Printing Tenders

Printing Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Notice Of Sources Sought The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses (sdvosb), Veteran Owned Small Businesses (vosb), And Small Businesses Interested And Capable Of Providing The Services Requested, As Well As Any Large Businesses. The Results From This Source Sought Notice Will Be Used To Determine The Appropriate Set-aside. The Intended Contract Is A Firm-fixed Price Service Contract. The Department Of Veterans Affairs, Nco20 Is Looking For Vendor Sources For The Following Requirement: A Blanket Purchase Order (base + 4 Option Years) For Urinalysis Testing See Attachments For More Information: Attachment A: V20 Estimated Urinalysis Test List Volume Attachment B: V20 Participating Medical Centers And Pocs Attachment C: V20 Bpa Price List (must Be Filled Out) Required Information In Your Response To Sources Sought: In Order To Be Considered A Valid Source That Can Impact The Set-aside Determination Of A Possible Future Solicitation, Potential Contractors Shall Provide, At A Minimum, The Following Information To Peter.park2@va.gov By Below Response Deadline: 1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Uei. Provide Any Existing Gsa/fss Contract Number This Requirement Can Be Fulfilled Under. 2) Please Identify Your Company S Size In Comparison To The Anticipated North American Industry Classification System (naics) Code 334516 Analytical Laboratory Instrument Manufacturing. To Be Considered A Small Business Your Company Must Have Less Than 1,000 Employees. This Notice Is To Determine The Marketplace For This Specific Requirement. Please Check One Of The Following: [ ] Yes [ ] No Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No Veteran Owned Small Business (vosb) [ ] Yes [ ] No Small Business Manufacturers [ ] Yes [ ] No All Other Small Business (sb) [ ] Yes [ ] No Other Than Small Business 3) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Provide A Sba Certification And Be Registered With U.s. Small Business Administration Veteran Small Business Certification (vetcert) Located At Https://veterans.certify.sba.gov/. 4) Only Authorized Service Representatives/providers Of The Manufacturer Will Be Considered. No Used, Refurbished, Remanufactured, Or Counterfeit Parts Will Be Allowed. Please Provide A Proof Of Authorized Service Provider Letter From Manufacturer. 5) Please Complete The Attached Price List (attachment C). This Is Not A Quote. 6) Capabilities Statement Addressing The Requirements In The Statement Of Work To Include: References For Similar Services Currently Being Provided Or Previously Provided At The Required Service Levels As Outlined In The Statement Of Work. The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam). Service Address: Various Stations In Nco 20 See Attachment Point Of Contact: Peter Park Contracting Officer Peter.park2@va.gov Response Deadline: 12/20/2024 By 3:00pm Pacific Time Statement Of Work: Bpa For Visn 20 Cprr Urinalysis Testing Bpa Language The Government Will Award A Cprr Bpa To A Single Contractor For Urinalysis Testing. Contractor Agrees To The Following Terms Of The Bpa Exclusively With Visn 20 And Awarded In The Final Bpa. Under This Agreement, The Bpa Holder Shall Provide Cprr Urinalysis Testing For All Visn20 Medical Facilities. The Vha Facilities Within Visn20 Listed On This Bpa Are Authorized To Order Any Item Listed On The Price/cost Schedule At The Listed Price. No Items May Be Ordered Off This Bpa Unless They Are Listed On The Price/cost Schedule. Additional, Related Items May Be Added Without Further Competition To The Price/cost Schedule With The Award Of A Modification By The Administering Contracting Officer (co). The Administering Co Is The Only Vha Employee Authorized To Modify This Bpa. Obligation Of Funds This Bpa Does Not Obligate Any Funds. The Government Is Only Obligated To The Extent Of Authorized Task Orders Issued Under This Bpa. Period Of Agreement This Bpa Is Effective From The Date Of Award For A Period Of 5 Years. Option To Extend The Term Of The Bpa The Government May Extend The Term Of This Bpa For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. By Written Notice To The Contractor At Any Time Prior To The Expiration Of The Bpa, Provided That The Government Shall Give The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Bpa Expires. The Preliminary Notice Does Not Commit The Government To An Extension. Prices And Terms Visn20 Has Provided An Estimated Annual Volume By Test As Reflected In Attachment A. Pricing Is Based On The Average Annual Test Volume. The Government Estimates The Volumes As Listed In Attachment A But Does Not Guarantee Volumes As Listed; They Are Estimates Only And The Government Doesn T Guarantee That All Listed Stations Will Participate In The Bpa. The Government Estimates, But Does Not Guarantee, That Individual Bpa Orders Placed Against This Agreement May Reach $825,000.00/per Order. This Order Limit May Be Increased By Mutual Agreement Of The Parties As Necessary, In Whole Or Part. The Authorized Ceiling Limit Of The Agreement Is Set At $4,500,000.00 Over The Period Covered By The Agreement; This Ceiling Is Also Not A Guarantee. The Ceiling Limit May Also Be Raised In Association With Order Limit Increases Or Other Conditions Which, By Mutual Agreement Of The Parties, Maybe Considered Necessary. Authorization For Individual Task Orders Above The Stated Task Order And/or Ceiling Limits Must Be Coordinated Through The Contracting Officer Before Larger Valued Orders Can Be Issued And Prior To Commencement Of Work. All Unauthorized Work, Regardless Of Amount, Will Be Processed Through The Ratification Process. Price/cost Schedule Estimated Quantities And Pricing Per Facility Order Placement All Properly Warranted Cos Serving Visn20 Are Authorized To Place Orders Under This Bpa. Task Orders Will Be Placed Against This Bpa Using Outlook Email Messages, Electronic Data Interchange (edi), Fax Internet Portal, Paper Or Oral Communications. Delivery Order Oversight Each Ordering Location Will Designate A Contracting Officer's Representative (cor) Or Poc (if Dollar Amounts Warrant A Cor, And Subject To Co Approval), Who Will Be Responsible For Verifying Contract Compliance And Certify Invoices. Requirement Specifications / Statement Of Work Scope: The Contractor Shall Provide Automated Clinical Laboratory Urinalysis Testing For Urine Dipstick Chemistries, Urine Microscopic Analysis, And Body Fluid Analysis (as Applicable) To Produce Cost Per Reportable Results (cprr) For The Locations Listed Below. Installation And Operational Training Will Be Provided By The Vendor At The Government S Facility. Vendor Will Provide Field Service Support. Vendor Will Also Supply Government With Sufficient Supplies, Reagents, And Training To Execute The Urinalysis Analyzer In The Performance Of The Testing Listed For Each Site Based On Estimated Patient Results Per Month. Equipment Will Be Defined By The Facility. Participating Locations: Alaska Va Healthcare System: 1201 North Muldoon Road, Anchorage, Ak 99504 Boise Va Medical Center: 500 West Fort Street. Boise, Id 83702 Eugene Health Care Center: 3355 Chad Dr., Eugene, Or 97408 Va Portland Health Care System: 3710 Sw U.s. Veterans Hospital Road, Portland, Or 97239 Roseburg Va Health Care System: 913 Nw Garden Valley Blvd., Roseburg, Or 97471 Va Southern Oregon Rehabilitation Center: 8495 Crater Lake Hwy., White City, Or 97503 Va Puget Sound Health Care System - American Lake Division: 9600 Veterans Dr Southwest, Tacoma, Wa 98493 Va Puget Sound Health Care System: 1660 S. Columbian Way, Seattle, Wa 98108 Mann-grandstaff Va Medical Center: 4815 N. Assembly Street, Spokane, Wa 99205 Jonathan M. Wainwright Memorial Va Medical Center: 77 Wainwright Drive, Walla Walla, Wa 99362 Map And Locations For Medical Centers And Clinics Within The Visn 20 Northwest Network Can Be Found At The Following Link: Https://www.va.gov/directory/guide/region.asp?id=1020. General Requirements: Leased (cost Per Reportable Result) Equipment. All Related Consumables And Supplies. All Necessary Service To Keep Equipment In Manufacturer's Operating Conditions, Both Preventive Maintenance And Emergency Repairs. Training For Personnel Operating Equipment. Cost Per Reportable Result Cprr: Cost Per Patient Reportable Result (cprr): As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers - Contractors Are Required To Provide A Price For A Reportable Patient Result. The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5-year Equipment Use, (2) All Reagents, Standards, Vendor Provided Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories, And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation Of A Patient Reportable Result. This Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution; Repeat And Confirmatory Testing Required To Produce A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi). (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation And Removal Of Equipment At No Additional Charge. Parameters: The Calculation For Price And Quantity Of Reagents In The Annual List Included In The Contract As Based On An Estimated Annual Number Of Reportable Results Provided By