of The Contract. (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Notice Of Award Of Contract; And (f) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 33. Performance Security 33.1 To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 33.2 The Procuring Entity Shall Prescribe At Least One (1) Acceptable Form Of Performance Security Taken From The Categories Below That Bidders May Opt To Use, Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Five Percent (5%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) (d) Performance Securing Declaration (psd) None 33.3 Performance Security As Indicated In Section 17.1 (k) And 39 Of The 2016 Revised Irr Of Ra No. 9184, While Includes The Performance Securing Declaration (psd) As An Alternative Performance Security During A State Of Calamity Or Imposition Of Community Quarantine Pursuant To Gppb Resolution No. 09-2020. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1 Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. 34.2 The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. 35. Protest Mechanism Decision Of The Procuring Entity At Any Stage Of The Procurement Process May Be Questioned In Accordance With Section 55 Of The Revised Implementing Rules And Regulations Of Republic Act 9184. Section Iii – Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is The Local Government Of Badiangan, Iloilo 1.2 The Reference Is: Supply And Delivery Of Medical Supplies For Use Of Primary Care Facility (konsulta Use), Municipal Health Office, Badiangan, Iloilo. Project Identification No. 2025-023-b. 2.0 The Funding Source Is Through The General Fund (medical And Laboratory Supplies) Of The Local Government Of Badiangan, Iloilo In The Amount Of P 83,480.00. 5.1 No Further Instructions. 5.2 None Of The Circumstances Mentioned In The Itb Clause Exists In This Project. Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b) And 5.2(c), May Not Participate In This Project. 5.4 The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(ii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. For This Purpose, Similar Contracts Shall Refer To The Supply And Delivery Of Goods That Is/are Similar In Type And Brand To The Goods Being Bidded-out. 5.5 No Further Instructions. 6.3 No Further Instructions. 7 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 Not Applicable. 10.1 The Procuring Entity’s Address Is: Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Contact Person: Mrs. Elenor G. Navio Head: Bac Secretariat Municipal Hall, Badiangan, Iloilo Tel. No. (033) 320-7809 C.p. No. 09079955688 12.1 The First Envelope Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of Its Class “a” Documents With The Bac Of The Local Government Of Badiangan, Iloilo, A Certification To That Effect Issued By Its Bac May Be Submitted In Lieu Of The Class “a” Documents. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(ii) The Statement Of All Ongoing And Single Largest Completed Government And Private Contracts Shall Include All Such Contracts Within The Last Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 13.1 No Additional Requirements. 13.2 The Approved Budget For The Contract (abc) Is: Ᵽ 83,480.00 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 15.4(a)(iii) No Incidental Services Required. 15.4(b) Not Applicable. 15.5 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. 15.6 Extraordinary Circumstances Refer To Events That May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1(b) The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Shall Be Valid Until 120 Calendar Days After Bidding. 18.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration (bsd), Or Any Of The Following Forms: 1. P (2% Of Abc), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or 2. P (5% Of Abc), If Bid Security Is In Surety Bond 18.2 The Bid Security Shall Be Valid Until 120 Calendar Days After Bidding. 18.5(a)(iv) The Following Are Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 18.5(b)(iii) No Further Instructions. 20.1 The Documents Enclosed In The Original Bid Should Be Original Copy Or Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. The Photocopied Copies Of The Documents Enclosed In The First And Second Components Of The Bid Should Be Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 21 The Address For Submission Of Bids Is: Municipal Budget Office, Municipal Hall Badiangan, Iloilo The Deadline For Submission Of Bid Is: May 29, 2025; 8:30 A.m. 24.1 The Place Of Bid Opening Is: Municipal Social Hall, Badiangan, Iloilo The Date And Time Of Bid Opening Is: May 29, 2025; 9:00 A.m. 25.1 No Further Instructions. 27.1 No Further Instructions. 28.3 No Further Instructions. 28.3(b) Modification Of Bids Is Not Allowed. 28.5 No Further Instructions. 29.2(a) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 29.2(d) None Required. 32.4(g) None Required. 34.2 The Effective Date Of The Contract Is Seven (7) Calendar Days Upon Receipt Of Notice To Proceed Issued By The Procuring Entity. Section Iv. General Conditions Of Contract 1. Definitions 1.1 In This Contract, The Following Terms Shall Be Interpreted As Indicated. (a) “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. (b) “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. (c) “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. (d) “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. (e) “gcc” Means The General Conditions Of Contract Contained In This Section. (f) “scc” Means The Special Conditions Of Contract. (g) “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc,. (h) “the Procuring Entity’s Country” Is The Philippines. (i) “the Supplier” Means The Individual Contractor, Manufacturer, Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc, (j) The “funding Source” Means The Organization Named In The Scc,. (k) “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc, (l) “day” Means Calendar Day. (m) The “effective Date” Of The Contract Will Be The Date Of Receipt By The Supplier Of The Notice To Proceed Or The Date Provided In The Notice To Proceed. Performance Of All Obligations Shall Be Reckoned From The Effective Date Of The Contract. (n) “verified Report” Refers To The Report Submitted By The Implementing Unit To The Head Of The Procuring Entity Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 2.1 The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity. (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices “ Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Effect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent If From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3. Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 4. Governing Law And Language 4.1 This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4.2 This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. 5. Notices 5.1 Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. 5.2 A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. 6. Scope Of Contract 6.1 The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi – Schedule Of Requirements. 6.2 This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc 7. Subcontracting 7.1 Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 7.2 Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 8. Procuring Entity’s Responsibilities 8.1 Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. 8.2 The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. 9. Prices Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gcc Clause 29, Or If Applicable, Adjustments Authorized In Accordance With The Price Adjustment Provisions Specified In The Scc.. 10. Payment 10.1 Unless Otherwise Specified In The Scc, Payments Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. 10.2 The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. 10.3 Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. 10.4 Unless Otherwise Specified In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. 11. Advance Payment 11.1 Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. 11.2 For Goods Supplied From Abroad, The Terms Of Payment Shall Be As Follows: (a) On Contract Signature: Fifteen Percent (15%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In Section Viii. Bidding Forms. (b) On Delivery: Sixty-five Percent (65%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. (c) On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. 11.3 All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. 12. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. 13. Performance Security 13.1 Unless Otherwise Specified In The Scc, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. 13.2 The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract 13.3 The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 13.4 Unless Otherwise Specified In The Scc, The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions. (a) There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; (b) The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc 13.5 In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 14. Use Of Contract Documents And Information 14.1 The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. 14.2 Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. 15. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii – Technical Specifications,; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. 16. Inspection And Tests 16.1 The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity. The Scc And Section Vii – Technical Specifications Shall Specify What Inspections And/or Tests The Procuring Entity Requires And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. 16.2 If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. 16.3 The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. 16.4 The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. 16.5 The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. 17. Warranty 17.1 The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. 17.2 The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. 17.3 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) Of The Contract Price Or Other Such Amount If So Specified In Thescc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. 17.4 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity 17.5 If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law 18 Delays In The Supplier’s Performance 18.1 Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi – Schedule Of Requirements. 18.2 If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. 18.3 Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. 19. Liquidated Damages Subject To Gcc Clause 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, A Sum Equivalent To The Percentage Specified In Thescc Of The Delivered Price Of The Delayed Goods Or Unperformed Services For Each Week Or Part Thereof Of Delay Until Actual Delivery Or Performance, Up To A Maximum Deduction Of The Percentage Specified In The Scc. Once The Maximum Is Reached, The Procuring Entity Shall Rescind The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20. Settlement Of Disputes 20.1 If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 20.2 If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. 20.3 Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. 20.4 Arbitration Proceedings Shall Be Conducted In Accordance With The Rules Of Procedure Specified In The Scc. 20.5 Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. 21 Liability Of The Supplier 21.1 Subject To Additional Provisions, If Any, Set Forth In The Scc, The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 21.2 Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entity Shall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. 22. Force Majeure 22.1 The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That Its Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. 22.2 For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 22.3 If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. 23. Termination For Default 23.1 The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation. (a) Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; (b) As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or (c) The Supplier Fails To Perform Any Other Obligation Under The Contract.. 23.2 In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. 23.3 In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. 24. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. 25. Termination For Convenience 25.1 The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 25.2 The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: (a) To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or (b) To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. 25.3 If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. 26. Termination For Unlawful Acts 26.1 The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: (a) Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); (b) Drawing Up Or Using Forged Documents; (c) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (d) Any Other Act Analogous To The Foregoing. 27. Procedures For Termination Of Contracts 27.1 The Following Provisions Shall Govern The Procedures For Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; (iv) Special Instructions Of The Procuring Entity, If Any. (c) The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (d) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating This Contract; (e) The Procuring Entity May, At Anytime Before Receipt Of The Supplier’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; (f) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; (g) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity; And (h) The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. 28. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. 29. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. 30. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. Section V – Special Conditions Of Contract Scc Clause 1.1(g) The Procuring Entity Is The Local Government Of Badiangan, Iloilo. 1.1(i) The Supplier Is ________________________________. 1.1(j) The Funding Source Is Through The General Fund (medical And Laboratory Supplies) Of The Local Government Of Badiangan, Iloilo. The Total Approved Budget For The Contract Is Eighty Three Thousand Four Hundred Eighty Pesos Only (ᵽ 83,480.00) 1.1(k) The Project Site Or The Delivery Of The Goods Shall Be At The Municipal Health Office, Badiangan, Iloilo. 5.1 The Procuring Entity’s Address For Notices Is: Atty. Suzette A. Mamon Municipal Mayor Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Tel. No: Mayor’s Office (033-320-0807) 6.2 The Additional Requirements For The Completion Of This Contract Are As Follows: Delivery And Documents - For Purposes Of The Contract(s), “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of The Contract(s) Shall Be As Follows: For Domestic Suppliers, “the Delivery Terms Applicable To This Contract Are Delivered To The Municipal Health Office, Badiangan, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi – Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: Upon Delivery Of Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Dr. Janice Ivy A. Lagarde, Municipal Health Officer I, Municipal Health Office, Badiangan, Iloilo. Incidental Services - The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi – Schedule Of Requirements. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation - Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Patent Rights - The Supplier Shall Indemnify The Procuring Entity Against All Third Party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 9 Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr-a. 10.1 No Further Instructions. 10.4 No Further Instructions. 13.1 No Further Instructions. 13.4 No Further Instructions. 13.4 (c) No Further Instructions. 16.1 The Inspection And Test That Will Be Conducted Is Physical Inspection. 17.3 The Goods Shall Have A Warranty Period Of Three (3) Months After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed Whichever Is Earlier. 17.4 & 17.5 The Period For Correction Of Defects In The Warranty Period Is Seven (7) Calendar Days From Either Verbal Or Written Notification. 19 The Applicable Rate Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20.4 In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” 21.1 No Additional Provisions. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Days/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site Item No. Description Quantity Total Delivered, Days/months 1. Surgical Gloves S 6.5, 50's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 2. Surgical Gloves S 7, 50's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 3. Clean Glove, Medium, 50's 10 Boxes 10 Boxes 30 Calendar Days Upon Receipt Of P.o. 4. Clean Glove, Large, 50's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 5. Elastic Bandage 3'x5 Yards 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 6. Adhesive Bandage, 50strips 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 7. Diaper Newborn, 44's 2 Packs 2 Packs 30 Calendar Days Upon Receipt Of P.o. 8. Diaper Adult, Medium, 10's 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 9. Diaper Adult, Large, 10's 2 Packs 2 Packs 30 Calendar Days Upon Receipt Of P.o. 10. Underpad Large, 10's 10 Packs 10 Packs 30 Calendar Days Upon Receipt Of P.o. 11. Toilet Bowl Cleaner, 1000ml 20 Bots 20 Bots 30 Calendar Days Upon Receipt Of P.o. 12. Thermometer Digital 10 Pcs 10 Pcs 30 Calendar Days Upon Receipt Of P.o. 13. Ky Jelly 80g 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 14. Ultrasound Gel, 250ml 10 Bots 10 Bots 30 Calendar Days Upon Receipt Of P.o. 15. Alcohol Ethyl, 1 Gallon 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 16. Activated Glutaraldehyde Solution 2.45% 2 Gallon 2 Gallon 30 Calendar Days Upon Receipt Of P.o. 17. Chlorine Granules 1kg 10 Kilo 10 Kilo 30 Calendar Days Upon Receipt Of P.o. 18. Pnss 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 19. Plr 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 20. D5lr 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 21. Pnss For Irrigation 1litre 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 22. Sterile Water For Injection 100ml 10 Bots 10 Bots 30 Calendar Days Upon Receipt Of P.o. 23. Surgical Blade No. 10, 100's 1 Box 1 Box 30 Calendar Days Upon Receipt Of P.o. 24. Povidone Iodine Solution 1 Gallon 5 Gallon 5 Gallon 30 Calendar Days Upon Receipt Of P.o. 25. Rolled Gauze 28x24mesh 40's36'x100yards2ply 10 Rolled 10 Rolled 30 Calendar Days Upon Receipt Of P.o. 26. Rolled Cotton 400g 10 Rolled 10 Rolled 30 Calendar Days Upon Receipt Of P.o. 27. Cotton Balls 300balls 10 Packs 10 Packs 30 Calendar Days Upon Receipt Of P.o. 28. Disinfectant Solution 1litres 5 Bots 5 Bots 30 Calendar Days Upon Receipt Of P.o. 29. Cannula Gauge 18 25 Pcs 25 Pcs 30 Calendar Days Upon Receipt Of P.o. 30. Cannula Gauge 20 15 Pcs 15 Pcs 30 Calendar Days Upon Receipt Of P.o. 31. Nasal Oxygen Cannula (adult) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 32. Nasal Oxygen Cannula (pedia) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 33. Nebulizer Kit (adult) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 34. Nebulizer Kit (pedia) 20 Pcs 20 Pcs 30 Calendar Days Upon Receipt Of P.o. 35. Surgical Tape 1inch 15 Pcs 15 Pcs 30 Calendar Days Upon Receipt Of P.o. 36. Brown Bag, S #2, 100's 2 Packs 5 Boxes 30 Calendar Days Upon Receipt Of P.o. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Section Vii. Technical Specifications Note: In The Statement Of Compliance Column, Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Goods Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Item No. Specifications Statement Of Compliance Cross Reference 1. Surgical Gloves S 6.5, 50's 2. Surgical Gloves S 7, 50's 3. Clean Glove, Medium, 50's 4. Clean Glove, Large, 50's 5. Elastic Bandage 3'x5 Yards 6. Adhesive Bandage, 50strips 7. Diaper Newborn, 44's 8. Diaper Adult, Medium, 10's 9. Diaper Adult, Large, 10's 10. Underpad Large, 10's 11. Toilet Bowl Cleaner, 1000ml 12. Thermometer Digital 13. Ky Jelly 80g 14. Ultrasound Gel, 250ml 15. Alcohol Ethyl, 1 Gallon 16. Activated Glutaraldehyde Solution 2.45% 17. Chlorine Granules 1kg 18. Pnss 1litre 19. Plr 1litre 20. D5lr 1litre 21. Pnss For Irrigation 1litre 22. Sterile Water For Injection 100ml 23. Surgical Blade No. 10, 100's 24. Povidone Iodine Solution 1 Gallon 25. Rolled Gauze 28x24mesh 40's36'x100yards2ply 26. Rolled Cotton 400g 27. Cotton Balls 300balls 28. Disinfectant Solution 1litres 29. Cannula Gauge 18 30. Cannula Gauge 20 31. Nasal Oxygen Cannula (adult) 32. Nasal Oxygen Cannula (pedia) 33. Nebulizer Kit (adult) 34. Nebulizer Kit (pedia) 35. Surgical Tape 1inch 36. Brown Bag, S #2, 100's Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Section Viii. Bidding Forms Bid Form Date: Project Identification No.: To: [name And Address Of Procuring Entity] Gentlemen And/or Ladies: Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid, Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/ Confirm That The Undersigned, [ For Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter's Behalf For The [name Of Project] Of The [name Of Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter's Behalf For [name Of Project] Of The [name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ For Goods Offered From Within The Philippines Name Of Bidder ____________________________ Project Identification Number __. Page Of . All Entries Must Be Computerized Or Typewritten 1 2 3 4 5 6 7 8 9 10 Item No. Description Country Of Origin Quantity Unit Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price Per Unit (col 5 + 6 + 7 + 8) Total Price Delivered Final Destination (col. 9) X (col. 4) 1. Surgical Gloves S 6.5, 50's 5 Boxes 2. Surgical Gloves S 7, 50's 5 Boxes 3. Clean Glove, Medium, 50's 10 Boxes 4. Clean Glove, Large, 50's 5 Boxes 5. Elastic Bandage 3'x5 Yards 20 Pcs 6. Adhesive Bandage, 50strips 5 Boxes 7. Diaper Newborn, 44's 2 Packs 8. Diaper Adult, Medium, 10's 3 Packs 9. Diaper Adult, Large, 10's 2 Packs 10. Underpad Large, 10's 10 Packs 11. Toilet Bowl Cleaner, 1000ml 20 Bots 12. Thermometer Digital 10 Pcs 13. Ky Jelly 80g 5 Bots 14. Ultrasound Gel, 250ml 10 Bots 15. Alcohol Ethyl, 1 Gallon 5 Bots 16. Activated Glutaraldehyde Solution 2.45% 2 Gallon 17. Chlorine Granules 1kg 10 Kilo 18. Pnss 1litre 5 Bots 19. Plr 1litre 5 Bots 20. D5lr 1litre 5 Bots 21. Pnss For Irrigation 1litre 5 Bots 22. Sterile Water For Injection 100ml 10 Bots 23. Surgical Blade No. 10, 100's 1 Box 24. Povidone Iodine Solution 1 Gallon 5 Gallon 25. Rolled Gauze 28x24mesh 40's36'x100yards2ply 10 Rolled 26. Rolled Cotton 400g 10 Rolled 27. Cotton Balls 300balls 10 Packs 28. Disinfectant Solution 1litres 5 Bots 29. Cannula Gauge 18 25 Pcs 30. Cannula Gauge 20 15 Pcs 31. Nasal Oxygen Cannula (adult) 20 Pcs 32. Nasal Oxygen Cannula (pedia) 20 Pcs 33. Nebulizer Kit (adult) 20 Pcs 34. Nebulizer Kit (pedia) 20 Pcs 35. Surgical Tape 1inch 15 Pcs 36. Brown Bag, S #2, 100's 2 Packs Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Omnibus Sworn Statement Republic Of The Philippines ) Iloilocity ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S, 1930, As Amended, Or The Revised Penal Code, In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ___________________________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] Checklist Of Bid Requirements First Envelope Eligibility Documents Class “a” Documents Legal Documents: 1 Certificate Of Philgeps Registration (platinum Membership) And Membership With Annex A In Accordance With Section 8.5.2 Of The Revised Irr. Technical Documents: 2 Statement Of All Its On-going Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Including Contracts Awarded But Not Yet Started, If Any, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Outstanding Contracts, (e) Date Of Delivery, And (f) Notice Of Award, Notice To Proceed, Contract Of Agreements, Purchase Orders And Certificate Of Accomplishments Issued By The Owner. (latest) 3 Statement Of Its Single Largest Completed Contract (slcc) Which Includes Its Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Awarded And Completed Contracts, (e) Date Of Delivery, (f) End User’s Acceptance And Or Official Receipt(s) Issued For The Contract Supported By Notice Of Award, Notice To Proceed, Contract/ Purchase Order, Certificate Of Completion And Certificate Of Acceptance.(latest) Financial Documents 4 The Prospective Bidder’s Latest Computation For Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid. (latest) Or A Committed Line Of Credit From Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects). Class “b” Documents 5 If Applicable, A Valid Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence, Or, In Lieu Thereof, A Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid . (latest) Technical Documents 1 2 Bid Security In The Prescribed Form, Amount And Validity Period And In Accordance With Itb Clause 18. Statement Of Compliance To The Schedule Of Requirements 3 4 Statement Of Compliance To Technical Specifications Taking Into Consideration The Notations Stated In Section Vii Of The Bidding Documents. Authority Of The Signatory 5 Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative In Accordance With Section 25.2(b)(iv) Of The Revised Irr Of Ra 9184 And As Indicated In The Omnibus Sworn Statement Of The Bidding Documents Using The Prescribed Form Issued By The Gppb. (latest) Note: Any Missing Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid Second Envelope Financial Documents 1 Financial Bid Form Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4 And The Issued Form In Section Viii Of The Bidding Documents. 2 If A Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti (if A Bidder Is A Sole Proprietor), By Sec (if Bidder Is A Partnership, Or A Corporation); And Cda (if Bidder Is A Cooperative)issued In Accordance With Itb Clause 27, If Applicable, That: A) Sole Proprietor Is A Citizen Of The Philippines, Corporation, Cooperative, Or Association Is A Duly Organized Under The Laws Of The Philippines With At Least Seventy Five (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines; B) Habitually Established In Business And Habitually Engaged In The Manufacturing Or Sale Of The Merchandise Covered By His Bid, And C) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or The Invitation To Bid.
Closing Date29 May 2025
Tender AmountPHP 83.4 K (USD 1.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: Draft Performance Work Statement Draft title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190 purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays. background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7. acronyms als Advanced Life Support aod Administrative Officers Of The Day bls Basic Life Support cct Critical Care Transport cctp Critical Care Transport Paramedic ccemtp Critical Care Emergency Medical Transport co Contracting Officer cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor emt Emergency Medical Technician iaw In Accordance With oo Ordering Officer pws Performance Work Statement qasp Quality Assurance Surveillance Plan qc Quality Control Plan tb Tuberculosis tjc The Joint Commission vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State. and Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety. be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years: have Not Had A Driver S License Canceled Or Suspended. have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance. have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven. have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests. receive, Use, And Ensure The Use Of The Vendor Pass By The Driver. submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission. the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number date Of Service (to Include Box 24 A-j) authorization Number(s) pick-up And Drop-off Location Of The Patient base Rate name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported. date Of Birth And Sex diagnosis Codes Or Nature Of Illness Or Injury documentation Of Circumstances When Billing For Waiting Time any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc. va Authorizing Official S Name healthcare Procedure Coding System/national Level Ii (hcpcs) unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests: contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor) ordering Officers (oo) beneficiary Travel Office Staff the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information: mode Of Transportation Required, required Time Of Arrival name Of The Beneficiary, pick-up And Delivery Point, type And Number Of Additional Medical Care Specialists Required, type Of Equipment Required, last Four Of The Patient's Social Security Number, And any Other Special Instructions for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. 4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur: unloaded Mileage Exceeds 75 Miles. the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following: contractor Name contract Number current Purchase Order Number date Of Service total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.) an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service.  under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. general Information this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027 the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following: va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs): sepulveda Ambulatory Care Center 16111 Plummer Street North Hills, Ca 91343 818-891-7711 los Angeles Ambulatory Care Center 351 East Temple Street Los Angeles, Ca 90013 213-253-5000 east Los Angeles Va Clinic 5426 East Olympic Boulevard commerce, Ca 90022-5113 313-725-7372 san Gabriel Valley Va Clinic 7 West Foot Boulevard, Suite D arcadia, Ca 91006-2367 626-836-2300 bakersfield Outpatient Clinic 1801 Westwind Drive bakersfield, Ca 93301 661-632-1800 lancaster Outpatient Clinic 340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941 661-729-8655 san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401 805-543-1233 santa Barbara Outpatient Clinic 4440 Calle Real santa Barbara, Ca 93110 805-683-1491 Santa Maria Cboc 1550 East Main Street Santa Maria, Ca 93454 oxnard Outpatient Clinic 2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036 mariner Outpatient Clinic 5250 Ralston Street ventura, Ca 93003-7318 877-251-7295 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facility address va Long Beach Health Care System 5901 E. 7th Street, Long Beach, Ca 90822 va San Diego Health Care System 3350 La Jolla Village Drive, San Diego, Ca 92161 va Greater Los Angeles Health Care System 11301 Wilshire Blvd, Los Angeles, Ca 90073 va Loma Linda Health Care System 11201 Benton St, Loma Linda, Ca 92357 other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va. arroyo Grande Care Center 1212 Farroll Ace arroyo Grande, Ca 93420-3718 telephone: 805-489-8137 parkview Julian Healthcare Center 1801 Julian Ave bakersfield, Ca. 93304 telephone: (661) 831-9150 sierra View Care Center 14318 Ohio St. baldwin Park, Ca. 91706 telephone: (626) 960-1971 topanga Terrace 22125 Roscoe Blvd canoga Park, Ca 91304 telephone: (818) 883-7292 community Care Center 2335 S. Mountain Ave. duarte, Ca. 91010 telephone: (626) 357-3207 clearview Sanitarium And Convalescent 15823 S. Western Ave. gardena, Ca. 90247 telephone: (310) 538-2323 sunnyside Nursing Center 22617 S. Vermont Ave. torrance, Ca 90502 telephone: (310) 320-4130 country Manor Healthcare Center 11723 Fenton Ave. lakeview Terrace, Ca. 91342 telephone: (818) 899-0251 guardian Rehabilitation Hospital 533 S. Fairfax Ave los Angeles, Ca 90036 telephone: (323) 931-1061 kei-ai Los Angeles Healthcare Center 2221 Lincoln Park Avenue los Angeles, Ca 90031 telephone: (323) 276-5700 maple Healthcare Center 2626 Maple Drive los Angeles, Ca 90011 telephone: 213-747-6371 new Vista Post-acute 1516 Sawtelle Blvd. los Angeles, Ca. 90025 telephone: (310) 477-5501 sunray Healthcare Center 3210 W. Pico Blvd. los Angeles, Ca. 90019 telephone: (323) 734-2171 university Park Healthcare Center 230 E. Adams Blvd. los Angeles, Ca 90011 telephone: 213-748-0491 view Heights Convalescent Hospital 12619 S. Avalon los Angeles, Ca. 90061 telephone: (323) 757-1881 windsor Gardens Convalescent Hospital 915 S. Crenshaw Blvd. los Angeles, Ca. 90019 telephone: (323) 937-5466 bayside Care Center 1405 Teresa Drive morro Bay, Ca. 93442 telephone: (805) 772-2237 sherman Village Healthcare Center 12750 Riverside Dr. north Hollywood, Ca 91607 telephone: (818) 766-6105 valley Village Care Center 13000 Victory Blvd., north Hollywood, Ca 91606 telephone: (818) 985-5990 maywood Acres Healthcare 2641 S. C St., oxnard, Ca 93033 telephone: (805) 487-7840 shoreline Care Center 5225 South "j" Street oxnard, Ca 93033 telephone: (805) 488-3696 mission View Healthcare Center 1425 Woodside Drive san Luis Obispo, Ca 93401 telephone: (805) 543-0210 brentwood Healthcare Center 1321 Franklin Street santa Monica, Ca. 90404 telephone (310) 828-5596 fireside Healthcare Center 94 7 Third St. santa Monica, Ca. 90403 telephone: (310) 393-7117 chanel Islands Post-acute 3880 Via Lucero, santa Barbara Ca 93110 telephone: (805) 687-6651 new Vista Nursing & Rehab Center 8647 Fenwick Ave. sunland, Ca. 91040 telephone: (818) 352-1421 sylmar Health & Rehab 12220 Foothill Blvd. sylmar, Ca. 91342 telephone: (818) 834-5082 the Care Center On Hazeltine 6835 Hazeltine Ave. van Nuys, Ca 91405 telephone: 818-997-1841 coastal View Healthcare Center 4904 Telegraph Road ventura, Ca. 93003 telephone: (805) 642-4101 veteran S Residence. local Airports Including: los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045 john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707 long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808 ontario Airport: Ontario, Ca 91761 hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505 oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030 zip Codes By County Include But Are Not Limited To: san Barbara County 93013 93014 93067 93101 93102 93103 93105 93106 93107 93108 93109 93110 93111 93116 93117 93254 93427 93429 93434 93436 93437 93438 93440 93441 93454 93455 93456 93457 93458 93460 93463 93464 ventura County 93203 93205 93206 93215 93220 93222 93224 93225 93226 93238 93240 93241 93243 93250 93251 93252 93255 93263 93268 93276 93280 93283 93285 93287 93301 93302 93303 93304 93305 93306 93307 93308 93309 93311 93312 93313 93314 93380 93383 93384 93385 93386 93387 93388 93389 93390 kern County 93203 93205 93206 93215 93220 93222 93224 93225 93226 93238 93240 93241 93243 93250 93251 93252 93255 93263 93268 93276 93280 93283 93285 93287 93301 93302 93303 93304 93305 93306 93307 93308 93309 93311 93312 93313 93314 93380 93383 93384 93385 93386 93387 93388 93389 93390 los Angeles County 90001 90002 90003 90004 90005 90006 90007 90008 90009 90010 90011 90012 90013 90014 90015 90016 90017 90018 90019 90020 90021 90022 90023 90024 90025 90026 90027 90028 90029 90030 90031 90032 90033 90034 90035 90036 90037 90038 90039 90040 90041 90042 90043 90044 90045 90046 90047 90048 90049 90050 90051 90052 90053 90054 90055 90056 90057 90058 90059 90060 90061 90062 90063 90064 90065 90066 90067 90068 90069 90070 90071 90072 90073 90074 90075 90076 90077 90078 90079 90080 90081 90082 90083 90084 90086 90087 90088 90089 90090 90091 90093 90094 90095 90096 90099 90189 90201 90202 90209 90210 90211 90212 90213 90220 90221 90222 90223 90224 90230 90231 90232 90233 90239 90240 90241 90242 90245 90247 90248 90249 90250 90251 90254 90255 90260 90261 90262 90263 90264 90265 90266 90267 90270 90272 90274 90275 90277 90278 90280 90290 90291 90292 90293 90294 90295 90296 90301 90302 90303 90304 90305 90306 90307 90308 90309 90310 90311 90312 90401 90402 90403 90404 90405 90406 90407 90408 90409 90410 90411 90501 90502 90503 90504 90505 90506 90507 90508 90509 90510 90601 90602 90603 90604 90605 90606 90607 90608 90609 90610 90701 90702 90703 90704 90706 90707 90710 90711 90712 90713 90714 90715 90716 90717 90723 90731 90732 90733 90734 90744 90745 90746 90747 90748 90749 90755 90801 90802 90803 90804 90805 90806 90807 90808 90809 90810 90813 90814 90815 90822 90831 90832 90833 90834 90835 90840 90842 90844 90845 90846 90847 90848 90853 91001 91003 91006 91007 91008 91009 91010 91011 91012 91016 91017 91020 91021 91023 91024 91025 91030 91031 91040 91041 91042 91043 91046 91101 91102 91103 91104 91105 91106 91107 91108 91109 91110 91114 91115 91116 91117 91118 91121 91123 91124 91125 91126 91129 91182 91184 91185 91188 91189 91199 91201 91202 91203 91204 91205 91206 91207 91208 91209 91210 91214 91221 91222 91224 91225 91226 91301 91302 91303 91304 91305 91306 91307 91308 91309 91310 91311 91313 91316 91319 91320 91321 91322 91324 91325 91326 91327 91328 91329 91330 91331 91333 91334 91335 91337 91340 91341 91342 91343 91344 91345 91346 91350 91351 91352 91353 91354 91355 91356 91357 91361 91362 91364 91365 91367 91371 91372 91376 91380 91381 91382 91383 91384 91385 91386 91387 91388 91390 91392 91393 91394 91395 91396 91401 91402 91403 91404 91405 91406 91407 91408 91409 91410 91411 91412 91413 91416 91423 91426 91436 91470 91482 91495 91496 91497 91499 91501 91502 91503 91504 91505 91506 91507 91508 91510 91521 91522 91523 91526 91601 91602 91603 91604 91605 91606 91607 91608 91609 91610 91611 91612 91614 91615 91616 91617 91618 91702 91706 91714 91715 91716 91722 91723 91724 91731 91732 91733 91734 91740 91741 91744 91745 91746 91747 91748 91749 91750 91754 91755 91756 91759 91765 91766 91767 91768 91769 91770 91771 91772 91773 91775 91776 91778 91780 91788 91789 91790 91791 91792 91793 91801 91802 91803 91804 91841 91896 91899 5.2.8. Contracting Officer Representative Tbd Phone: Email: 5.2.9. Hours Of Operation: vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays. 5.2.10. Recognized Holidays: the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order: new Year S Day Labor Day martin Luther King Jr. S Birthday Columbus Day president S Day Veteran S Day memorial Day Thanksgiving Day juneteenth Christmas Day independence Day note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports. 5.2.11. Identification Of Contractor Employees: a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported. b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. 