The Government. The Annual Quantities Of Supplies Shall Be Sufficient For Testing As Long As The Reportable Results Are Submitted In Compliance With The Following Parameters: Numbers Of Reportable Results Actually Performed By The Government Are Within Ten Percent Of The Annual Estimated Reportable Results As Indicated By The Annual Supply List. Use Of The Instrument(s) Are In Accordance With Instrument Usage Information Provided By Government (primary, Back-up Or Alternate). Test Volumes Are Determined By The Government. No More Than 10 Percent Repeats. Two Levels Of Quality Control To Be Run As Required By The Manufacturer Every Test Day. Calibrators For Periodic Calibration Checks And Demand To Validate Systems Following Major Repair Or Resolution Of Negative Quality Control Trends. Adjustments: The Government And Vendor Will Conduct Ongoing Reviews No Less Than Annually To Monitor Contract Performance Against Agreed Upon Efficiencies, Operational Assumptions, And Product Utilization (cppr Parameters). The Vendor Will Notify The Government When Such Reviews Indicate An Adjustment To The Quarterly Standing Order Shipments May Be Required. The Government Will Cooperate With The Vendor In The Conduct Of The Reviews. Vendor, Their Personnel, And Their Sub Vendors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.839.201 Contract Clause For Information And Technology Security. Equipment: Vendor Will Provide Urinalysis Analyzer(s) For Lease To Meet Visn20 Facilities Usage Needs. Installation: The Vendor Shall Deliver And Install All Rented Or Purchased Equipment Under This Contract After An Order Is Placed. Equipment Shall Be Installed Within 30 Business Days After Receipt Of Order. Equipment Shall Not Be Considered Installed Until Va Employee Certifies That The Equipment Is Properly Functioning And Has The Necessary Supplies To Perform Its Required Function. The Vendor Shall Maintain A Record Of Installation To Include: Location, Model Number, Serial Number, And Date Of Installation. Removal: The Vendor Shall Un-install And Remove All Rented Equipment Under This Bpa From The Requesting Facility Upon Request. Equipment Shall Be Removed Within 30 Days Of Request. Equipment Shall Be Considered Removed Upon A Va Employee Certification That The Equipment And All Accessories Have Been Taken By An Employee Of The Vendor And There Is No Disruption And /or Damage To The Surrounding Area. The Vendor Shall Maintain A Record Of Removal To Include: Location, Model Number, Serial Number, And Date Of Removal. Equipment Requirements: Vendor Shall Provide Urinalysis Systems That Meet The Following Requirements: Instrument Shall Include Chemical Analysis Of Urine (to Include Bilirubin, Urobilinogen, Ph, Specific Gravity, Glucose, Protein, Blood, Nitrites, Ketones And Leukoesterase) Without Interference From Urines With Common Abnormal Colors (red, Orange, Etc.). Instrument Shall Also Identify Formed Elements Including But Not Limited To, Red Blood Cells, White Blood Cells, Epithelial Cells (differentiating Transitional, Renal, And Squamous) Crystals, Casts, Bacteria, And Yeast Without The Need To Consistently Verify With Manual Microscopy. There Must Be A Direct, Automated Specimen Pathway Between The Chemistry Urinalysis Specimen Sampling And Testing And The Microscopic Urinalysis Sampling And Testing. Equipment Shall Provide Accurate Test Assay Results For Sample Specimens Up To The Manufacturer's Defined Maximum Tests Per Hour Without Excessive Malfunctions, Breakdowns, Or Service Calls. Instrumentation Shall Have Auto Reflex Testing Capability For Specimens Which Require Sediment Analysis. System Shall Have A Minimum Throughput Of 60 Samples Per Hour On The Microscopic Side. The Instrument Shall Have Customer Defined Rule Criteria To Reduce The Number Of Manual Reviews And Off-line Testing Required By The Operator. The System Shall Have The Ability For Auto-validation, Should The Facility Choose To Auto Validate Results. Instrument Shall Auto-classify Formed Elements With Limited Review By The Operator. Microscopic Analysis Must Be Fully Quantitative. Microscopic Analysis Must Have The Ability For The Instrument To Identify Cellular Microscopic Components And Provide Reviewable Digital Images. Instrument Must Offer Limited To No Carryover From Sample To Sample To Reduce Interference. Instrument Must Have The Ability To Continuously Feed At Least 300 Chemistry Strips Without Operator Re-load. Time From Standby To Operation Processing Samples Is Less Than 3 Minutes. Time Required For Routine Maintenance Activities Shall Take Less Than 30 Minutes Daily And Less Than 30 Minutes Weekly/monthly. All Testing Shall Be Fda Approved, Including Body Fluids If Available. Current Waste Stream Analysis And Sds (safety Data Sheets) Shall Be Provided To All Locations. Editable Electronic Copy In Clsi (clinical And Laboratory Standards Institute) Format Of Operating Procedures Shall Be Furnished With Each Instrument Supplied To All Participating Facilities. Testing Shall Include Current Laboratory Assays, But The Va Reserves The Right To Add Additional Tests To Test Menu. Protocols In Place For Various Degrees Of Urine Turbidity. A Selection Of Instruments Will Be Available Based On Volume, Test Menu Needs And Throughput Requirements Of Each Individual Facility. Instrument Shall Allow Patient Sample To Be Used For Repeats Or Reruns On The Same Or Different Instrument. All Instruments Must Be New (non-refurbished) Equipment. Contractor Shall Provide All Upgrades To The Equipment Hardware And Operating System Software, At No Additional Cost To The Government. (note Current Va Security Regulations Require Windows Based Operating Systems Be Windows 10 Or Higher). Instruments That Have The Ability To Have Access To The Internet Must Follow Va It Security Policies. The Internet Access Must Be Verified And Adhered To Before And During All Internet Access. Contractor S Software Is Required To Be Compatible And Interface Immediately Upon Award With Governmental Systems Which Include Cprs, Vista, And Cerner. Contractor Must Provide Evidence With Their Solicitation Response That Their Software Is Already Accepted For Use By Vha It Systems. All Equipment Shall Come With Any Required Accessories To Perform Normal Duties, To Include But Not Limited To, Properly Programmed Printers And Monitors, And Ups. The Analyzers Will Be Va Laboratory Information System (lis) Interfaceable, And The Vendor Will Supply Lis Specifications And Assist With The Interface Connections. Operation Of Software Uses Minimal Computer Strokes To Move From Testing To Reagent To Data Analysis Or/and Other Screens. Size Of Instrumentation Shall Be No More Than 65 W X 21 D. If Stand Is Required, It Is Included In The Contract At No Additional Cost. Upgrades Shall Be Delivered And Installed Within 60 Days Of Issuance To The Commercial Market. An Operator's Manual Shall Be Furnished With Each Instrument Supplied To Va And Updates To Manual Shall Be Provided In A Timely Manner. Uptime Guarantee/ Performance Penalty: Vendor Agrees That All Equipment Provided Shall Be Operable And Available For Use No Less Than 98% Of Operational Time Per Month. Each Instrument At Site Shall Be Computed Separately. Operational Time Is 24 Hours Per Day 7 Days A Week. Downtime Is Defined As When The Vendor Is Not Able To Produce Clinically Acceptable Results On The System Monitor And Will Be Computed From The Time The Government Notified The Hotline During Normal Working Hours Until The Field Service Engineer Returns The Instrument To The Government And The Government Can Produce Acceptable Clinical Results. Scheduled Maintenance Is Excluded From Downtime. Method Validations: Once The Instrument Has Been Installed According To The Vendor Specifications At The Government Location The Vendor Will Supply A Technical Representative To Perform Method Validation Studies During All Equipment Installations At All Facilities. The Method Validations Will Be Completed To Include The Necessary Studies Required For Clinical Laboratory Information Act (clia), College Of American Pathologist (cap) And Department Of Veterans Affairs (va) Regulatory Agencies And Shall Include Precision, Linearity And Current System To New System Correlations As Well As Establishment Of Normal And Therapeutic Ranges. The Va Will Not Accept Equipment Until It Passes All Validation Testing. Validation Testing Will Be Conducted On The Facilities Primary And Secondary Testing Methods. The Va Will Provide All The Samples Necessary For The Validation Studies. Maintenance And Repairs: Vendor Shall Provide Preventative And Corrective Maintenance Per Manufacturer's Recommendation. This Shall Include Software Upgrades And Parts And Labor, To Maintain All Urinalysis Equipment And Accessories. At A Minimum, Preventative Maintenance Shall Be Twice Annually, Beginning Six (6) Months After Installation. Vendor Will Furnish All Transportation, Equipment, Tools And Labor To Accomplish The Required Maintenance. Emergency Repairs Shall Be Performed After Initial Telephone Notification That The Equipment Is Inoperative. The Field Service Representative Will Call To Schedule Onsite Service Within 2 Hours Of Notification From Technical Assistance Hotline If Necessary. The Vendor Shall Provide The Government With A Designated Point Of Contact And Telephone Number And Shall Make Arrangements To Enable His Maintenance Representative To Receive Such Notification. Telephone Service Support Shall Be Available 24 Hours/day,7days A Week. Onsite Field Service Support Shall Be Available Monday- Friday 8am- 4:30 Pm (local Time). Onsite Repairs Shall Be Initiated Within 24 Hours Of First Notification From Technical Hotline To Field Service Engineer. Efforts Shall Be Made By The Vendor To Minimize Disruption To Governments And Employees (i.e. Reschedule If Work Interferes With Normal Operation, Access Equipment When Convenient To The Needs Of The Va, Etc.) Vendor Shall Maintain Cleanliness Of Work Area And Minimize Dust And Contaminants To Areas Adjacent To The Job Site. Vendor Shall Furnish A Malfunction Incident Report To The Installation Upon Completion Of Repair Call Within 2 Business Days After The Completion Of Work. The Report Shall Include As A Minimum The Following: Date And Time Notified. Date And Time Of Arrival. Serial Number, Type And Model Number(s) Of Equipment. Time Spent For Repair. Description Of Malfunction And Repair. Proof Of Repair That Included Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. Each Instrument Provided By The Vendor Shall Maintain An Uptime Of 98% In Each Month Of The Term Of The Agreement. During The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 5% Or Greater Of The Normal Working Days In One Calendar Month, It Is The Responsibility Of The Vendor To Immediately Replace The Broken Laboratory Equipment With New Equipment At No Additional Cost To The Government. The Responsibility For Maintaining The Equipment Furnished In Operating Condition In Accordance To Manufacturer's Instruction, Shall Solely Be The Responsibility Of The Vendor. The Contractor Shall Not Leave A Service Call Open Pending Verification That Repairs Are Completed By The Contractor's Maintenance Personnel. For Each Instrument Provided, The Vendor Shall Treat Each Notification For An Emergency/repair Service Call Form The Government As A Separate And New Service Call. The Following Are Guaranteed Throughout The Life Of This Contract: Priority Scheduling Of Requests For Service. Unlimited Emergency Service. No Charges For Labor, Travel Or Any Other Related Expenses. Unlimited Parts. No Charge For Replacement Parts Which Become Marginal Or Defective Due To Normal Use During Agreement Period. Factory Authorized Product Updates And Modifications. Installed At No Additional Charge For Improved Product Performance And Reliability. Factory Trained And Authorized Service Engineers. Continual Upgrading And Certification Of Engineers In Latest Instrument Technology. Training: With The Exception Of Specific Training Requirements Stated Herein, Which Shall Have Precedence; Vendor Shall Provide "operator" Training In Accordance With The Terms, Conditions, And Provisions Of The Vendor's Existing Federal Supply Service Contract. Listed Below Are The Training Requirements: The Vendor Shall Provide, At No Cost To The Government, On-site Training And Key Operator Training For At Least 2 Operators Per Instrument Per Site. Provide Initial In-depth Training For Two Key Operators At The Facility And For Each Individual Instrument Provided. Provide Annual Training For One Va Equipment Operator, Per Each Instrument, For The Participating Medical Center. Provide On-site Vendor Operator Training For All Personnel Who Will Run Instrument With Training Provided For All Applicable Shifts. The Vendor Shall Have An On-going Training Program For Employees By The Technical Service Representatives On Any New Products Or Updates On The Product Lines. All Materials For Training Will Be Provided At No Additional Cost To The Government. The Vendor Will Provide Competency Assessment Protocols For Use At Each Site Consistent With Federal (clia) And Cap Training Requirements. Reagents, Controls And Supplies: Routine Reagents, Controls And Disposables (supplies) For Chemical And Microscopic Urinalysis Testing Shall Be Provided By The Vendor And Shall Adhere To The Following Requirements. Reagents Including Controls And Disposables Shall Be Identified Prior To Delivery. Reagents Including Controls And Disposables To Be Listed In A Separate Table. The Table Should Include Annual Reagent Volumes, Costs, And Shipping Charges For Each Quarterly Standing Order Delivery. Reagent Manufacturer Shelf Life Shall Be No Less Than 12 Months. Reagents For The Analyzer Are Marked For Easy Recognition By The Operator And Shall Contain The Appropriate Facility Purchase Order Number In The Delivery Address. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Order. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By The Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Delivery Shall Be Within Four (4) Business Days Of The Prior Agreed Upon Shipment Date Or It Shall Be Considered Late. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. Consumables Will Be Provided On Demand As Needed If The Consumable Allotments Are Insufficient To Meet The Needs Of The Facility. Vendor Shall Supply All Changes To The Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes And Shall Be Coordinated With The Va Facility Point Of Contact To Implement The Changes In Accordance With Manufacturer's Recommendations. Space Availability: All Proposed Urinalysis Equipment Must Fit The Existing Space At Each Visn 20 P&lms Facility's, Without The Need For Renovation Work. Small Scale Re-arrangement Of Furniture Is Acceptable. Fitting Existing Space Shall Include Conforming To The Current Structural Parameters Of Each Lab, In Each Facility, In Terms Of Delivery, Installation And Lab Space. (i.e., Equipment Size, Weight, Packaged Size For Delivery, Electrical/voltage). Special Requirements: In Addition To The General Requirements For The Urinalysis Cprr Requirements Stated Above, The Contractor Shall Meet The Following Special Requirements: Equipment Shall Have A Fully Established Va Veterans Health Information Systems And Technology Architecture (vista) Computer System And Cerner Interface Program Via Data Innovations Middleware, With All Downloads/software Necessary To Transfer Data Into Patient Files In Va Vista And Cerner Computer Systems Via Data Innovations Middleware, At No Additional Cost To Va. Provide Bi-directional Interface With Data Innovations And Appropriate Quality Control Analysis System And All Components Necessary To Interface With Va Vista And Cerner Computer System. The Contractor Shall Provide An Auto Verification Package Through Data Innovations For Validation Utilizing The Instrument Manager Which Includes Rules And Technical Support For The Duration Of This Contract. Contractor Shall Assist In The Establishment, Testing, Deployment, And Troubleshooting In The Full Capacity Of The Middleware Before Implementation Date. The Contractor Is Responsible For Verifying Any Software Upgrades With The Instrument During Its Life, Will Be Compatible With Data Innovations Middleware. Contractor Shall Provide Automated, Walk-away Urinalysis Chemistry Analyzer With Peripherals With Direct, Automated Sample Pathway To An Automated, Walk-away Microscopic Urinalysis Analyzer With Peripherals For Sampling And Testing. Shall Provide Data Backup. Systems Shall Provide Ease Of Use (uncomplicated Menus), With Minimal Maintenance Required. Shall Provide Flexibility In Test Volumes. Shall Be Easy To Troubleshoot. Provide Extended Expiration Date Of Supplies. Uninterruptible Power Supply (surge Protection, Battery Backup) Provided By Vendor For All Associated Electrical Instruments And Ancillary Components Excluding Printer. Provide A Water System, If Required. If A Printer Is Required To Produce Patient Or Qc Reports, One Shall Be Provided Per System And Replaced If Broken. Cessation Of Testing: If, For Any Reason, Contractor Ceases Testing Of Any Urinalysis Assays, The Contractor Must Notify The Va Contracting Office And Laboratories, 60 Calendar Days Prior To The Change. Until A New Solicitation Can Be Issued, Or The Problem Resolved, The Contractor Shall Be Held Liable For All Costs If Performance Is Ceased, As The Lab Facility May Have To Resort To Outsourcing The Tests In Order To Continue Patient Care. The Vendor Will Be Responsible For The Following: Cost Per Reportable Result Program Reagents, Controls And Supplies: Routine Reagents And Disposables. Reagents Including Controls And Disposables To Be Listed In Separate Table. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Agreement. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. The Quality Of The Products Shall Be High Enough To Satisfy Proficiency Testing Standards Of The College Of American Pathologists (cap) And The Joint Commission (tjc). Changes In Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes Will Be Approved By The Vendor In Accordance With Manufacturer's Recommendations. Additional Reagents, If Required, Will Be Provided By The Vendor At No Additional Charge. The Government Will Be Responsible For The Following: Cost Per Reportable Result Program: Cppr Periodic Payments: Refer To Attachment A For Volumes. Test Description Estimated Volume Per Year Price Per Reportable. During The Agreement The Government Will Report By The 10th Of Each Month, To The Vendor In Writing Or Electronically, The Number Of Reportable Results Generated In The Previous Month. The Vendor Will Invoice The Government Based On The Report Of Reportable Tests. Laboratory Manager Or Designee Will Act As Contracting Officer Representative (cotr) For This Contract. Security: Returning Leased Equipment Constitutes A Risk. Va Employees Must Sanitize Va Sensitive Information Residing On Leased Equipment Before Releasing That Equipment From Direct Va Control, Or The Media Will Not Be Returned Upon Termination Of The Contract. Per Visn 20 Va Information Security Policies, No Hard Drives Or Computer Disks Containing Va Patient Information Will Be Removed From Va Facilities. At The Time Of Turn-in Or Removal Due To Failure, The Va Facility Will Remove All Sensitive Data From Information Systems Storage Devices Or Render The Data From These Systems Unreadable. No Federal Information Processing Equipment Will Be Discontinued From Rental/lease Or Exchange Without Compliance With This Require. Contract Personnel Will Not Have Direct Access To A Va System Or Va Sensitive Information. All Work/maintenance Will Be Accomplished By Va Laboratory Personnel As An Intermediary. If Contract Leased/purchased Equipment Contains Sensitive Information (pii/phi) To Be Directly Uploaded To/downloaded From Va Systems, A Mou/isa Shall Be Established Between The Vendor And Va. Unidirectional, Deidentified Data From Contract Leased/purchased Equipment To The Va Network Shall Be Protected In Accordance With Established Va Security Policy. Quality Assurance Monitoring: The Contractor Service Requirements Are Summarized Into Performance Objectives That Relate Directly To Mission Essential Items. The Performance Thresholds Briefly Describe The Minimum Acceptable Levels Of Service Required For Each Requirement. These Thresholds Are Critical To Mission Success. Information And Information System Security/privacy General Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. Access To Va Information And Va Information Systems A Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. Custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. The Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor's Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. Va Information Custodial Language Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor's Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va's Information Is Returned To The Va Or Destroyed In Accordance With Va's Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. Prior To Termination Or Completion Of This Contract, Contractor/ Subcontractor Must Not Destroy Information Received From Va, Or Gathered/ Created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations, And Policies In This Contract. The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. If A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. The Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. The Contractor/subcontractor's Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va's Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va's Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. Notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. For Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor. Information System Design And Development Information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. The Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. The Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default "program Files" Directory And Silently Install And Uninstall. Applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. The Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. The Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. The Contractor/subcontractor Agrees To: Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: The Systems Of Records (sor); And The Design, Development, Or Operation Work That The Contractor/ Subcontractor Is To Perform Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. In The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. "operation Of A System Of Records" Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. "record" Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person's Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. "system Of Records" Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual. The Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As "systems"), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. The Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 10 Days. When The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 10 Days. All Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. Information System Hosting, Operation, Maintenance, Or Use For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerablity Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor's Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va's Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor's Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government- Owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. The Contractor/subcontractor's System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va's Poa&m Management Process. The Contractor/subcontractor Must Use Va's Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/ Subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re- Authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. The Contractor/subcontractor Must Conduct An Annual Self Assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. Va Prohibits The Installation And Use Of Personally-owned Or Contractor/ Subcontractor- Owned Equipment Or Software On Va's Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va- Approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/ Subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: Vendor Must Accept The System Without The Drive; Va's Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; The Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And Any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre- Approved And Described In The Purchase Order Or Contract. A Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. Security Incident Investigation The Term "security Incident" Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/ Subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/ Subcontractor Has Access. To The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. Liquidated Damages For Data Breach Consistent With The Requirements Of 38 U.s.c. 5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. The Contractor/subcontractor Shall Provide Notice To Va Of A "security Incident" As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: Nature Of The Event (loss, Theft, Unauthorized Access); Description Of The Event, Including: Date Of Occurrence; Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; Number Of Individuals Affected Or Potentially Affected; Names Of Individuals Or Groups Affected Or Potentially Affected; Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; Amount Of Time The Data Has Been Out Of Va Control; The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); Known Misuses Of Data Containing Sensitive Personal Information, If Any; Assessment Of The Potential Harm To The Affected Individuals; Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $42.00 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: Notification; One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; Data Breach Analysis; Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. Security Controls Compliance Testing On A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day's Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. Training All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document - E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] The Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Court Of Appeals Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Request For Quotation Rental Service Of Professional Lights And Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) Amp-006-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment And Manpower For The 89th Founding Anniversary Of The Court Of Appeals ₱84,000.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than January 27, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-006-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Total Price Professional Lights And Sounds Equipment 1 Lot Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Total Price In Figures: Total Price In Words: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Rental Service Of Professional Lights & Sounds, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is Eighty-four Thousand Pesos (php84,000.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirement: Lot Item Description Qty 1 Lot Professional Lights And Sounds Equipment Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: Delivery Shall Be Made On Or Before 6:00 Am Of 03 February 2025, At Court Of Appeals – Manila, Maria Orosa St. Ermita, Manila. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.