5.2.12. Site Visit: va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors. vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At: Wp: Email: quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task pws reference standard acceptable Quality Level method Of Surveillance provide On- Time Ambulance services section 4.5.1.8.3 scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled orders 97% customer Feedback incident Reporting section 4.8 the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day. 97% customer Feedback invoice Reports section 4.9 provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws 95% 100% Inspection of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop). contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates 9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk. background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries. contractor Responsibilities: The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt: All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/ The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars) required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/ or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist va Greater Los Angeles Healthcare System contract: Ground Ambulance date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: va Greater Los Angeles Healthcare System location: 11301 Wilshire Blvd, Los Angeles, Ca 90073 ss performance Objective pws Para performance Threshold method Of Surveillance met not Met remarks ss 1 the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1 95% Compliance 100% Surveillance Of Each Patient Pick-up. ss 2 the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3 95% Compliance 100% surveillance ss3 the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3 95% Compliance 100% surveillance ss4 the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1 100% Compliance 100% surveillance ss5 have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1 100% Compliance 100% surveillance ss6 a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B 100% Compliance 100% surveillance Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date26 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: Draft Performance Work Statement Draft title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190 purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays. background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7. acronyms als Advanced Life Support aod Administrative Officers Of The Day bls Basic Life Support cct Critical Care Transport cctp Critical Care Transport Paramedic ccemtp Critical Care Emergency Medical Transport co Contracting Officer cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor emt Emergency Medical Technician iaw In Accordance With oo Ordering Officer pws Performance Work Statement qasp Quality Assurance Surveillance Plan qc Quality Control Plan tb Tuberculosis tjc The Joint Commission vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State. and Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety. be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years: have Not Had A Driver S License Canceled Or Suspended. have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance. have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven. have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests. receive, Use, And Ensure The Use Of The Vendor Pass By The Driver. submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission. the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number date Of Service (to Include Box 24 A-j) authorization Number(s) pick-up And Drop-off Location Of The Patient base Rate name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported. date Of Birth And Sex diagnosis Codes Or Nature Of Illness Or Injury documentation Of Circumstances When Billing For Waiting Time any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc. va Authorizing Official S Name healthcare Procedure Coding System/national Level Ii (hcpcs) unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests: contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor) ordering Officers (oo) beneficiary Travel Office Staff the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information: mode Of Transportation Required, required Time Of Arrival name Of The Beneficiary, pick-up And Delivery Point, type And Number Of Additional Medical Care Specialists Required, type Of Equipment Required, last Four Of The Patient's Social Security Number, And any Other Special Instructions for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. 4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur: unloaded Mileage Exceeds 75 Miles. the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following: contractor Name contract Number current Purchase Order Number date Of Service total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.) an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service.  under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. general Information this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027 the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following: va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs): sepulveda Ambulatory Care Center 16111 Plummer Street North Hills, Ca 91343 818-891-7711 los Angeles Ambulatory Care Center 351 East Temple Street Los Angeles, Ca 90013 213-253-5000 east Los Angeles Va Clinic 5426 East Olympic Boulevard commerce, Ca 90022-5113 313-725-7372 san Gabriel Valley Va Clinic 7 West Foot Boulevard, Suite D arcadia, Ca 91006-2367 626-836-2300 bakersfield Outpatient Clinic 1801 Westwind Drive bakersfield, Ca 93301 661-632-1800 lancaster Outpatient Clinic 340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941 661-729-8655 san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401 805-543-1233 santa Barbara Outpatient Clinic 4440 Calle Real santa Barbara, Ca 93110 805-683-1491 Santa Maria Cboc 1550 East Main Street Santa Maria, Ca 93454 oxnard Outpatient Clinic 2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036 mariner Outpatient Clinic 5250 Ralston Street ventura, Ca 93003-7318 877-251-7295 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facility address va Long Beach Health Care System 5901 E. 7th Street, Long Beach, Ca 90822 va San Diego Health Care System 3350 La Jolla Village Drive, San Diego, Ca 92161 va Greater Los Angeles Health Care System 11301 Wilshire Blvd, Los Angeles, Ca 90073 va Loma Linda Health Care System 11201 Benton St, Loma Linda, Ca 92357 other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va. arroyo Grande Care Center 1212 Farroll Ace arroyo Grande, Ca 93420-3718 telephone: 805-489-8137 parkview Julian Healthcare Center 1801 Julian Ave bakersfield, Ca. 93304 telephone: (661) 831-9150 sierra View Care Center 14318 Ohio St. baldwin Park, Ca. 91706 telephone: (626) 960-1971 topanga Terrace 22125 Roscoe Blvd canoga Park, Ca 91304 telephone: (818) 883-7292 community Care Center 2335 S. Mountain Ave. duarte, Ca. 91010 telephone: (626) 357-3207 clearview Sanitarium And Convalescent 15823 S. Western Ave. gardena, Ca. 90247 telephone: (310) 538-2323 sunnyside Nursing Center 22617 S. Vermont Ave. torrance, Ca 90502 telephone: (310) 320-4130 country Manor Healthcare Center 11723 Fenton Ave. lakeview Terrace, Ca. 91342 telephone: (818) 899-0251 guardian Rehabilitation Hospital 533 S. Fairfax Ave los Angeles, Ca 90036 telephone: (323) 931-1061 kei-ai Los Angeles Healthcare Center 2221 Lincoln Park Avenue los Angeles, Ca 90031 telephone: (323) 276-5700 maple Healthcare Center 2626 Maple Drive los Angeles, Ca 90011 telephone: 213-747-6371 new Vista Post-acute 1516 Sawtelle Blvd. los Angeles, Ca. 90025 telephone: (310) 477-5501 sunray Healthcare Center 3210 W. Pico Blvd. los Angeles, Ca. 90019 telephone: (323) 734-2171 university Park Healthcare Center 230 E. Adams Blvd. los Angeles, Ca 90011 telephone: 213-748-0491 view Heights Convalescent Hospital 12619 S. Avalon los Angeles, Ca. 90061 telephone: (323) 757-1881 windsor Gardens Convalescent Hospital 915 S. Crenshaw Blvd. los Angeles, Ca. 90019 telephone: (323) 937-5466 bayside Care Center 1405 Teresa Drive morro Bay, Ca. 93442 telephone: (805) 772-2237 sherman Village Healthcare Center 12750 Riverside Dr. north Hollywood, Ca 91607 telephone: (818) 766-6105 valley Village Care Center 13000 Victory Blvd., north Hollywood, Ca 91606 telephone: (818) 985-5990 maywood Acres Healthcare 2641 S. C St., oxnard, Ca 93033 telephone: (805) 487-7840 shoreline Care Center 5225 South "j" Street oxnard, Ca 93033 telephone: (805) 488-3696 mission View Healthcare Center 1425 Woodside Drive san Luis Obispo, Ca 93401 telephone: (805) 543-0210 brentwood Healthcare Center 1321 Franklin Street santa Monica, Ca. 90404 telephone (310) 828-5596 fireside Healthcare Center 94 7 Third St. santa Monica, Ca. 90403 telephone: (310) 393-7117 chanel Islands Post-acute 3880 Via Lucero, santa Barbara Ca 93110 telephone: (805) 687-6651 new Vista Nursing & Rehab Center 8647 Fenwick Ave. sunland, Ca. 91040 telephone: (818) 352-1421 sylmar Health & Rehab 12220 Foothill Blvd. sylmar, Ca. 91342 telephone: (818) 834-5082 the Care Center On Hazeltine 6835 Hazeltine Ave. van Nuys, Ca 91405 telephone: 818-997-1841 coastal View Healthcare Center 4904 Telegraph Road ventura, Ca. 93003 telephone: (805) 642-4101 veteran S Residence. local Airports Including: los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045 john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707 long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808 ontario Airport: Ontario, Ca 91761 hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505 oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030 zip Codes By County Include But Are Not Limited To: san Barbara County 93013 93014 93067 93101 93102 93103 93105 93106 93107 93108 93109 93110 93111 93116 93117 93254 93427 93429 93434 93436 93437 93438 93440 93441 93454 93455 93456 93457 93458 93460 93463 93464 ventura County 93203 93205 93206 93215 93220 93222 93224 93225 93226 93238 93240 93241 93243 93250 93251 93252 93255 93263 93268 93276 93280 93283 93285 93287 93301 93302 93303 93304 93305 93306 93307 93308 93309 93311 93312 93313 93314 93380 93383 93384 93385 93386 93387 93388 93389 93390 kern County 93203 93205 93206 93215 93220 93222 93224 93225 93226 93238 93240 93241 93243 93250 93251 93252 93255 93263 93268 93276 93280 93283 93285 93287 93301 93302 93303 93304 93305 93306 93307 93308 93309 93311 93312 93313 93314 93380 93383 93384 93385 93386 93387 93388 93389 93390 los Angeles County 90001 90002 90003 90004 90005 90006 90007 90008 90009 90010 90011 90012 90013 90014 90015 90016 90017 90018 90019 90020 90021 90022 90023 90024 90025 90026 90027 90028 90029 90030 90031 90032 90033 90034 90035 90036 90037 90038 90039 90040 90041 90042 90043 90044 90045 90046 90047 90048 90049 90050 90051 90052 90053 90054 90055 90056 90057 90058 90059 90060 90061 90062 90063 90064 90065 90066 90067 90068 90069 90070 90071 90072 90073 90074 90075 90076 90077 90078 90079 90080 90081 90082 90083 90084 90086 90087 90088 90089 90090 90091 90093 90094 90095 90096 90099 90189 90201 90202 90209 90210 90211 90212 90213 90220 90221 90222 90223 90224 90230 90231 90232 90233 90239 90240 90241 90242 90245 90247 90248 90249 90250 90251 90254 90255 90260 90261 90262 90263 90264 90265 90266 90267 90270 90272 90274 90275 90277 90278 90280 90290 90291 90292 90293 90294 90295 90296 90301 90302 90303 90304 90305 90306 90307 90308 90309 90310 90311 90312 90401 90402 90403 90404 90405 90406 90407 90408 90409 90410 90411 90501 90502 90503 90504 90505 90506 90507 90508 90509 90510 90601 90602 90603 90604 90605 90606 90607 90608 90609 90610 90701 90702 90703 90704 90706 90707 90710 90711 90712 90713 90714 90715 90716 90717 90723 90731 90732 90733 90734 90744 90745 90746 90747 90748 90749 90755 90801 90802 90803 90804 90805 90806 90807 90808 90809 90810 90813 90814 90815 90822 90831 90832 90833 90834 90835 90840 90842 90844 90845 90846 90847 90848 90853 91001 91003 91006 91007 91008 91009 91010 91011 91012 91016 91017 91020 91021 91023 91024 91025 91030 91031 91040 91041 91042 91043 91046 91101 91102 91103 91104 91105 91106 91107 91108 91109 91110 91114 91115 91116 91117 91118 91121 91123 91124 91125 91126 91129 91182 91184 91185 91188 91189 91199 91201 91202 91203 91204 91205 91206 91207 91208 91209 91210 91214 91221 91222 91224 91225 91226 91301 91302 91303 91304 91305 91306 91307 91308 91309 91310 91311 91313 91316 91319 91320 91321 91322 91324 91325 91326 91327 91328 91329 91330 91331 91333 91334 91335 91337 91340 91341 91342 91343 91344 91345 91346 91350 91351 91352 91353 91354 91355 91356 91357 91361 91362 91364 91365 91367 91371 91372 91376 91380 91381 91382 91383 91384 91385 91386 91387 91388 91390 91392 91393 91394 91395 91396 91401 91402 91403 91404 91405 91406 91407 91408 91409 91410 91411 91412 91413 91416 91423 91426 91436 91470 91482 91495 91496 91497 91499 91501 91502 91503 91504 91505 91506 91507 91508 91510 91521 91522 91523 91526 91601 91602 91603 91604 91605 91606 91607 91608 91609 91610 91611 91612 91614 91615 91616 91617 91618 91702 91706 91714 91715 91716 91722 91723 91724 91731 91732 91733 91734 91740 91741 91744 91745 91746 91747 91748 91749 91750 91754 91755 91756 91759 91765 91766 91767 91768 91769 91770 91771 91772 91773 91775 91776 91778 91780 91788 91789 91790 91791 91792 91793 91801 91802 91803 91804 91841 91896 91899 5.2.8. Contracting Officer Representative Tbd Phone: Email: 5.2.9. Hours Of Operation: vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays. 5.2.10. Recognized Holidays: the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order: new Year S Day Labor Day martin Luther King Jr. S Birthday Columbus Day president S Day Veteran S Day memorial Day Thanksgiving Day juneteenth Christmas Day independence Day note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports. 5.2.11. Identification Of Contractor Employees: a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported. b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. 5.2.12. Site Visit: va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors. vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At: Wp: Email: quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task pws reference standard acceptable Quality Level method Of Surveillance provide On- Time Ambulance services section 4.5.1.8.3 scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled orders 97% customer Feedback incident Reporting section 4.8 the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day. 97% customer Feedback invoice Reports section 4.9 provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws 95% 100% Inspection of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop). contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates 9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk. background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries. contractor Responsibilities: The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt: All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/ The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars) required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/ or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist va Greater Los Angeles Healthcare System contract: Ground Ambulance date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: va Greater Los Angeles Healthcare System location: 11301 Wilshire Blvd, Los Angeles, Ca 90073 ss performance Objective pws Para performance Threshold method Of Surveillance met not Met remarks ss 1 the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1 95% Compliance 100% Surveillance Of Each Patient Pick-up. ss 2 the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3 95% Compliance 100% surveillance ss3 the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3 95% Compliance 100% surveillance ss4 the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1 100% Compliance 100% surveillance ss5 have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1 100% Compliance 100% surveillance ss6 a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B 100% Compliance 100% surveillance Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date26 Feb 2025
Tender AmountRefer Documents 

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Environmental Service
France
Details: This Consultation is for the Supply, Delivery, Commissioning and Training of a Set of Equipment. Subject of the contract: Acquisition, delivery and commissioning of scientific equipment for the University of Rennes (cper Glaz Phase 4a and 4b) Lot 1: Eddy-covariance station (co2+h20) Lot 2: Complete central meteorological station Lot 3: Lorawan heterogeneous sensor network - Lot 4: Living sensors: Audio recorders Lot 5: Living sensors: Flying insect trap Lot 6: Multi-parameter measurement systems Lot 7: Cosmic ray water content measurement system Lot 8: A benthic algae concentration measurement probe Lot 9: Air or water oxygen recorders (optical measurement) Lot 10: CO2 measurement probe in water Lot 11: CO2 measurement probes in air Lot 12: Autonomous multi-parameter probe Lot 13: GNSS Mapping Solution With Receiver And Software Lot 14: Rigid Wing Drone Lot 15: Chlorophyll Fluorescence And Stomatal Conductance Measuring Device Lot 16: Pressure Chamber (Scholander Bomb) For Measuring Plant Water Status Lot 17: Impactor For Aerosol Collection Lot 18: Greenhouse Gas Concentration Analyzer Lot 19: Air Sampler For Biological Aerosols Lot 20: Sodar Lot 21: Lot Of A Network Of 25 Multi-parameter Weather Stations Lot 22: 3D Printing System With A Resolution
Closing Date10 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.43|wwv|717-605-3992|noelle.m.smith10.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C & Section E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version (jun 2002)|8|x||x|||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2023)|13|334513|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Small Business Set Aside Is Dissolved. the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 8 January 2025. the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 06 March 2024 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In. 3.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (186 Days) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-1330 | | |e |220516|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-p-24212 | | |c |980421|a| 2| | document Ref Data=qpl 24212 | | |32 |060308|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 ;the Transducer, Motional Must Be Manufactured In Accordance With Specification Mil-p-24212, Type Designation Pgt-gp-4500-g-4, Except As Amplified Or Modified Herein.; 3.1.1 ;each Transducer Must Be Furnished With A Receptacle Having Type Normal Keying In Accordance With Ms3102r14s-5p Vice Ms3102r14s-5px Specified By Mil-p-24212c Section 3.5.14.2.; 3.1.2 ;each Transducer Must Be Furnished With A Protective Plug In Lieu Of Mating Plug Specified By Mil-p-24212c Sections 3.5.14 And 3.5.14.2.; 3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General. 3.3 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.6 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.6.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.6.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement. 3.6.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.7 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. 3.7.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.7.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions provided By The Government Representative. 3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.9 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.9.2 Inspection For Completeness And Proper Type. 3.9.3 Verification Of Material Quality Received. 3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.9.6 Identification And Protection From Improper Use Or Disposition. 3.9.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.9.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.9.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.11.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.11.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.12.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.12.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" are Not Acceptable. 3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.14 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure. 3.14.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.15 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12). 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 14 2008 - Mil-std-1330 Cleaning Procedures Required - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco. note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable. the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt.