Closing Date27 Jan 2025
Tender AmountPHP 84 K (USD 1.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Laboratory Equipment and Services
United States
Details: Statement Of Work 1. Title: Boiler Plant Instrumentation Calibration, Combustion And Tune, Device Testing And Motor Vibration Analysis Services To Support The St. Cloud Va Health Care System. 2. Overview: The Contractor Shall Provide Boiler Safety Device Testing, Tuning, Inspection, Calibration Of Boiler Plant Equipment, Burners, Controls, Instruments At The Frequency Described On The Schedule Below. 3. Definitions: a. Co Contracting Officer b. Va Department Of Veterans Affairs c. Vahcs St. Cloud Va Health Care System d. Vatr Veterans Affairs Technical Representative e. Contractor Employee Means All Contractor Staff, Technicians, Personnel, Subcontractors, Or Persons Working On Behalf Of The Contractor. 4. Place Of Performance: st. Cloud Va Health Care System, 4801 Veterans Drive, St. St Cloud, Mn 56303 period Of Performance: this Contract Will Be A Single Award, Firm Fixed Price Service Contract For 1 (one) Base Year From With 4 (four) Option Years. qualifications And Special Certifications: certified Technicians Shall Have Completed At Least A One-year Trade School And Have Five Years Successful Experience In This Field. The Experience Shall Be Largely With Institutional And Industrial Boiler Plants Similar In Design To The Vahcs Plant. the Vahcs Facility Manager/engineer May Define And Accept Equivalent Qualifications. technicians Shall Demonstrate Familiarity With And Ready Access To The Current Versions Of The Following References: nfpa 85, Boiler And Combustion Systems Hazards Code. vha Boiler Plant Safety Device Testing Manual, Most Current Edition. technicians Shall Be Equipped With Portable Electronic Flue Gas Analyzers And Other Test Instruments Necessary For The Required Tests And Calibrations, To Calibrate All Instruments, Gauges, And Transmitters As Required Herein. All Must Be Calibrated Within One Month Prior To Test P-1 And P-4, Or Recalibration Must Be Completed. at Facilities With Programmable Digital Controls, The Technicians Must Be Capable Of Programming The Controls And Have The Appropriate Hardware And Software For This. any Anticipated Sub-contracting Work Shall Be Presented In A Sub-contracting Plan, Which Is To Include The Identity Of The Sub-contractor Who Will Be Performing The Work. The Co And The Vatr Must Approve, In Writing, Any Sub-contract Work Prior To Its Commencement. the Contractor Shall Provide Experience, Past Performance, And References With Their Bid Submission. regulations / Directives / Policies: vha Directive 1810, Boiler And Boiler Plant Operations (most Current Version) vha Boiler Plant Safety Device Testing Manual (most Current Version) master Construction Specification, Division 23- Heating, Ventilating And Air Conditioning. nfpa 85 - National Fire Protection Association. Boiler And Combustion Systems Hazards Code (most Current Edition) boiler Safety Device Testing Data Sheet combustion Performance Data Sheet compliance With All State, Federal, And Local Laws scope Of Work: the Contractor Shall Provide All Transportation, Lodging, Meals, Labor, Personnel, Equipment, Tools, Materials, And Any Resources Necessary To Provide The Following Services. Semiannual Boiler Combustion And Tune, Semiannual Instrument Calibration To Include All Associated Instruments, Semiannual Motor Vibration Analysis, And Annual Safety Device Testing. special Notes: Only One Boiler Is Allowed To Be Offline For Testing/tune Purposes At A Time! if A Boiler Plant Emergency, Site Emergency, Or National Emergency Develops, Contractor Will Cease Testing At The Request Of Site Personnel. boiler Performance Testing: p1 Through P4 Shall Be Completed In Accordance With Vha Directive 1810 (most Current Edition) And Vha Boiler And Associated Plant Safety Device Testing Manual (most Current Edition) p-1 - Semiannual Boiler Combustion And Tune p-2 - Semiannual Instrumentation Calibration p-3 - Semiannual Motor Vibration Analysis p-4 - Annual Safety Device Testing tests Will Follow Vha Boiler Plant Safety Device Testing Manual Procedures Verbatim. technicians Shall Provide All Tools, Equipment, And Labor Necessary To Perform Inspection, Testing, Calibrating, And Adjustments Of Burners And Boiler And Boiler Plant Controls As Specified Below. this Shall Be Done Every Six Or Twelve Months In Accordance With A Schedule Provided By Vahcs. instrumentation, Monitoring, And Data Management Systems As Listed Per Directive 1810 Appendix B Table 2 Number 10 Shall Be Calibrated Every Six Months. provide At Least Two Weeks Notice To The Boiler Plant Supervisor Prior To Performing The Work. work Must Be Conducted When The Boiler Plant Supervisor Or His/her Designate Is Available On Site To Monitor The Work. during Normal Business Hours Unless Approved By The Boiler Plant Supervisor. vahcs Will Have The Boilers That Are To Be Serviced Prepared For The Technicians Upon Their Scheduled Arrival. this Includes Having The Boilers Clean Of Soot And Loose Scale; Fully Warmed And At Normal Steam Pressure; Steam Exhaust Silencer System Operable. performance Testing Of Boiler, Burner, Economizer (if Provided), Combustion Control, Boiler Plant Instrumentation To Be Done In Accordance With Va Master Construction Specifications, Office Of Construction And Facilities Management Til (technical Information Library) Division 23. perform Overall Visual Inspection Of Systems. Observing Any Minor Or Major Deficiencies Before Administering Test Procedures. verify That Systems Comply With Referenced Code And Vahcs Requirements. perform Tests On Each Boiler On All Main Burner Fuels. operate Burner(s) On Each Fuel From Low Fire To High Fire And Back To Low Fire In At Least Twelve Increments And Record Combustion Performance, Flue Gas Oxygen, Carbon Monoxide, Nox, Fuel Train Pressures, Atomizing Train Pressures, Burner Pressures, Combustion Air Temperature, Flue Temperatures And Boiler Steam Output. if Required By Local Emissions Authorities, Provides Services Of Testing Firm To Determine Nox And Carbon Monoxide. Test Firm Shall Be Acceptable To Emissions Authorities. note: If Nox Emissions Limits Are Applicable, List The Method Of Testing That Is Required By Local Authorities If It Differs From The Method Listed. nox Emissions Shall Be Tested With Electronic Analyzer Reading In Parts Per Million. Analyzer Shall Be Calibrated With Certified Test Gas Within Three Months Prior To Use. Analyzer Shall Be Accurate To Plus Or Minus 5% Of Reading. test No. P-1: Combustion And Tune operate Boiler On Each Fuel, With Economizer (if Provided) In Service And Record Data For At Least Twelve Evenly Spaced Steam Loads From Low Fire Start To 100% Of Full Steam Output, And In The Same Sequence Back To Low Fire. demonstrate Performance And Efficiency Required By Paragraphs Under Articles, Boiler, Burner And Fuel Trains, And Economizer. demonstrate Proper Operation Of Combustion Controls, Draft Control (if Provided), Feed Water Level Controls, And Instrumentation Systems (section 23 09 11, Instrumentation And Control For Boiler Plant). when Flue Gas Oxygen Trim Is Provided, Conduct Tests With Trim Control On Manual At The Zero Trim (null) Position (section 23 09 11, Instrumentation And Control For Boiler Plant). after Completion Of Tests With Trim Control On Manual Control, Repeat The Tests On One Fuel With The Trim Control On Automatic Control. test No. P-2: Calibration check Current Draw Of Forced Draft Fan Motor At Startup And At 100 Percent Of Maximum Boiler Load. current Draw Shall Not Exceed Full Load Current Stamped On Motor Nameplate. this Test May Be Combined With Test No. P-1. list Of Instrumentation And Controls To Be Inspected And Calibrated: (yokogawa, Rose Mount, Cleaver Brooks, Mcdaniel, Trerice, Setra, Ashcroft, Ari Industries Inc, Siemens.) steam Flow Transmitters (all). steam Flow Recorders/computer Readout. flue Gas Oxygen Sampling, Analyzing And Recorder/computer Readout. boiler And Economizer Stack Temperature Transmitters And Recorder/computer Readout. master Steam Pressure And Combustion Controllers. boiler Outlet Draft Controllers. boiler Water Level Controllers. feedwater Deaerator And Condensate Storage Tank Water Level Controllers Including Overflow. all Pressure And Temperature Sensors, Gauges, And Transmitters. test Methods: utilize Permanent Instrumentation Systems For Data. All Systems Shall Be Operable And In Calibration. utilize Portable Thermocouple Pyrometer Furnished And Retained By Contractor To Measure Stack Temperature As A Verification Of Permanent Stack Temperature Recorder. use Portable Electronic Flue Gas Analyzer To Determine Constituents Of Flue Gas. analyzer Shall Be Capable Of Measuring Oxygen In Percent With Accuracy Of Plus Or Minus 0.5 Percent Oxygen And Carbon Monoxide In Parts Per Million (ppm) With Accuracy Of Plus Or Minus 5 Percent Of Reading (range 0-l000 Ppm). obtain Oxygen And Carbon Monoxide Readings At Each Test Point. calibrate Instrument With Certified Test Gases Within Three Months Prior To Use And Immediately After Analyzer Cell Replacement. in Test No. P-1 Retain Boiler At Each Load Point For A Time Period Sufficient To Permit Stabilization Of Flue Gas Temperature And Other Parameters. steam Loads For Tests May Be Furnished By The Hospital Systems, By Operation Of The Steam Silencer Vent System, Or By A Combination Of The Above. utilize Dry Bulb And Wet Bulb Thermometers Furnished And Retained By Contractor For Checking Combustion Air. smoke Testing Shall Be By Visual Observation. if Smoke Density Monitor Is Not Provided, Utilize Bacharach Model 21-7006 Smoke Test Kit. if There Is Disagreement With The Results Of These Tests, Provide Qualified Observation Person And Tests In Compliance With Epa Reference Method 9 (cfr 40, Part 60, Appendix A). an Additional Efficiency Test Will Be Required, Conforming To Asme Performance Test Code Ptc 4, If The Boiler Efficiency Determined In The Test P-1 Above, Does Not Comply With Requirements. utilize Asme Test Forms Ptc 4.1.a, 4.1.b, And The Abbreviated Input-output And Heat Balance Methods. compare The Combustion Performance Data With Vahcs Requirements And Previous Readings. (flue Gas Oxygen, Carbon Monoxide And Nox). if Necessary, Make Adjustments To The Fuel, Combustion Air Controllers, And Fgr Controller And Damper To Obtain The Required Performance. record The New Performance Data. Flash S.d. Card With New Tune. p-3: Motor Vibration Analysis check Vibration Of All Electric Motors In The Boiler Plant: Burner Fans, Feed Water Motors, And Condensate Motors. Total Of 9 Motors. equipment List: description type make model/serial Number year boiler 1 fire Tube cleaver Brooks 200-600-200 2008 boiler 2 fire Tube cleaver Brooks 200-600-200 2008 boiler 3 fire Tube cleaver Brooks 200-600-200 2008 boiler 4 fire Tube cleaver Brooks 200-400-200 2008 da Tank industrial Steam stamp # 13194 2008 surge Tank industrial Steam stamp # 13138 2008 va Technical Representatives: Primary: Boiler Plant Supervisor, 320-252-1670 Ext. 6829 Alternate: Lead Plant Operator, 320-252-1670 Ext. 6347 11. Schedule: contractor Shall Perform On-site Services During Normal Business Hours, 8:00 Am To 4:30 Pm, Monday Through Friday, Excluding Federal Holidays, Unless Otherwise Coordinated With The Vatr. if A Holiday Falls On Sunday, The Following Monday Will Be Observed As The Legal Holiday. If A Holiday Falls On Saturday, The Preceding Friday Is Observed As A Legal Holiday. the Eleven National Holidays Observed By The Federal Government Are: New Years Day January 1 Martin Luther King Jr. Day Third Monday In January Presidents Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19 Independence Day July 4 Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11 Thanksgiving Day Fourth Thursday In November Christmas Day December 25 Any Additional Federal Holiday Declared By The President Of The United States the Contractor Shall Coordinate With The Vatr For An Agreed Upon Work Schedule To Determine When Services Can Be Performed. work May Be Required To Be Performed Outside Of Normal Duty Hours If Mutually Agreed Upon By The Vatr Or Designate And Contractor. Any Work Resulting In Hours Outside Of 8:00 Am To 4:30 Pm Ct Because Of Operational Impacts Shall Occur At No Additional Expense To The Government. the Contractor Shall Provide A Minimum Of 48-hour Notice Of Any Schedule Changes. schedule: description type make model Number Serial Number year type Of Service testing Month(s) boiler # 1-3 Boiler # 4, da Tank, surge Tank fire Tube cleaver Brooks 200-600-200 200-400-200 2008 instrument Calibration april - May October - November boiler # 1-3 Boiler # 4, da Tank, surge Tank fire Tube cleaver Brooks industrial steam 200-600-200 200-400-200 2008 safety Device Testing october november boiler # 1-3 Boiler # 4 fire Tube cleaver Brooks 200-600-200 200-400-200 2008 combustion Tuning april - May October - November boiler # 1-3 Boiler # 4, da Tank, surge Tank fire Tube cleaver Brooks industrial steam 200-600-200 200-400-200 2008 motor Vibration Analysis april - May October - November 12. Reporting Requirements: performance Data Reports: The Contractor Shall Develop And Submit To The Government For Approval, A Written Report For Instrumentation And Calibration, And Vibration Analysis Within Ten (10) Calendar Days After Contract Award. the Contractor Shall Submit Completed Required Reports On All Services To The Vatr Within Fifteen (15) Business Days From The Completion Of Services. at A Minimum, The Report Shall Contain: device Description And/or Model Number date(s) Of Services method equipment Inspection Checklist And Comment Section For Identifying System Defects name And Signature Of Service Technician defects/deficiencies (if Applicable) combustion Performance Data Sheet 13. Service Label: after A Calibration/testing/inspection/analyzed Service Has Been Accomplished For Each Device, A Service Label Shall Be Placed Conspicuously, Readily Accessible, Visible, And Legible, On The Device In The Immediate Vicinity Of The System Tag Or Existing Device Label. the Label Shall Be Writeable And Made Of Heat Resistant, Self-destructing Material With Self-sticking Adhesive On The Back. the Label Shall Be Pre-printed With The Following Information: company Name Or Identifier (logo) With The Company S Full Address technician Name (signature Line) all Information Pertaining To Complete Date Of Service: Year, Month, Day. this System Has Been: Inspected Or Certified all Information Pertaining To Next Service Due: Days And Years. this Information Shall Be Clearly And Permanently Affixed To The Label Capable Of Withstanding The Elements. 14. Safety Requirements: safety Requirements And Reporting: the Contractor Is Solely Responsible For Compliance With All Federal, State, And Local Laws, The Occupational, Safety And Health Act (osha) (public Law 91-596) And The Resulting Standards, Osha Standards 29 Cfr 1910 And 1926, As Applicable And Shall Perform All Work In A Safe Manner As Required By These Standards. the Contractor Shall Implement An Occupational Safety And Health Plan To Ensure The Safety Of Their Personnel, As Well As The Protection Of Government Personnel And Property. Additionally, The Contractor Is Responsible For The Safety And Health Of All Sub-contractor Employees. the Contractor Shall Provide A Verbal Report To The Co Within 24 Hours Of An Accident Resulting In Injury, Death, Occupational Disease, Or Adverse Environmental Impact. the Contractor Shall Provide A Completed Copy Of Required Accident Investigation Reports To The Co Within Five Calendar Days Of Each Occurrence. safety: the Contractor Shall Have In Place A Documented And Comprehensive Health And Safety Program To Ensure All Shredding Activities Are Provided In A Safe And Secure Manor. 