Closing Date8 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n742.11|wwv|717-605-7574|ashton.k.perry.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|n50286|tbd|n/a|n/a|tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| warranty Of Data--basic (mar 2014)|2||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And2025-o0004))|13| 332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In. 3.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 18 Working Days After Receipt final Delivery Of Material (186 Days) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 1.1.2 This ;poppet Assembly; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May Require testing. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;3423-2001 04577 G D; 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |230223|a| |01| document Ref Data=mil-std-1330 | | |e |220516|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=ss800-ag-man-010/p-9290 | | |a |200324|a| |42| 3. Requirements 3.1 ;the Poppet Assembly Must Be Manufactured In Accordance With Carleton Technologies Inc. Drawing 3423-2001, Part Number 3423-2012-1, Except As Amplified Or Modified Herein.; 3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General. 3.3 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.6 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.6.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.6.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement. 3.6.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.7 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. 3.7.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.7.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions provided By The Government Representative. 3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.9 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.9.2 Inspection For Completeness And Proper Type. 3.9.3 Verification Of Material Quality Received. 3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.9.6 Identification And Protection From Improper Use Or Disposition. 3.9.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.9.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.9.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.11.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.11.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.12.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.12.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" are Not Acceptable. 3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.14 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure. 3.14.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.15 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12). 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations in Ecds -jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 14 2008 - Mil-std-1330 Cleaning Procedures Required - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section.; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco. note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable. the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt.
Closing Date9 May 2025
Tender AmountRefer Documents 

Department Of Energy Tender

Chemical Products
United States
Details: Request For Proposal (rfp) #364131-rk fabrication Of Thermal Straps april 15, 2025 table Contents 1. Invitation To Submit Proposal. 2 2. North American Industry Classification System (naics) Code And Small Business Subcontracting Plan.. 2 3. Explanation Or Interpretation Of Rfp Documents / Question Period.. 2 4. Contact With Ffdg Personnel/blackout Period.. 2 5. Amendment Of Solicitation.. 3 6. Proposal Due Date. 3 7. Late Submission.. 3 8. Exceptions And Deviations. 3 9. Offeror’s Modification And Withdrawal Of Proposals. 3 10. Order Of Precedence. 3 11. Subcontract Award.. 4 12. Preparation, Submission, And Evaluation Of Proposals. 4 a. Part I – Technical Proposal/evaluation Criteria.. 5 b. Part Ii – Business Management & Price Proposal. 6 1.1. Duties/tariffs 7 1.2. Milestone Payments 7 14. Delivery Terms. 8 15. Restriction On Disclosure And Use Of Data.. 8 16. Exhibits. 8 request For Proposal Form.. 0 the Following Requirements Must Be Adhered To For The Offeror’s Submission Of Proposals To Fermi Forward Discovery Group, Llc (ffdg) In Support Of This Specific Requirement. invitation To Submit Proposal you Are Invited To Submit A Proposal For The Items Specified In This Request For Proposal (rfp), By The Provisions Contained Herein, And The Terms And Conditions Of The Proposed Firm-fixed Price Subcontract Entered Into As A Result Of This Solicitation. north American Industry Classification System (naics) Code And Small Business Subcontracting Plan this Acquisition Is Unrestrictive And Contains No Set-aside Provisions. The North American Industry Classification System (naics) Code For This Solicitation Is 334419 - Other Electronic Component Manufacturing. The Small Business Size Standard For This Naics Code Is 750 Employees. a Small Business Subcontracting Plan Will Be Required Should The Awardee Not Meet The Definition Of A Small Business As Described In The Paragraph Above. The Subcontracting Plan Shall Follow The Federal Acquisition Clause, 52.219-9, Small Business Subcontracting Plan (see Exhibit D). This Plan Must Be Submitted By The Successful Offeror Before Award Of The Subcontract. explanation Or Interpretation Of Rfp Documents / Question Period the Prospective Offeror Should Examine And Review The Solicitation With Care. Any Prospective Offeror Who Has Questions Or Desires An Explanation Or Interpretation Of The Solicitation, Drawings, Specifications, Etc., Must Request It In Writing By Close Of Business (4:00 P.m. Cst), May 05, 2025, And Submitted To The Procurement Specialist At The Email Address Identified On The Request For Proposal Form And Below. Oral Explanations Or Instructions Given Before The Award Of A Subcontract Will Not Be Binding. Any Information Given To A Prospective Offeror Concerning A Solicitation Will Be Furnished Promptly To All Other Prospective Offerors As An Amendment To The Solicitation If That Information Is Necessary For Submitting Proposals Or If The Lack Of The Information Would Be Prejudicial To Other Prospective Offerors. any And All Changes To These Specifications Are Valid Only If They Are Included By A Written Addendum And Shall Become A Part Of The Subcontract. all Questions Concerning This Rfp Should Be Submitted In Email Form And Directed To The Procurement Specialist Identified Below. procurement Specialist: Richard Konan phone: (630) 840 2835 email: Rkonan@fnal.gov fermi Forward Discovery Group, Llc procurement Department kirk Road & Wilson Street batavia, Il 60510-0500 contact With Ffdg Personnel/blackout Period all Offerors Are Prohibited From Making Any Contact (including Sales Calls) With Officials Or Employees Of Ffdg (collectively “ffdg Personnel”) With Regard To The Request For Proposals, Other Than In The Manner And To The Persons Designated Herein, Until After An Award Has Been Made. The Chief Procurement Officer Or Their Designee Reserves The Right To Disqualify Any Offeror Found To Have Contacted Ffdg Personnel In Any Manner Regarding The Proposal Request. amendment Of Solicitation ffdg May, By Addenda/amendment, Modify Any Provision Or Part Of This Rfp At Any Time Before The Award Of Any Resultant Subcontract. All Terms And Conditions That Are Not Modified Remain Unchanged. an Offeror Shall Acknowledge Receipt Of Any Addenda/amendments To This Rfp. Failure To Acknowledge May Result In The Disqualification Of An Offeror’s Proposal With No Further Consideration For An Award. The Acknowledgment Shall Be Provided In One Of The Following Ways: immediately Upon Receipt Of The Amendment Via An Email Sent To The Ffdg Procurement Specialist. return Of The Amendment With A Signature On The Acknowledgment Signature Line; Or in The Offeror’s Proposal. proposal Due Date the Offeror’s Proposal Shall Be Emailed To The Procurement Specialist No Later Than The Close Of Business (4:00 P.m. Cst), May 19, 2025. Partial Or Incomplete Proposals [including Required Documents (e.g. Project Timeline, Examples Of Prior Work, References, Submission Of The Request For Proposal Form)] May Be Considered Non-responsive And Will Not Be Considered For An Award. late Submission proposals Received By Ffdg After The Submittal Date And Time Indicated Will Not Be Considered. The Respondent Assumes The Risk Of The Method Of Dispatch Chosen. exceptions And Deviations any Exceptions To The General Terms And Conditions Identified Herein Must Be Documented On A Separate Sheet On The Offeror’s Letterhead. Ffdg Is Not Required To Accept Any Exceptions Or Deviations. any Exceptions Or Additional Terms Noted On A Quote Form Will Not Be Considered And Are Hereby Expressly Rejected. Likewise, Any References—whether Through Language Or Hyperlink—to Additional Terms And Conditions Are Not Accepted And Are Similarly Rejected. offerors Taking Exceptions, Deviations, Or Conditional Assumptions To The Specifications Provided Herein Must Clearly Identify And Explain Each Exception/deviation, Or Conditional Assumption Taken With Sufficient Amplification And Justification To Permit Evaluations. Such Exceptions, Deviations, Or Conditional Assumptions Will Not Themselves Automatically Cause A Proposal To Be Deemed Unacceptable To Ffdg. However, A Large Number Of Exceptions Or One Or More Significant Exceptions Not Providing Benefit To Ffdg May Result In The Rejection Of The Offeror’s Proposal As Unacceptable. exceptions, Deviations, Or Conditional Assumptions Must Be Identified On Company Letterhead With Your Proposal Submission. Exceptions To Ffdg’s Terms And Conditions Must Be Clearly And Completely Indicated On A Company Letterhead. note To Offerors: Please Be Advised That Any Exceptions To The Specifications Or To Ffdg’s Terms And Conditions May Cause Your Proposal To Be Disqualified. offeror’s Modification And Withdrawal Of Proposals the Offeror May Submit Modifications To Its Proposal At Any Time Before The Solicitation Closing Date And Time And May Submit Modifications In Response To An Amendment Or To Correct A Mistake At Any Time Before Award. proposals May Be Withdrawn At Any Time Before The Submission Deadline. Withdrawals Are Effective Upon Receipt Of Notice By The Procurement Specialist. order Of Precedence where There Appear To Be Variances Or Conflicts, The Following Order Of Precedence Shall Prevail: Ffdg’s Drawings (if Applicable), Ffdg’s Statement/scope Of Work, The Rfp General Terms And Conditions, And The Offeror’s Response. subcontract Award issuance Of The Rfp Does Not Compel Ffdg To Make An Award. Ffdg Reserves The Right To Accept Or Reject All Proposals If That Is Determined To Be In Its Best Interest. A Decision May Be Made Without Discussion; Hence, An Offeror’s Proposal Should Be Submitted Initially On The Most Favorable Terms. The Proposed Award Is Based On A Continuing Program Requirement And The Issuance Of Obligation Authority From The Procurement Department Of The Fermi National Accelerator Laboratory (fnal). Any Subsequent Award Issued By Ffdg Shall Be Constituted In Writing By Authorized Representatives Of The Procurement Department Of The Fnal. no Other Representatives Of Ffdg Are Authorized To Issue Contracts Or Agreements Or Bind Ffdg To Any Form Of Agreement Or Understanding. The Authorized Procurement Department Official Of The Fnal Is The Only Individual Who Can Legally Commit Ffdg To The Expenditure Of Funds In Connection With This Proposed Procurement. preparation, Submission, And Evaluation Of Proposals this Is A Best-value Trade-off Source Selection. This Process Permits Tradeoffs Between Cost Or Price And Non-cost Factors. As A Result, Ffdg Will Accept An Offer Based On The Totality Of The Proposal, Not Simply Based On The Lowest-priced Proposal. All Evaluation Factors Other Than Cost Or Price, When Combined, Are Significantly More Important Than Cost Or Price. An Award Shall Be Made To The Offeror Who Is Deemed Most Responsive And Responsible By Ffdg, Whose Proposal Conforms To The Solicitation’s Requirements And Is Judged To Represent The Best Value To Ffdg. Ffdg Intends To Award Without Discussions. Ffdg Shall Be The Sole Determiner Of What Is Of The Best Value To Ffdg. ffdg Reserves The Right To Cancel This Solicitation At Any Time Without Incurring Any Liability Or Damages Associated With Such Cancellation. under No Circumstances Shall Ffdg Be Responsible For Any Proposal Preparation Expenses, Submission Costs, Or Any Other Expenses, Costs, Or Damages, Of Whatever Nature, Incurred As A Result Of An Offeror’s Participation In This Rfp Process. The Offeror Understands And Agrees That It Submits Its Proposal At Its Own Risk And Expense And Releases Ffdg From Any Claim For Damages Or Other Liability Arising Out Of The Rfp And Award Process. ffdg Shall Not Be Liable For Any Errors In The Offeror’s Proposal Submission. Except During Negotiations Initiated By Ffdg, No Modifications To The Proposal Shall Be Accepted From The Offeror After The Submittal Date. The Offeror Is Responsible For A Careful Review Of Their Entire Proposal To Ensure That All Information, Including Pricing, Is Correct And Complete. Offerors Are Liable For All Errors Or Omissions Contained In Their Proposals. ffdg Reserves The Right To Award A Subcontract Only To Responsive And Responsible Proposers. Responsive Offers Are Defined As A Proposal That Meets All Of The Minimum Requirements (e.g. Submits All Required Documents, Meets Minimum Years Requirement, Etc.). Responsible Proposers Are Defined As Companies That Demonstrate The Financial Ability, Resources, Skills, Capability, Willingness, And Business Integrity Necessary To Perform On The Subcontract. Ffdg Shall Be The Sole Determiner Of Whether An Offer Or Offeror Is Considered Responsive And/or Responsible. the Proposal Shall Be Submitted In Two (2) Parts: Part I - Technical Proposal And Part Ii – Business/management Proposal. Under No Circumstances Shall Part I And Part Ii Be Bound Together Or Presented In Such Manner As To Make Them Not Severable. The Technical Proposal Shall Not Contain Any Reference To Cost Other Than What Is Referenced In Current/past Projects. any Information Of A Proprietary Nature Shall Be Clearly Marked And Identified In The Offeror’s Submission. offerors Shall Explain, Provide Support, And Address Each Of The Evaluation Criteria Below, Which Will Assist Ffdg In The Source Selection Process. All Information Shall Be Provided In A Clear And Organized Manner. Additionally, Offerors May State Any Recommendations Or Areas Of Concern Related To The Scope Of Work Requirements In Their Proposals. part I – Technical Proposal/evaluation Criteria offerors Shall Provide Information For The Following Technical Criteria To Enable Ffdg To Evaluate Technical Capability: technical Merit & Quality in Order To Demonstrate Their Ability To Deliver Thermal Straps With Performance That Meets Or Exceeds Technical Specifications; The Offeror Is To Submit Detailed Documentation That Affirms Their Competence In The Field Of Thermal Straps Fabrication. The Objective Is To Obtain A Clear And Detailed Understanding Of The Offeror's Operational Capabilities, Quality Assurance Practices, And Commitment To Delivering Superior Products. the Documentation Shall Include: quality Assurance Certifications: Iso 9001:2015 And Asme “boiler And Pressure Vessel Code” (bpvc) Or Ped 2014/68/eu Or En Iso 3834 Part 2 welder Performance Qualifications (wpq) And Examples Of Welding Procedure Specifications (wps) On Srf Cavities description Of Cleanroom Facilities Including Class, Dimensions, Layout And Their Current Certification (iso 14644-1) description Of Facilities, Machinery And Tooling That Will Be Utilized To Manufacture And Process Bare And Jacketed Cavities. the Facilities Description And Capabilities Should Include Information On The Size And Layout Of The Manufacturing Plants, Showcasing The Organizational Structure Of The Plant And Workflow. Details On The Machinery And Equipment Utilized In The Production Process, With An Emphasis On Their Modernity, Efficiency, And Capacity, Should Be Clearly Outlined. Photographs, Schematics, Or Any Other Visual Aids That