15. Security Requirements: badges: contractor And/or All Sub-contracted Personal Are Required To Always Wear And Have Visible A Contractor Badge. badges Are Issued By Facilities Management (fm), B-3, Second Floor. Fm Office Hours Are Monday Friday, 8:00 Am 4:30 Pm. the Contractor Shall Be Required To Obtain And Display Identification Badges For All Employees Requiring Access To The St Cloud Va Facility. these Badges Will Be Government Furnished And Issued To Contractor Employees Upon Initial Entry, Under Contract. identification Shall Be Always Worn On The Outer Clothing Between The Neck And Waist On The Front Of The Body And Visible With The Contractor S Name Plainly Displayed. loss Of A Contractor Badge Shall Be Reported To The Vatr No Later Than The Following Workday. There Is A $30.00 Fee For A Lost Badge. all Contract Personal Shall Be Checked In By Facilities Management (fm) Located In Building 3, Second Floor. contractor Personnel Will Be Escorted By Va Staff. 16. Damage To Government Equipment And Property: the Contractor Shall Take All Necessary Precautions To Prevent Damage To Government Equipment And Property. the Contractor Shall Report Damage Of Government Property Or Equipment To The Contracting Officer And/or Vatr Within 24 Hours Of The Incident. 17. Invoicing: the Contractor Shall Submit Invoice(s) In Arrears After The Services Have Been Completed. invoice Shall Include, But Not Limited To: contract Number purchase Order (po) Number (changes Each Option Year) date Of Service location description quantities 18. References: reference Upon Request 1 - Master Construction Specification, Division 23- Heating, Ventilating And Air Conditioning attachments: 1 - Vha Directive 1810, Boiler And Boiler Plant Operations 2 - Vha Boiler Plant Safety Device Testing Manual -most Current Edition 3 - Combustion Performance Data Sheet 4 Safety Device Testing Data Sheet
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Department Of Social Welfare And Development Main Tender

Software and IT Solutions
Philippines
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consulting Services For The Development Of The Kaagapay Website Dswd Rfp No. 25-gop-svp-cf-001 (pr No. 2024101480) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2025 Funds Intends To Apply The Sum Of Nine Hundred Forty Thousand Pesos (php940,000.00) Being The Approved Budget For The Contract (abc) For The Hiring Of Consulting Services For The Development Of The Kaagapay Website Under (dswd Rfp No. 25-gop-svp-cf-001). 2. Objectives The Consulting Firm Will Be Engaged To Execute The Software Development Cycle For Establishing The Kaagapay Website. The Project Will Encompass The Following Objectives: A. Business Requirements Analysis: Thoroughly Analyze The Business Requirements To Understand The Needs And Specifications For The Kaagapay Website. B. Design And Development: Design And Develop The Kaagapay Website In Alignment With The Identified Business Requirements. C. Quality Assurance And Privacy Impact Assessment: Conduct Necessary Quality Assurance Tests And Complete A Privacy Impact Assessment To Ensure The Website Meets All Required Standards And Regulations. D. Vulnerability Assessment: Address Weaknesses And Flaws Of The Web Application And Ensure Data Security In Accordance With The Memorandum Circular No. 03 Series Of 2024. E. Deployment And Training: Assist With The Deployment Of The Kaagapay Website And Provide Training For Trainers To Facilitate Smooth Adoption And Use. F. Post-deployment Warranty: Offer Warranty Service Post-deployment To Address Any Issues And Ensure Ongoing Support Within The Dswd Domain. 3. Scope Of Work The Consulting Firm Is Responsible For Designing, Developing, Testing, Deploying, And Supporting The Maintenance Of The Kaagapay Website Development Project. The Project’s Primary Goal Is To Create An Interactive Portal To Support The Department, Dswd Partners And Donors In Contributing Directly To Disaster Relief, Calamity Response, Dswd Care Facilities, Beneficiaries, And Clients. This Does Not Include Walk-in Donations Made To The Dswd Without Having To Access The Portal. Moreover, This Portal Will Streamline Communication And Donations, Incorporating An E-wallet System Linked With Land Bank Of The Philippines (lbp), Maya And Gcash Payment Portals. The Consulting Firm Will Begin With Project Planning, Developing An Inception Report Or Project Plan That Outlines The Framework, Approaches, Methodologies, And Specific Timelines For Tasks And Deliverables, Including A Privacy Impact Assessment. Following This, A Comprehensive Requirements Analysis And System Design Will Be Conducted To Understand Dswd’s Needs And Define System Specifications. Project Management Will Ensure That The Project Progresses As Planned And Meets Its Objectives. The Software Development Phase Will Involve Coding, Configuring, And Creating All Necessary System Components To Ensure Functionality And User-friendliness Of The Website. The Kaagapay Portal Will Offer Three (3) Distinct Areas For Donors To Facilitate Donations: A. Dswd Official Partners And Centers • Disaster Donations  For Cash Donations, Bank Details Of The Dswd Where Donors Can Send Are Available For Their Reference Such As The Account Name And Account Number.  For In-kind Donations, Donors Can Facilitate It By Filling In Donor Details (name, Contact Information, Address Of The Identified Dswd Office) And Selecting A Logistics Partner (e.g. Air21, Lbc, Transportify, J&t, Or Grab).  For International Donors, They Can Only Donate In Cash. • Centers And Residential Care Facilities  Donors Can Choose Specific Categories, Such As Children And Youth, Women, Family Or Community, Persons With Disabilities, Or Senior Citizens.  Donors Will Then Select A Specific Center Or Residential Care Facility Which They Wish To Donate To. This Portion Includes The Contact Details Of The Center Focal Person Or Representative.  International Donors Can Only Provide Cash Donations, Entering Necessary Details To Complete The Process. B. Private Social Welfare And Development Agencies (swdas) And Non-government Agencies • Donors Can Select Centers And Residential Care Facilities Or Public Solicitation From Foundations Or Organizations They Want To Send Their Donations To. • The Procedure For Centers And Residential Care Facilities Mirrors Non-disaster Donations Under Dswd Official Partners, Including Selecting Specific Categories And Centers, Providing Donation Details, And Completing The Process. • For The Public Solicitation, The Donors May Choose From The List Of Current Public Solicitation Activities. Details Of The Activity Are Also Available For Reference. Public Solicitation Activities Only Accept Cash Donations. C. Local Government Units (lgus) • Donors Can Select From The List Of Current Disasters They Wish To Send Their Donations. Once The Donors Identify Which Disaster And Local Government To Donate To, Details Are Available For Their Reference Including The Affected Areas, Contact Details And Email Addresses Of The Municipalities/cities/provinces. • The Donation Process Follows The Same Procedure As The Disaster Donations. International Donors May Only Donate Cash. Donors Are Required To Provide Necessary Details To Complete Their Donations. Actors Involved: The Actors Involved In This Project Include Donors (individuals, Private Companies, Groups) Who Wish To Provide Donations To: • Dswd Offices And Centers • Private Swdas And Ngos • Lgus Affected By Disasters Backend Team: The Backend Team Responsible For Maintaining And Updating The Website Will Include: • Administrator From The Office Of Assistant Secretary For Partnerships Building And Resource Mobilization Under The Office Of The Secretary. • Financial Management Service For Monitoring Fund Allocation And Receiving Donations In Kind. • Technical Staff, Including It Admins And System Administrators, For Website Maintenance And Updates. 