Support Their Ability To Fulfill The Subcontract Are Encouraged. moreover, The Offeror Should Elaborate On Any Advanced Technologies, Automation, Or State-of-the-art Systems Incorporated Within Their Facilities To Enhance The Precision, Reliability, And Efficiency Of The Manufacturing And Quality Assurance Processes For Thermal Straps. delivery Requirements documentation Provided To Support That The Offeror Will Deliver Within The Timeframe Specified. To Substantiate The Offeror's Commitment To Timely Delivery, A Thorough Documentation Package Is Required. This Documentation Should Include A Detailed Project Schedule (gantt Chart) Outlining Key Milestones, Production Timelines, And Delivery Milestones Aligned With The Specified Timeframe As Specified In Pip-ii. In Addition, The Offeror Is Requested To Furnish Comprehensive Documentation Clarifying Their Project Management Capabilities, Specifically Regarding The Punctual Delivery Of Goods Outlined In This Contract. This Documentation Should Encompass An Overview Of The Current Workload, Detailing Project Scale, Scope, And Anticipated Completion Timelines. The Offeror Must Articulate Their Strategy For Resource Allocation Among Various Projects, Emphasizing Measures To Ensure The Project In Question, Receives Requisite Attention And Resources. Clear Criteria For Project Prioritization And Effective Risk Mitigation Strategies Should Be Outlined, Accompanied By Historical Performance Metrics Showcasing On-time Delivery Records For Comparable Projects. management Control Plan demonstrated Ability To Ensure That Each Item Offered For Acceptance Or Approval Conforms To The Technical Requirements. The Offeror Should Provide A Detailed Quality Management Plan Outlining Systematic Procedures For Inspecting, Testing, And Validating Each Item Against The Specified Technical Requirements. This Plan Should Encompass Key Checkpoints In The Production Process, Ensuring That All Aspects Of The Manufacturing, Assembly, And Finishing Stages Adhere To The Outlined Specifications. Moreover, The Offeror Is Encouraged To Showcase Any Industry Certifications, Quality Control Standards, Or Relevant Accreditations That Validate Their Commitment To Delivering Products That Consistently Meet Or Exceed Technical Expectations. Evidence Of Past Successful Compliance With Technical Requirements, Along With Any Corrective Actions Taken In The Event Of Non-conformities, Will Further Strengthen The Offeror's Demonstration Of Technical Capabilities. Additionally, The Offeror Shall Provide The Procedures Required To Complete The Activities Related To The Processing Of The Bare And Jacketed Cavities And Examples Of The Travelers That Are Planned To Be Used As Part Of This Subcontract. for Example: cleanroom Cleaning Procedures Of All Components (including Cavity, Flanges, And All Hardware And Items That Will Be Assembled On The Cavity) Prior To Final Cavity Assembly. This Shall Include A Cleanroom Certificate Of Compliance With Iso Standard. rotational Buffered Chemical Processing (bulk And Light Bcp) As Described In The Processing Specification) high Pressure Rinse (hpr) Of The Rf Volume radio Frequency (rf) Measurements high And Low Temperature Heat Treatments (htht And Ltht) inelastic Tuning Of Bare And Jacketed Cavity assembly Steps Of The Jacketed Cavity In The Cleanroom Including Pump Down And A Leak Check overall Quality Control Plan Including Fabrication, Processing, And Quality Control Activities. past Experience provide Information That Demonstrates The Offeror’s Previous Experience With Projects Of A Similar Size, Scope, And Complexity That Demonstrates The Offeror’s Capability To Successfully Perform The Requirements Of This Project. Provide At Least Two (2) Projects Completed Within The Past Five (5) Years That Are Of Similar Type, Size, Scope, And Complexity As Described In The Solicitation Documents. The Information Shall Include The Following: customer Name; project Name And Location; project Description; total Contract Amount; contracted Project Schedule Duration; And project Start And Completion Date. If A Current Project, Please Provide The Percent (%) Complete And The Projected Completion Date. examples Of Documentation part Ii – Business Management & Price Proposal the Business Management And Price Proposal Submitted Shall Include, At A Minimum, The Following Documentation: price Proposal the Proposed Pricing Of Each Heat Exchanger Shall Be Specified On The Request For Proposal Form Provided Herein. The Offeror Must Submit Their Pricing Using The Form Provided Herein. if A Subcontract Is Awarded To The Offeror, Payment Shall Be Issued Upon Delivery, Inspection, Testing (if Applicable) And Acceptance Of Each Heat Exchanger As Defined On The Request For Proposal Form, Pursuant To The General Terms And Conditions, And The Statement Of Work As Identified Herein. the Proposed Pricing Shall Be A Firm-fixed Price For The Work As Identified Herein, And The Price Proposal Shall Be Valid For 90 Days From The Final Proposal Due Date. An Offeror Allowing Less Than The Minimum Acceptance Period As Identified Herein May Be Rejected Without Further Consideration For An Award. all Pricing Must Be Submitted In Usd, And No Allowances Shall Be Made For Currency Conversion During The Term Of The Subcontract. economic Price Escalation Language Will Not Be Accepted Or Considered. ffdg May Consider A Proposal Nonresponsive If The Prices Proposed Are Materially Unbalanced. A Proposal Is Considered Materially Unbalanced When The Price Of One Or More Line Items In A Submission Is Significantly Overstated Or Understated, Even Though The Total Price May Be Acceptable When Reviewing Using Cost Or Price Analysis Techniques. This Would Include A Reasonable Doubt That The Proposal Will Result In The Lowest Overall Cost To Ffdg, Even Though It May Be The Lowest Evaluated Proposal, Or If It Is So Unbalanced As To Be Tantamount To Allowing An Advance Payment. when Applicable, Ffdg Will Reimburse The Subcontractor For Actual Costs (e.g., Freight, Pre-pay And Add) Incurred. No Allowance Shall Be Made For Overhead And Profit; Any Invoice Containing Overhead, Profit, Surcharges, Handling Costs, Etc., Will Be Rejected. duties/tariffs ffdg Recognizes That International Shipments May Be Subject To Additional Charges Related To Duties And Tariffs. Accordingly, Offerors Are Requested To Itemize These Potential Costs Separately From The Pricing For The Scope Of Work Outlined In This Rfp. the Resulting Subcontract Will Include The Understanding That Ffdg Will Reimburse The Subcontractor For Applicable Duties And Tariffs In Effect At The Time Of Shipment. However, If Such Duties Or Tariffs Have Been Lifted Or Are No Longer Applicable At The Time Of Shipment, Ffdg Will Not Be Responsible For Reimbursing These Charges. offerors Should Include A Separate Line Item For Any Such Costs On The Proposal Form Included In This Rfp. please Note: Failure To Use The Form Provided Herein For The Submission Of Pricing May Result In The Rejection Of Your Offer, With No Further Consideration For An Award. milestone Payments ffdg May, At Its Discretion, Consider Milestone Payments As Part Of The Award Determination Process. If An Offeror Proposes Milestone Payments, All Associated Terms And Detailed Justifications Must Be Included In The Pricing Proposal Submission. These Will Be Reviewed And Scored As Part Of The Overall Evaluation. ffdg Reserves The Right To Accept Or Decline Milestone Payments Based On What Is Determined To Be In The Best Interest Of Fnal. subcontractor Annual Representations & Certifications (sarc), Form Sarc the Sarc Certification Submitted By The Successful Offeror Will Be Incorporated Into The Subsequent Subcontract. If An Offering Entity Is A Joint Venture, Association, Consortia, Or Partnership, Each Member Entity Must Submit An Individual Representations And Certifications Form. proposal Certifications, Form Pur-466 the Pur-466 Certification Submitted By The Successful Offeror Will Be Incorporated Into The Subsequent Subcontract. All Sections Are Required To Be Completed And Must Be Signed By A Company Official. description Of Work the Selected Subcontractor Shall Provide All Labor, Materials, Tools, Equipment, And Supervision Required To Complete All Work To Fabricate The Thermal Straps As Defined As Follows Below And In Table 1: thermal Strap Materials And Specifications 1. Thermal Strap Material (ropes And End Fitting Blocks) Will Be Made Entirely From Certified oxygen Free High Conductivity (ofhc) High Purity Copper (99.99%). The Certificates For raw Copper Materials Will Be Mailed To Fermilab. 2. The Strap Geometry, Rope Configuration And Tolerances Are Specified By Production drawings. 3. Each Finished Strap Shall Be Permanently Etched As Specified In The Procurement specification. 4. Each Thermal Strap Will Be Bagged. 5. The Copper Ropes And End Fitting Blocks May Not Contain Any Chemical Or Metal Antioxidant Treatment. 6. The Completed Straps Will Be Cleaned In Ultrasonic Bath, Dried And Packed Into The Plastic bag With Attached Label (serial Number And Production Date). the Awarded Offeror Shall Deliver The Fabricated Thermal Straps In The Quantities Specified And In Compliance With All Fabrication Requirements In The Specification And Drawings Documents Identified Herein. The Thermal Straps Will Be Fabricated In Accordance With The Required Quality Control Plan And Subject To The Specified Acceptance Criteria. 14. Delivery Terms delivery Terms Shall Be Fob Destination Fermilab Dock Batavia, Il 60510 For Domestic Offerors, Which Shall Include Shipping/freight Costs Within Their Firm-fixed-price Proposal Submission. delivery Terms Shall Be Dap Fermilab Dock Batavia, Il 60510 Per Incoterms 2020 For Non-domestic Vendors. Non-domestic Offerors Will Be Provided With Ffdg’s Customs Clearance Broker Information Upon Subcontract Award. as Tariff And Duty Costs Continue To Fluctuate, Ffdg Requires All Non-domestic Offerors To Include Their Proposed Tariff Costs In The Request For Proposal Form. Please Note: Ffdg Will Only Reimburse Actual Tariff/duties Expenses That Are In Effect At The Time Of Shipment. the Offeror Must Include Their Shipping/freight Costs On The Price Submission Sheet Within Their Proposal. restriction On Disclosure And Use Of Data offerors Or Quoters Who Include In Their Proposals Or Quotations Data That They Do Not Want To Be Disclosed To The Public For Any Purpose Or Used By Ffdg Except For Evaluation Purposes, Shall – mark The Title Page With The Following Legend: “this Proposal Or Quotation Includes Data That Shall Not Be Disclosed Outside Ffdg And Shall Not Be Duplicated, Used, Or Disclosed – In Whole Or In Part – For Any Purpose Other Than To Evaluate This Proposal Or Quotation. If, However, A Subcontract Is Awarded To This Offeror Or Quoter As A Result Of – Or In Connection With – The Submission Of This Data, Ffdg Shall Have The Right To Duplicate, Use, Or Disclose The Data To The Extent Provided In The Resulting Subcontract. This Restriction Does Not Limit Ffdg’s Right To Use Information Contained In This Data If It Is Obtained From Another Source Without Restriction. The Data Subject To This Restriction Are Contained In Sheets (insert Numbers Or Other Identification Of Sheets)”, And mark Each Sheet Of Data It Wishes To Restrict With The Following Legend “use Or Disclosure Of Data Contained On This Sheet Is Subject To The Restriction On The Title Page Of This Proposal Or Quotation.” exhibits ed0006723 - Rev C– Specifications drawings general Terms And Conditions For Supplies (3/2024) fl-55 - Small Business Subcontracting Plan subcontractor Annual Representations & Certifications (sarc), Form Sarc (rev. 3) (04/08/2022) proposal Certifications, Form Pur-466, Rev. 1 (10/14/2021) sample Subcontract
Closing Date19 May 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n743.43|wwj|717-605-3992|noelle.m.smith10.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Section C & E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025) (deviation 2025-o0003)|13|334220|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (210 Days) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 1.1.2 This ;pressure Gauge; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May Require testing. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;g27-351 049x3 E B; 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-1330 | | |e |220516|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=ss800-ag-man-010/p-9290 | | |a |200324|a| |42| document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;the Pressure Gauge Must Be Manufactured In Accordance With Weksler Instruments Drawing Number G27-351, Part Number Ea23-3pvp-lwax, Except As Amplified Or Modified Herein.; 3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General. 3.3 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.4 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.5 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.5.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.5.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.5.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.5.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.6 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.7 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.7.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.7.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.7.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement. 3.7.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.7.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.8 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. 3.8.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.8.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions provided By The Government Representative. 3.9 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.10 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.10.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.10.2 Inspection For Completeness And Proper Type. 3.10.3 Verification Of Material Quality Received. 3.10.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.10.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.10.6 Identification And Protection From Improper Use Or Disposition. 3.10.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.10.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.10.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.11 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.11.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.12 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.12.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.12.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.13 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.13.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.13.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.13.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.14 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" are Not Acceptable. 3.14.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.15 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. note: These Requirements Do Not Apply To Tack/spot Welds. 3.15.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.15.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") 3.15.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendor's Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.15.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.15.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.15.6 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.15.7 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.16 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure. 3.16.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.17 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12). 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.17.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.17.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 14 2008 - Mil-std-1330 Cleaning Procedures Required - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco. note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable. the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt.
Closing Date7 Apr 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Scope: The Intent Of This Request For Proposal Is To Enter Into A Contract To Provide Mobile Mri And Technologist Services To Include All The Necessary Personnel, Supervision, Equipment, Transportation, Materials, Supplies And Training To Perform The Services As Specified Herein. Service Shall Be Performed At Any West Texas Va Healthcare Facility, Including Both Owned And/or Leased Facilities, Main And/or Community-based Outpatient Clinics Where Indicated. summary Of Requirement: The West Texas Healthcare System Is Seeking A 12-month Base, Plus 4 (four) 12-month Option Periods, Contract For A Mobile Mri And Associated Service Agreement And Technologist Staffing. The Mobile Mri Will Be Placed On An As-needed Basis For Delivery Or Move Within 10 Days, To Remain In A Single Location No Less Than 6 Months. delivery And Set-up Of Contractor Equipment: The Contractor Shall Be Responsible For Proper Installation/set-up Of The Contractor's Furnished Equipment Including The Mobile Coach. Installation/set-up Shall Be Accomplished In Accordance With Industry Standards, All Osha Regulations And Applicable Manufacturer's Recommendations. the Contractor Shall Provide A Mobile 1.5t Mri Coach And Mri Technologists Services At Station 519 (west Texas Healthcare System), In Accordance With The Sow (statement Of Work). schedule: Services Shall Be Required Five (5) Days Per Week, Except On Federal Holidays. hours Of Service: Contractor's Mobile Unit And/or Personnel Shall Be On Site To Perform Exams Eight (8) Hours Per Day, Monday - Friday, Between The Hours Of 7:30 Am And 4:30 Pm. The First Mri Will Begin At 7:30 Am With The Last Patient Being Seen Such That The Exam Is Completed No Later Than 4:30pm. pro-rated Monthly Rental Fee: The Contractor Shall Prorate The Monthly Rental Fee When Mri Coach Is Not Functioning In Accordance With Prescribed Guidelines. The Monthly Fee Shall Be Prorated Based On The Number Of Hours The Coach Is Out Of Service During Regularly Scheduled Clinic Hours M-f, 7:30am – 4:30pm. The Contractor Shall Include The Hourly Rate In The Space Provided Below: contractor's Responsibilities: The Contractor Shall Be Responsible For The Following Daily Functions: contractor Shall Be Responsible For The Transportation Of The Mobile Mri Coach To And From Wtvahcs. Cost Of Transportation Shall Be Included In The Monthly Rate. Big Spring Facility Is Gated And Locked After-hours. The Facility Is Open From 6:30 Am Through 6 Pm Monday Through Friday For Removal Of Trailer For Other Assignments. delivery And Set-up Of Contractor Equipment: The Contractor Shall Be Responsible For Proper Installation/set-up Of The Contractor's Furnished Equipment Including The Mobile Trailer. Installation/setup Shall Be Accomplished In Accordance With Industry Standards, All Osha Regulations And Applicable Manufacturer's Recommendations. transmit Completed Electronic Data After Each Exam. Ensure That All Of The Day’s Exam Data Is Completely Transferred To The West Texas Va Healthcare System Computer Systems. all Patient Information Required For Contractor's Records Shall Be Secured In Accordance With Hipaa Guidelines. all Connections From The Trailer To West Texas Va Healthcare System Site/property Are Properly Disconnected From Trailer When Moved From The Site. any Temporary Site Preparations Are Removed Upon Completion Of Services. contractor Shall Ensure Mobile Mri Is Maintained In Optimum Working Condition To Ensure The Highest Level Of Patient Safety At All Times. Fire Extinguisher To Be Supplied By The Vendor. Vendor Shall Provide Mri Compatible Wheelchair, Stretcher And O2 Tank. maintenance Documents Shall Be Made Available To The West Texas Va Healthcare System Upon Request. contractor Shall Ensure Each Patient Arriving For Mobile Mri Exam Has A Signed Mri Order For Services. mri Tech Must Complete The Final Mri Screening Assessment Which Is Incorporated In The Patient’s Electronic Medical Record. contractor Shall Use Appropriate Screening Devices To Ensure Patient Has No Ferro-magnetic Materials On Or In Receive His/her Body. contractor Shall Be Responsible For Adhering To All Federal Regulations Regarding Patient Care, Patient Safety, Medical Practice And Operation Of Mobile Mri. contractor Shall Provide A Copy Of A Current, Comprehensive Mri Safety Program Policy To Which Each Technologist Is Expected To Comply. Mri Technologist Is Required To Complete West Texas Va Healthcare System Or Analogous Mri Safety Training Yearly. contractor Shall Be Responsible For Patient While On The Mobile Unit And During The Entire Scanning Procedure Up To The Patient's Release. in The Event A Patient Is Injured While In Contractor's Care, Contractor Shall Immediately Notify The Assigned Nurse Or A Designated Va Physician And Complete A Written Report. environment Of Care Rounds Shall Be Conducted Quarterly By The Local Site Cor And West Texas Va Healthcare System Administrator. All Identified Deficiencies Shall Be Corrected By The Contractor Prior To The Next Scheduled Day Of Service. contractor Shall Be Responsible For Providing 2 Qualified Mri Technologists To Perform Services Defined Herein. The Mri Technologists Shall Be Required To Provide Scanning Services As Well As Training On The Full Operation Of The Mobile Mri Unit. Training Shall Be Provided To The Assigned West Texas Va Healthcare System Technical Personnel At No Additional Cost To The Government. If The Mri Technologist Is Unable To Come In To Work As Per The Schedule, An Alternate Mri Technologist Is Available To Cover The Shift To Avoid Having To Reschedule Patients. All Mri Technologists Must Complete The Credentialing Requirements Established By West Texas Va Healthcare System. mri Technologist Shall Attend The Quarterly Mri Safety Committee Meeting. comply With Vha Directive 1105.05 Magnetic Resonance (mr) Safety, Wtvahcs Mri Policy And Procedures And Mri Scanning Protocols. 5. Delivery Locations: See Below For Location Of West Texas Va Healthcare System Sites Of Care. The Delivery Locations Include But Are Not Limited To These Locations. If New Va Locations Within The Geographic Boundaries Of West Texas Va Healthcare System (such As A New Clinic In Abilene) Are Added During The Duration Of The Contract, Those Will Presume To Be Included As Potential Deployment Locations For A Mobile Mri As Well, Provided That They Are Affiliated With Station 519. george H. O'brien, Jr., Department Of Veterans Affairs Medical Center 300 Veterans Boulevard big Spring, Tx 79720-5566 abilene Va Clinic 3850 Ridgemont Drive abilene, Tx 79606-2728 colonel Charles And Joanne Powell Va Clinic 4240 Southwest Boulevard san Angelo, Tx 76904-5634 fort Stockton Va Clinic 1205 North Sycamore Street fort Stockton, Tx 79735-4122 hobbs Va Clinic 1301 North Turner Street hobbs, Nm 88240-8446 wilson And Young Medal Of Honor Va Clinic 8050 East Highway 191 odessa, Tx 79765-8615 8. Magnetic Resonance Imaging (mri) Mobile Device Salient Characteristics: contractor Shall Make Whatever Adaptations Are Necessary So That The Contractor's Equipment Is Compatible With The West Texas Healthcare System Data Network As Specified In Paragraph 16, Telecommunications. salient Characteristics details magnet Strength 1.5 Tesla minimum Bore Width (cm) 70cm minimum Bore Depth (cm) 130cm minimum Slew Rate (t/m/s) 125 minimum Number Of Channels 48 maximum Patient Table Load Capacity For Vertical And Horizontal Table Movement (lbs) 550 maximum System Weigh (lbs) 10,000 helium Consumption zero Helium Boil-off Technology min Patient Comfort Requirement short And Wide Bore For Greater Patient Comfort And Easier Access For Various Patient Sixes gradient System xj Gradients With High Performance Capable Of Handling Advanced Imaging Techniques rf Technology tim 4g 9toal Imaging Matrix) Technology, Allowing Flexible Coil Combinations And Faster Imaging coil Technology up To 204 Coil Elements, Allowing For Whole Body Imaging Without Patient Repositioning imaging Speed up To 48 Channels Supported With Tim 4g, Enabling Faster Scans And Higher Throughput image Quality high Spatial And Temporal Resolution, With Advanced Features, Post Processing And Workflow Optimization Tools patient Handling comfortable Positioning For Long Exams, With Respiratory And Cardiac Gating Options application Range neurology, Musculoskeletal, Cardiovascular, Ortho, Oncology, Mra, Elastography, Spectroscopy, Phase Contrast Mri And Flow Analysis, Parametric Prostate Imaging, High Intensity Focused Ultrasound With The Flexibility To Expand Due To Different Facility Provider Requirements advanced Imaging Techniques diffusion Weighted Imaging (dwi), Functional Mri (fmri), Cardiac Imaging, Mr Spectroscopy, Etc. environment energy Efficiency And Reduced Operating Costs installation Space mobile Trailer Installation Capable; Semi-trailer Truck Equipped With Stabilizing Shocks To Prevent Disruption Of The Machine, Compact Design With Low Space Requirements Ideal For A Mobile Trailer operator Workflow intuitive User Interface, Customizable Protocols, And Easy Data Management connectivity dicom Compliant Integrated With Hospital Information System (his) And Picture Archiving (pacs) upgradeable must Be Upgradeable To Newer Software And Hardware Innovations safety Features advanced Patient Monitoring, Acoustic Noise Reduction, And Patient Emergency Systems. Safety System For Magnet Quenching And Emergency Shutdown, To Include The Following: alarms For Low Cryogen Levels, Temperature Limits, Scans In Progress indicators For Cryogen Levels heat Sensor Shut Offs For Room Temperature Problems. oxygen Monitor In Gantry Room. table Requirement motorized detachable adjustable Height stepping Capable ups Requirement maintains Full Functionality Of The System For A Minimum Of 30 Minutes During A Power Outage coil Requirement imaging Of The Torso, Knee, Shoulder, Head/spine/array, Neuro Vascular, Run-off, Foot/ankle, Wrist, Elbow, Cardiac, Breast, Prostate Imaging, Functional Mri Head, Carotid, Endorectal, Periphery Vascular, Extremity, Flexible, Transmit/receive, Adjustable Neurovascular Head, Whole Body Imaging security/connectivity Requirements oem Supported Operating System. latest Dicom Print, Store, Commit, Structured Report (sr) And Modality Worklist. wireless Connectivity To Va Network – Compatible With 802.11b/g/n And Fips 140-2 Or Fips 140-3 Compliant encrypted Hard Drive. pacs Compatibility – Change Healthcare integration To Advanced Visualization Systems chiller Requirement chiller Meeting Or Exceeding Mri Needs cryogen Requirement cryogens (vendor Expected To Provide And Install All Cryogens.) phantom Requirements all Phantoms Required For Proper Calibration And Performance Verification (vendors Are Expected To Provide Phantoms For All System Requirements And Options Identified In This Document That Require Phantoms.) patient Comfort/entertainment Package integrated Music System, To Include The Following: control Room Controls speech Communication For Patient Direction speakers In Both The Exam Room And Control Room headphone Jack On Patient Table mri-safe Headphones shielding Requirement active Shielding workstation Requirement min Acquisition Workstation Monitor Size Of 19in minimum Acquisition Workstation Hard Drive Space 200 [gb] minimum Number Of Processing/reading Workstations: 2 minimum Processing/reading Workstation Monitor Size 19 [in] minimum Processing/reading Workstation Hard Drive Space 200 [gb] additional Technology Specifications compressed Sense Technology motion Correction Technology helium Save Technology. noise Reduction Technology power Conditioning vector Ecg(vcg), Respiratory And Peripheral Pulse Gating/triggering advanced Exam Planning Technology geometry Linking (multi Station Exams) real Time Mip, Mpr, And 3d Surface Rendering advanced Mr Viewing Environment, Processing, And Image Generation. patient Specific Shimming dixon Type Technology For Body, Neuro, And Musculoskeletal Imaging advanced Non-contrast Mra Imaging Technology 3d Fse Based Sequence For Isotropic Resolution In All Contrasts. bolus Tracking System heavy Duty Wide Patient Restraints patient Positioning And Support Aids video Camera System For Monitoring Inside The Exam Room From The Control Room mri-compatible Contrast Injector operating System Must Be Windows 10 Or Newer the Scanner Must Be Able To Scan The Cervical, Thoracic, And Lumbar Spines Continuously Without Requiring Patient Movement. the Mobile Mri Unit Shall Be Ready For Use Regardless Of Outside Environmental Conditions. the Mobile Mri Unit Shall Maintain A Temperature To Assure Proper Operation Of The Scanner And Provide For Patient Comfort. the Mobile Mri Unit Shall Include A Private Dressing Area With Secured Cabinets For Patient Use. contractor Shall Provide An Mri-compatible Automatic External Defibrillator (aed). The System Must Contain The Minimum Characteristics: aed Unit With Lcs Screen Showing Voice Prompt Messages, Device Advisory Messages, Elapsed Time, Shock Count And Chest Compression Graph, Operator's Guide And Carrying Case; two (2) Sets Of Cpr-d Pads, One Piece Defibrillation And Cpr System With Compression, Depth And Rate Sensors, Supplies With Gloves, Barrier Mask, Scissors, Razor, Wet Wipes And Dry Wipes. trailer Space Requirement (based On Max System Dimensions) location requirement width (cm) depth (cm) height (cm) weight (cm) examination Room magnet And Helium 210 150 220 3200 magnet, Gradient Coils Body Coil, Table And Covers 250 450 225 5000 min Room Height Clearance 245 control Room workplace Table And Monitor 130 90 120 equipment Room cabinets With System Controls, Rf System, Gradient Power System Image Processor 170 70 200 1500 9. Mri Technologist Staffing Salient Characteristics: a. The Contractor's Technologists Shall Possess A Current American Registry Of Radiologic Technologists (arrt) License, Certified In Mri Through Arrt And Basic Life Support (bls) Certified. A Copy Of All Applicable Operators’ License/certifications Shall Be Provided With The Proposal Along With A Copy Of The Updated License Immediately Upon Renewal. The Contractor Shall Ensure That A Copy Of The Technologist’s Current License Is Provided To The Local Cor For Inclusion In The West Texas Va Healthcare System 6-part Folder At All Times. b. The Contractor Shall Be Responsible To Ensure That Contractor Employees Providing Work On This Contract Are Fully Trained And Completely Competent To Perform The Required Work. Evidence Of The Contractor’s Technologist’s Competency Review Shall Be Provided With The Proposal. Competency Checklists Must Contain Evidence Of Supervisory Review At Least Annually And Must Contain The Written Signature Of The Supervisory Official Performing The Review. A Current Copy Of The Employee’s Competency Checklist Shall Be Maintained In West Texas Va Healthcare System 6-part Folder At All Times. Competency Checklists Shall Be Resubmitted To West Texas Va Healthcare System Each Time The Checklist Is Updated, No More Than 12 Months Beyond The Original Date Of Review. c. The Contractor Shall Be Required To Maintain Documentation And Provide Copies, With Their Proposal, Of The Following For Each Employee Working Under The Contract: (1) Credentials And Qualifications For The Job (2) A Current Competency Assessment Checklist (an Assessment Of Knowledge, Skills, Abilities And Behaviors Required To Perform A Job Correctly And Skillfully; Includes Age-specific Knowledge And Skills Required To Provide Care For Certain Patient Populations, As Appropriate.) (3) A Listing Of Relevant Continuing Education For The Last Two Years. (4) Health Examination Records Of All Individuals Performing Work Under This Contract To Include: (a) Annual Tb Skin Test And Recent (within The Last Year) Chest X-ray If There Is A History Of Positive Tb Skin Test evidence Of Hepatitis B Immunity (hepatitis Immune Titer, If Provider Has Had The Series Of Shots; If No Immunity, Evidence That Provider Has Started The Hepatitis B Vaccination Series.) varicella Titer If Provider Has Not Had Chicken Pox And Has Direct Patient Contact. d. This Is A Non-personal Health Care Service Contract Under Which The Contractor Is An Independent Contractor. Contractor Employees Shall Not Be Considered Va Employees For Any Purpose. 10. Housekeeping Reqirements: The Contractor Is Responsible For All Housekeeping Requirements. Environment Of Care Rounds Shall Be Conducted And Deficiencies Shall Be Corrected By The Contractor Prior To The Next Scheduled Day Of Service. 11. Maintenance Requirements: a. Contractor Shall Be Responsible For All Maintenance Of The Unit Including All Preventive Maintenances (pms) As Required By The Manufacturer’s Literature. The Contractor Shall Assume All Cost For Labor And Parts Including Glassware And Will Make All Arrangements For Service Upon Notification Of Failure. Contractor Shall Communicate These Occurrences And Progress In A Timely Manner With Imaging Service Staff And Healthcare Technology Management Staff. Anyone Performing Maintenance On The Unit Shall Be Factory Trained By The Manufacturer On This Specific Unit. Any Fda Alerts Or Recalls Associated With This Equipment Will Be Ameliorated In A Timely Manner. b. All Pms Shall Be Done After Normal Operating Hours, Monday – Friday. c. Contractor Shall Ensure A 98% Or Better Up-time Based Upon The Normal Operation Hours, Monday – Friday, 7:30 A.m. – 4:30 P.m. d. If The System Breaks Down, The Mri Technologist Is Responsible For Informing Imaging Service Representative And Healthcare Technology Management Of The Issue Immediately Upon Determining There Is A Problem. The Mri Technologist Will Contact The Vendor Immediately If An On-site Service Technician Is Needed. It Is Expected That The On-site Service Technician Will Respond Within 2 Hours To Determine What The Problem Is And A Proposed Timeframe Of How Long The Machine Is Expected To Be Down. Repairs And Delays That Will Be Beyond Two Working Days Will Require A Replacement Trailer To Be Brought In. 12. The West Texas Healthcare System Responsibilities: a. The West Texas Va Healthcare System Shall Provide A Covered Walkway (per Va Design Guidelines Where Applicable), Utility Connections, And An Appropriate Computer Line(s) For Use By The Contractor. the West Texas Va Healthcare System Shall Be Responsible For Scheduling Exams For The Mobile Mri Unit. providing Mobile Mri Pad: mobile Pad (mri Criteria Most Stringent) size: 55’ X 11’ 12” Thick, No Steel Reinforcing Under Scanner Section (may Use Carbon Fiber, Polyester, Stainless Steel) assess For Vibration (road, Adjacent Machinery) assess For Rf Interference (adjacent Electrical Equipment, Etc.) connectivity: 480v 3 Phase Power, Russell Stoll Connector data , Telephone, Water 13. Conformance Standards/regulatory Adherence: a. Contractor Shall Perform The Required Services In Accordance With The Following: (1) The Standards Of The Joint Commission For The Accreditation Of Healthcare Organizations (jc) To Include Patient Safety Standards (a Copy Of These Standards May Be Obtained From The Joint Commission On Accreditation Of Healthcare Organizations, One Renaissance Blvd., Oakbrook Terrace, Il 60181) (2) The Established Principles And Ethics Of The Medical Profession Established By The Ama And Acep And Is Responsible For The Quality Of Care Rendered To All Patients. (3) All Relevant Federal And State Regulations Regarding Patient Care, Medical Practice, Operation Of Mri Equipment; To Include But Not Be Limited To: occupational Safety And Health Act (osha) the Joint Commission (jc) veterans Health Administration (vha) united States Department Of Transportation (us Dot) health Information Portability And Accountability Act (hipaa) vha Automated Information Security (ais) privacy Act the Visn 17 Facility Medical Staff Bylaws b. Contractor Shall Ensure That The Equipment/system Functions In Conformance With The Latest Published Edition Of Osha And The Manufacturer's Specifications. c. Contractor Shall 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 Veterans Health Administration (va). 14. Mri Study Interpretation: A Va-identified Radiologist Shall Read/interpret All Mri Studies And Dictate All Required Study Reports. mri Data Ownership: The West Texas Healthcare System Shall Maintain Sole Ownership Of All Data Of Studies Performed On The Mobile Mri Under This Contract. The Contractor May Not Use Any Portion Of Imaging Data Obtained From Patient Studies Under The Contract. The Contractor May Not Use Any Portion Of Imaging Data Obtained From Patient Studies For Quality Control Or Educational Purposes Without Written Consent Of The West Texas Healthcare System. 15. Emergencies On Mobile Mri Unit: Emergency 911 Shall Handle All Medical Emergencies Occurring On The Mobile Coach. The Contractor Shall Provide, With Their Proposal, A Written Emergency Plan Addressing Emergencies Such As Patient Codes, Personal Injury, Fire, And Disruptive Behavior. 16. Telecommunications: a. The Mobile Unit Shall Be Equipped With An Outlet Connection Capable Of Transmitting Data And Voice Through A Government Provided Network Interface Jack (rj11 Analog Voice And Rj45 Ieee 803.x). The Government Shall Provide The Necessary Network Services Required For The Transmission Of Images, Data And Voice. The Contractor's Mobile Unit Shall Be Able To Connect To Vista Imaging Network And To Transmit All Images To Vista Imaging To Include Being Compatible To Dicom Imaging Standards In Use At The West Texas Healthcare System. (pacs Interface Contact Person Shall Be Provided To The Contractor During The Post-award Orientation). b. The Contractor Shall Be Responsible For All Expenses Incurred To Interface The Mri Scanner Oem Using The Dicom Network With The Existing In Use West Texas Healthcare System Picture Archiving And Communications System. the Intent Of This Notice Is To Establish Sources To Define The Procurement Strategy (e.g., Set- Aside, Sole Source, Unrestricted) For A Solicitation That Va Intends To Post Soon. Interested Contractors Are Requested To Respond In Accordance With The Following: if You Have An Existing Gsa Or Va, Federal Supply Schedule Contract, Include The Contract Details In Your Response. please Note That Va Is Particularly Interested In Determining The Availability Of Small Business That Can Provide This Service. vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g., If The Co Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside). responses Shall Include: business Name business Address point Of Contact name phone Number e-mail Address sam Uid Number currently Registered In Sam (yes Or No). If Yes, Provide Expiration Date. naics Code business Size: Small Or Large type Of Business: Service-disabled Veteran Owned (sdvosb), Veteran Owned (vosb), 8(a), Hubzone, Woman-owned (wosb), Etc. gsa Or Va Fss Contract Number, If Applicable current Fleet Size the Contractor Shall Provide Emergent, Non-emergent Advanced Life Support (als), And Critical Care Transport (cct) Tier 1, 2, And 3 Ambulance Services On An as-needed Basis In Accordance With All Federal, State, And Local Regulations. all Businesses Eligible To Provide This Service Are Encouraged To Reply As This Information May Be Used To Determine Potential Set-asides For The Above-noted Requirement. send Responses To Both The Contract Specialist And The Contracting Officer. contracting Officer: Mr. Rafael Rodriguez At Rafael.rodriguez2@va.gov
Closing Date28 Mar 2025
Tender AmountRefer Documents 

Caraga State University Tender

Others
Philippines
Details: Description Item Number | Description | Qty | Total Cost Lot 1 | Total Cost: Php ₱4,429,000.00 Molecular Biology Laboratory 1. Thermocycler/ Pcr "block Format: 96-well 0.2 Ml Temperature Optimization: 6-zone Veriflex Block On 96-well Systems User Interface: 8.0-inch Touch Screen Maximum Sample Throughput: 384 Reactions Max Block Ramp Rate: 6.0°c/sec With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 2. Refrigerated Microcentrifuge "capacity: 24 X 1.5/2 Ml Max. Speed: 13,300 Rpm Max. Rcf: 17,000 X G Noise Level: 50 Db(a) Temperature Range: -9°c To +40°c Certifications/compliance: Csa, Ce, Ivd Type: Benchtop Centrifuge Includes: 24 X 1.5/2.0ml Rotor With Clickseal Biocontainment Lid Description: Microcentrifuge, Refrigerated Electrical Requirements: 120 V 60 Hz Refrigerated: Yes Run Time: 1 To 99 Min. (1 Min. Increments); Hold Standards: Iec 61010-1, Iec 61010-2-020 Dimensions (hwd): 12.9 X 11.6 X 17.5 In. (33.0 X 29.5 X 44.5 Cm) Net Weight: 62.0lb. (28.0 Kg) Frequency: 60 Hz Voltage: 120 V Rotor: 24 X 1.5/2 Ml Rotor With Clickseal Biocontainment Lid With Training, Warranty, And Calibration" Capacity (english): 23 Cu. Ft. Capacity (metric): 650 L Door Style: Solid No. Of Doors: 1 Shelves: 4 Certifications/compliance: Ul, Cul, Ce Display: Microprocessor Defrost: Manual Interior Dimensions: 28.5 X 24 X 58 In. (72.3 X 61 X 147.3 Cm) With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 3. Gel Documenter System "camera & Optics Cx4 Camera: Scientific Grade Camera - Made In Germany 2 Megapixels Resolution Extendable To 7,6 Megapixels Passive Cooling • 16-bit – 65 536 Grey Levels •usb-3 Connection • Motorized Zoom Lens With Feedback • Field Of View: 20x20cm Hardware Smart Darkroom Technology: • Software Control Of The Lighting • White Light Led Panels With Automatic Intensity Adjustment • Uv Cut-off Filter • Fix Position Transilluminator With Optional Protection Screen Steel And Stainless-steel Darkroom For Long Lasting Robustness. Wide Access Door With Uv Safety Shut-off Software Free Bio-vision Software For Image Acquisition With Full Glp Compliance. Molecular Weight Calculation, Band Quantification, Colony Counting, Distance Calculation, Text Annotation And Image Enhancement Included. Cfr21 Part 11 Ready Applications Dna And Rna Gels And Fluorescence Stain Imaging: • Ethidium Bromide, Sybr-safe, Sybr-green, Gel-red, Gel-green, Sybr-gold, Gfp, Pro-q Emerald, Sypro Ruby, Fitc, Dapi • Colorimetric Stained Protein Gels, X-ray Film, Autorads, Sscp Gels, Colony Dish And Flask Imaging And Other Epi White Light Applications • Coomassie Blue, Silver Stain, Ponceau S Red, Copper Stain. Qty: 1 Unit: Unit 4. -20°c Freezer "temperature (setpoint): -25°c To -15°c (-20°c) Type: High-performance Freezer, Capacity (english): 23 Cu. Ft. Capacity (metric): 650 L Door Style: Solid No. Of Doors: 1 Shelves: 4 Certifications/compliance: Ul, Cul, Ce Display: Microprocessor Defrost: Manual Interior Dimensions: 28.5 X 24 X 58 In. (72.3 X 61 X 147.3 Cm) With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 5. Gel Electrophoresis Tank With Agarose Casting Trays "certifications/compliance: Ce Marked Description: Complete System With Buffer Exchange Ports Type: Large, W/buffer Exchange Ports Sample Size: 8 To 432 (16-, 24- And 36-well Combs) Volume (metric) Buffer: 2.3 L Dimensions (l X W X H): 14.8 X 12.8 X 4.1 In. (37.5 X 32.5 X 10.5 Cm) Length (english): 14.8 In. Length (metric): 37.5 Cm Length (metric) Gel: 25 Cm Width (english): 12.8 In. Width (metric): 32.5 Cm Width (metric) Gel: 20 Cm Height (english): 4.1 In. Height (metric):10.5 Cm Features: Horizontal System Can Run From 25 To 600 Samples On One Gel Gel Can Be Cast In Varying Lengths To Help Conserve Agarose When Fewer Samples Need To Be Run Built-in Buffer Exchange Ports Allow For Buffer Recirculation On Extended Runs Uvt Gel Tray Has Gasketed End Gates For Leakproof Seal Without Tape Built-in Leveling Ensures Flat, Uniformly Thick Gels Large Number Of Comb Slots Provides Sample Number And Resolving Distance Flexibility Microwell-format Combs Provide Fast, Error-free Sample Loading With A Multichannel Pipetter Samples May Be Loaded Directly From A 96-well Plate, 8 Or 12 At A Time With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 6. Blue Light Transilluminator "features Compact, Extra-thin And Portable · Safer To Replace Uv · Easy For Gel Cutting: No Need To Wear Amber Glasses · No Dna Damage Inherent To Uv · Uniform Blue Led Trans-illumination, Low Noise · Optimized For Use With Diverse Safe Dyes To Replace Toxic Etbr · Angle Adjustable Filter/lid Can Be Tilted Optionally With One Hand, Easy For Observing And Cutting Gels. Specifications: · Instrument Dimensions (mm): 210d X 210w X 28h · Viewing Surface Dimensions (mm): 130d X 170w · Led Wavelength (nm): 470 · Lid/ Filter:amber · Sensitivity: Up To 0.1 Ng · Uniformity: < 5% Cv (coefficient Of Variance) · Led Life: 100,000 Hours With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 7. Fume Hood "single Phase, Power: 220v, 60hz, Supply And Installation Of Unit Technical Parameters: Model: Fh 1500 (p) External Size (w D H): 1547x800x2450mm Internal Size (w D H): 1287x560x700mm Work Surface Height: 820mm Max Opening: 740mm Air Velocity: 0.3~0.8m/s Noise: ≤68db Exhaust Duct: 4.3 Meters, Φ250mm Led Lamp: 15w 2 Blower: Built-in Pp Centrifugal Blower(2 Blowers For Fh1800(p) Only); Speed Adjustable Front Window: Resistant To Acid And Alkali, Manual, 5mm Toughened Glass, Height Adjustable Power Supply: Ac220v±10%, 50/60hz; 110v±10%, 60hz Consumption: 500w Material: Main Body- Made Of Porcelain White Pp, Thickness 8mm, Resistant To Strong Acid, Alkali And Anti-corrosion; Work Table- Chemical Resistant Phenolic Resin Standard Accessory: Led Light, Work Table: Chemical Resistant Phenolic Resin, 4.3 Meters Pvc Duct (2 Pcs Of 4.3 Meters Pvc Dust For Fh1800(p) Only), Diameter: 250mm, Pipe Strap 2(4 Pcs For Fh1800(p) Only, Rvv Power Cord (3 1.0mm² 3000mm), Base Cabinet, Waterproof Socket 2, Tail Insert, Water Tap (pp), Gas Tap (pp), Water Sink, Pp Centrifugal Blower 1(2 For Fh1800(p) Only) Optional Accessory: Pp Worktable, Epoxy Resin Board Or Ceramic Board, Active Carbon Filter, Outer Pp Centrifugal Blower 1(only Need To Select When The Duct Is More Than 4m, 2 For Fh1800(p) Only), Splitable Base Cabinet (only Not For Fh1800(p)) Gross Weight: Main Body-180kg; Base Cabinet-114kg Or 102kg (splitable) With Training, Warranty, Installation, And Calibration" Qty: 1 Unit: Unit 8. Horizontal Laminar Flow Cabinet Control System: Microprocessor Controller With Lcd Display, Graphical And Digital Display Of The Operating Status Of Each Function Work Surface Height: 750mm Airflow Velocity: Adjustable, 0.2~0.5 M/s Cabinet Construction: Main Body: Electro-galvanized Steel With Antimicrobial Powder Coating Work Zone: Stainless Steel, Grade 304 Manual Sliding Sash: 5 Mm Uv Resistant Tempered Glass With Counter-balance System And Ergonomic Handle Side Windows: 5 Mm Uv Resistant Tempered Glass Electricity: Ac220v ±10%, 50/60hz,1p Standard Accessories Base Stand 1. Led Lamp 1(only 2 For Lcb-h6f). Uv Lamp 1(only 2 For Lcb-h6f). Waterproof Socket 2. Foma Casters 4 Wind Speed Sensor; Gas Tap;water Tap;casters With Brakes; Hook And Hook Bar With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 9. Oven Dryer "300°c (pf 30 To Pf 200) Or 250°c (pf 400, Pf 800) Maximum Operating Temperatures 28 To 910 Litre Chamber Volumes •equipped With The R38 Digital Pid Temperature Controller (pf 30 To Pf 200) • Carbolite Gero 301 Controller, With Single Ramp To Set-point & Process Timer (pf 400 & Pf 800) • Fan Convection For Rapid Heating & Recovery & Excellent Uniformity • Chemically Resistant Stainless Steel Liner • Two Nickel-chrome Plated Wire Shelves (the Pf 400 Is Supplied With 3 Wire Shelves, The Pf 800 With 3 Perforated Stainless Steel Shelves) • Lever Latch Door & Airtight Silicone Seal With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 10. Autoclave Sterilizer 150l Vertical Pressure Steam Sterilizer (autoclave) With A Large Capacity For Heavier Loads And An Automated Sterilization Process • Ensures Thorough Sterilization Of Your Products, Hassle-free. • Precise Temperature And Pressure Controls, Combined With Advanced Safety Features • 150l Or 158 Quart Size (equivalent To 5 All American 30 Quart Stove-top Pressure Cookers). • High Quality Sus 304 Stainless Steel Internal Construction. 6kw Electric Heater (110v/60hz, 63a) Get To Pressure In 25 Mins. • Quick Heating Means Faster Turnaround Times. Sterilize Grain Spawn Perfectly. Temperature Is Adjustable And Can Be Used To Pasteurize. • Two Stackable Internal Baskets Make Loading And Unloading A Breeze • Safety Door Opening Mechanism, The Door Remains Locked As Long As The Chamber Is Under-pressure. Water Level Sensor With Automatic Shutoff & Over-pressure Bleed Off Valve. With Training, Warranty And Calibration Qty: 1 Unit: Unit 11. Dry Bath Incubator Adjustable Sizes For Tubes And Test Tubes 4 Block Touch Screen Dry Bath Controller: Pid Digital Temp Range: Ambient +5° To 130°c (ambient At 25°c) Temp Control Accuracy: At 37°c ≤ ± 0.5°c Temp Uniformity: At 37°c ≤ ± 1°c Timer Range: 0-99:59 Min Or Continuous Voltage: 200/240 V With Training, Warranty, And Calibration" Qty: 1 Unit: Unit 12. Molecular Laboratory Freezer Type: High-performance Refrigerator Capacity (english): 45.8 Cu. Ft. Capacity (metric): 1297 L Temperature (setpoint): 3°-7°c (5°c) Refrigerant: R290 Door Style: Glass No. Of Doors: 2 Shelves: 8 Wire Certifications/compliance: Ul, Cul, Energystar Display: Microprocessor Defrost: Automatic Monitoring Options: Alarm, Recorder Smart View Compatibility: Smart-vue Compatible Dimensions (d X W X H) Interior: 28.5 X 52.5 X 58 In. (72.4 X 133.4 X 147.3 Cm) Dimensions (l X W X H) Exterior: 36.6 X 56.5 X 78.5 In (93.1 X 143.5 X 199.4 Cm) With Training, Warranty, And Calibration Qty: 1 Unit: Unit 13. Micropipette (multichannel) "the Pipette Shaft Can Be Unscrewed And Is Entirely Autoclavable (121 °c). Functions: Pipetting, Reverse Pipetting, Mixing, Dispensing, Up To 300 Μl Also Gel-electrophoresis. Easy Calibration-technique For Making Quick Adjustments Of The Electronic, Without Tools. Limitations Of Use: Operating Temperature Of Instrument And Reagent Should Be Between +15 °c And +40 °c (59 °f To 104 °f) Vapor Pressure Up To 500 Mbar Viscosity: 260 Mpas For Viscous Media, The Speed Must Be Adjusted If Necessary. With Warranty And Calibration" Qty: 1 Unit: Unit 14. Vortex "lab Vortex Mixer Shaker Speed 0-2800rpm, Orbital, Diameter 4mm, 50/60 Hz Test Tube Mixer Touch And Continuous Modes With Warranty And Calibration" Qty: 1 Unit: Unit 15. Portable Microcentrifuge "max Speed (rpm): 7000 Max Rcf (xg) : 2680×g Rotor Capacity : 0.5/1.5/2.0ml×8, 0.2ml×32 Pcr Tubes, 0.2ml×4 Pcr 8 Strips With Warranty And Calibration" Qty: 1 Unit: Unit ------------------------------------------------------------------------------------------------------------------------------ Lot 2 | Total Cost: Php. 1,530,000.00 Technical & Scientific Equipment For Colleges 1. Casagrande Liquid Limit Apparatus Coverage S-log3, S- Gamut3, S-cinetone, User Luts Internal Mic + Inputs, Usb Streaming 3" 1.03m- Dot Vari-angle Lcd Touchscreen Qty: 1 Unit: Set 2. Basic Soil Sampling Kit 3-1/4″ Regular, Sand And Mud Auger, 5/8″ Thread ( 1 Each) 18″ Rubber Coated Cross Handle 5/8″ Thread 2″ X 6″ Soil Core Sampler Cup 2″ Soil Core Sampler Cap, 5/8″ Thread Regular Slide Hammer 5/8″ Thread Three 4′ Extensions, 5/8″ Thread 2″ X 6″ Plastic Liner 2″ Plastic End Caps (2) 12″ Crescent Wrench (2) Universal Slip Wrench 2″ X 12″ Nylon Brush Foam Padded Carrying Case With Handles And Wheels Qty: 1 Unit: Unit 3. Analytical Balance Digital Analytical Balance Capacity: 320 G Readabilility: 0.0001 G Repeatability: ±0.0003 Mg Linearity: 0.0002 Mg Stabilization Time: Approx. 3.5 Seconds Weighing Chamber: 6.45 × 5.84 × 9.88 In (164 × 149 × 251 Mm) Pan Size: Ø 3.6 In 90 Mm Dimensions: 8.54 × 17.4 × 12.24 In (217 × 442 × 316 Mm) Est. Weight: Approx. 17.6 Lb (8.0 Kg) Power: 120 Vac (ac Adapter) 50/60 Hz Qty: 1 Unit: Unit 4. Sieve Set Set Of Stainless-steel Wire Mesh Sieves Of 7.87-inch (200 Mm) Diameter, With Different Apertures Measuring Range 0.063 Micron - 0.32 In (8 Mm) Sample Specification Disturbed Sieves Diameter 7.9 In | 200 Mm Sieves Height 2 In | 50 Mm Sieve Openings 0.0025 In, 0.0035 In, 0.005 In, 0.007 In, 0.01 In, 0.014 In, 0.02 In, 0.028 In, 0.039 In, 0.079 In, 0.158 In, 0.32 In Qty: 1 Unit: Unit 5. Analytical Balance Digital Analytical Balance Capacity: 320 G Readabilility: 0.0001 G Repeatability: ±0.0003 Mg Linearity: 0.0002 Mg Stabilization Time: Approx. 3.5 Seconds Weighing Chamber: 6.45 × 5.84 × 9.88 In (164 × 149 × 251 Mm) Pan Size: Ø 3.6 In 90 Mm Dimensions: 8.54 × 17.4 × 12.24 In (217 × 442 × 316 Mm) Est. Weight: Approx. 17.6 Lb (8.0 Kg) Power: 120 Vac (ac Adapter) 50/60 Hz Qty: 1 Unit: Unit 6. Autoclave Sterilizer 150l Vertical Pressure Steam Sterilizer (autoclave) • With A Large Capacity For Heavier Loads And An Automated Sterilization Process • Ensures Thorough Sterilization Of Your Products, Hassle-free. • Precise Temperature And Pressure Controls, Combined With Advanced Safety Features • 150l Or 158 Quart Size (equivalent To 5 All American 30 Quart Stove-top Pressure Cookers). • High Quality Sus 304 Stainless Steel Internal Construction. 6kw Electric Heater (110v/60hz, 63a) Get To Pressure In 25 Mins. • Quick Heating Means Faster Turnaround Times. Sterilize Grain Spawn Perfectly. Temperature Is Adjustable And Can Be Used To Pasteurize. • Two Stackable Internal Baskets Make Loading And Unloading A Breeze • Safety Door Opening Mechanism, The Door Remains Locked As Long As The Chamber Is Under-pressure. Water Level Sensor With Automatic Shutoff & Over-pressure Bleed Off Valve. Qty: 1 Unit: Unit 7. Laboratory Oven Nominal Capacity 780 Liters • Max. Temperature 200°c Air Convection • Forced Power 4200 W • Internal Dimensions Mm (approx.)(lxdxh) 815x814x1201 External Dimensions Mm (approx.) (lxdxh) 1213x1214x1461 • Number Of Grid Shelves: 3 • Features Digital Pid Temperature Control System • High Temperature Uniformity And Precision Over Temperature Protection • Stainless Steel Internal And External Lining “linen Patterned” • Forced Convection Airflow 200°c Max. Temperature • Supplied Complete With Three Grid Shelves 3 Weight Approx.: 200 Kg Highlights • The Laboratory Ovens Are Specially Designed For Soil, Aggregates, And Asphalt Testing. • These Advanced Models Feature All Stainless Steel Internal And External Lining, With 60 Mm Thick Insulation, • Fast Heat Up, • Easy-to-read Digital Control, And • Forced Convection Airflow For Uniform Temperature Throughout The Oven Chamber. Easy To Slide Shelves. Qty: 1 Unit: Unit 8. Microscope Type: Compound Binocular Biological Microscopes Body: Aluminum Die-cast Metal Frame, Protective Plastic Covering Qty: 6 Unit: Unit 9. Multiparameter Waterproof Portable Logging Multiparameter Meter That Monitors Up To 14 Different Water Quality Parameters. The Microprocessor Based Multi-sensor Probe Allows For The Measurement Of Key Parameters Including Ph, Orp, Conductivity, Dissolved Oxygen, Qty: 1 Unit: Unit 10. Microscope Polarizing Trinocular Microscope Eyepieces And Magnification Wide Field Wf10x(¦µ22mm) • Dividing Eyepiece (field Number: ¦µ22mm) 0.10mm/div • Four Magnifications: 50x, 100x, 400x, And 600x Led Transmitted & Reflected • Trinocular Is Inclined 30 And Enable To Shoot In 100% Light Flux. • 10x Eyepiece Set. Pl 10x/22mm. High Eye-point For Ease Of Viewing When Wearing Eyeglasses. • Reverse Facing Quadruple Nosepiece! A Better Design That Allows Easier Access To The Slides Since Objectives Are Pointed Out Of The Way! • Objective Centering Screws On Nosepiece For Precise Alignment. Head – Interpupillary Distance – Diopter • Inclined Trinocular Head (easier To View Than 45 Deg. • Adjusts To The Distance Between Your Eyes: 50 To 80mm Interpupillary Distance. • Diopter Adjustment To Correct For Your Specific Vision Needs. Illuminating System • 3w Led, Brightness Enable Control. • Polarizer Can Be Rotated 360°. • Analyzer Can Be Rotatable 360° With Scale And Minimum Vernier. • Integrated Field And Aperture Diaphragm. Focus System • Coaxial Fine And Coarse Focusing Knobs On Both Sides Of Microscope. • Coarse Adjustment Travel Range: 28mm. (stage Movement Distance Up/down). • Fine Adjustment Division: 0.002mm. • Adjustable Lock Ring Stop To Limit Coarse Range To Protect Slides. • Tension Adjustable Coarse Focusing. • W/ 14mp Hdmi Camera Qty: 1 Unit: Unit 11. Muffle Furnace Size: 680"910 870 External Material: Cold Rolled Steel Carbon Steel Spraying Lnternal Material:ceramic Inner Chamber Weight : 111kg Voltage: 110v-220v Product Name: Muffle Furnace Max.temp.(c): 1300 Capacity(l): 6 Temp.accuracy: ±1℃ Consumption(kw): 6 Power Supply: 220/380v±10%,50/6ohz Heating Rate: 0-30℃/min Rising Time(empty): 30 Minutes Temp.uniformity: ±5℃ Heating Element: Nickel Chromium Alloy Wire Qty: 1 Unit: Unit
Closing Date10 Apr 2025
Tender AmountPHP 5.9 Million (USD 104.5 K)
5271-5280 of 5312 archived Tenders