4. Technical Requirements And Deliverables A. Design Documents: Design Documents Will Encompass Detailed Plans And Blueprints For The Kaagapay Website. This Includes User Interface Designs, System Architecture, Workflow Diagrams, And Other Visual Or Textual Representations That Illustrate How The Kaagapay Web Platform Will Be Structured And Function. The Design Documents Will Serve As A Guide For Developers And Stakeholders Throughout The Development Process. B. Source Code: The Source Code For The Kaagapay Website Represents The Core Programming Instructions Written In A Programming Language To Build The System. It Should Be Well-documented, Structured, And Maintainable, Ensuring That Future Updates And Modifications Can Be Made Efficiently. The Source Code Will Be The Proprietary Asset Of Dswd And Should Adhere To Industry-standard Coding Practices. C. Documentation: This Includes Comprehensive Documentation Covering All Aspects Of The Kaagapay Website. It Should Detail The System’s Functionality, Installation, Configuration, And Troubleshooting Guidelines. User Manuals For Different Stakeholders (administrative Staff, Service Providers, Beneficiaries) Should Also Be Provided, Explaining How To Use The Platform Effectively. D. Training: Training Modules Or Sessions Should Be Provided To Dswd Staff And Other Relevant Stakeholders. The Training Should Cover System Operation, Basic Troubleshooting, And Administrative Tasks To Ensure The Dswd Team Can Effectively Manage And Operate The Kaagapay Website Post-deployment. E. Support: Post-deployment Support Services Are Crucial For The Operational Stability Of The Kaagapay Website. This Includes Technical Support For Troubleshooting And Resolving Issues, Maintenance Services For System Updates And Bug Fixes, And Customer Support For User Queries And Assistance. A Clear Support Structure Should Be Defined, Including Contact Points, Response Times, And Escalation Procedures. The Service Provider Shall Provide 4-years Warranty Period To Address Issues, Error, Bugs, Vulnerabilities And Quality Issues At No Additional Cost For The Dswd And With The Prescribed Sla (provide Sla). Technical Requirements: A. General Requirements 1. Web-based Compatibility: Kaagapay Website, Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. 2. Infrastructure Deployment: The System Will Be Hosted On Dswd’s Managed Infrastructure, Aligning With Modern Application Deployment Practices For Scalability And Reliability. 3. Compatibility With Dswd Infrastructure: Kaagapay Website Must Be Compatible With Existing Dswd Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards. 4. User Load Capacity: The System Should Be Capable Of Handling User Traffic As Projected By Dswd, Ensuring Consistent Performance Even During Peak Usage Periods. 5. Licensing And Server Provision: Dswd Will Provide Licenses For Servers And Other Services That The Kaagapay Website Will Utilize In The Production Environment, Ensuring Compliance With Software Licensing Requirements. 6. Service Provider Access Limitations: The Service Provider Will Not Have Access To Dswd’s Production System. They Must Provide Comprehensive Instructions And Support For Dswd System Administrators For System Deployment And Setup. 7. Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Sole Property Of Dswd. 8. Generate Report: The Kaagapay Website Shall Be Able To Generate Report As To The Submitted Template By The Dswd (i.e. Summary Of Donation, Etc.). B. Functional Requirements 1. Provision Of Process Flows, Use-cases, And Wireframes: Dswd Will Provide The Service Provider With Approved Process Flows, Use-cases, And Wireframe Diagrams. This Information Is Crucial For Guiding The Development Process And Ensuring Alignment With Dswd’s Operational Requirements. 2. Regular Cadence Meetings: The Service Provider Is Required To Conduct Regular Meetings With Dswd. These Meetings Are Intended To Address And Resolve Any Issues Or Questions Arising During The Software Development Process, Ensuring Smooth Progression And Alignment With Project Goals. C. Non-functional Requirements 1. Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity And Data Privacy Policies. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. 2. Real-time Audit Log Transmission: The Kaagapay Website Must Becapable Of Sending Real-time Audit Logs To A Designated Syslog Server, Conforming To The Format Prescribed By Dswd. This Feature Is Crucial For Monitoring System Activities And Maintaining Security And Compliance. 3. Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. D. Software Quality Assurance (testing) 1. Comprehensive System Testing: The Service Provider Is Required To Conduct Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. 2. Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure And Safeguarded Against Potential Cyber Threats. 3. Load Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage. 4. User Acceptance Testing (uat): Dswd Will Conduct User Acceptance Testing To Ensure The System Meets Their Operational Needs And User Expectations Before Final Deployment. All Website Technical Issues That May Arise During This Activity Shall Be Updated By The Service Provider At No Additional Cost From The Department. E. Deployment Environment 1. Provider’s Development And Testing Environments: The Service Provider Is Responsible For Developing And Testing The System Within Their Own Development And Testing Environments. This Ensures That Initial Development And Primary Testing Phases Are Handled Independently Before Uat. 2. Dswd’s User Acceptance Testing (uat) Environment: Dswd Shall Provide A Separate Uat Environment. This Is Where Dswd Will Conduct User Acceptance Testing To Assess The System’s Functionality And Compliance With Specified Requirements Before Final Acceptance. 3. Dswd’s Production Environment: The Finalized System Shall Be Deployed In Dswd’s Production Environment. This Is Where End-users Will Operationalize And Access The System, Ensuring A Real-world, Operational Setting For The Kaagapay Website. 5. Work Deliverables And Payment Schedule Payment Tranches Deliverables Timeline % Of The Contract Price 1st • Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% 2nd • Inception Report • Business Process And Requirements Analysis (bpra) Report • System Requirements Specifications (srs) Document • System Design (wireframes, Use-cases) Within Five (5) Calendar Days After Acceptance And Approval Of The Inception Report 20% 3rd • Functional Kaagapay Website With Complete Modules, And Apis With Documentation Within Thirty (30) Calendar Days After Acceptance And Approval Of Bpra, Srs, And System Design 20% 4th • Completed And Dswd Approved Reports Of The Following: O Quality Assurance Tests O Performance Test O Vulnerability Assessment O Penetration Test O Privacy Impact Assessment O User Acceptance Test O Other Ict Technical Report That May Be Required 20% 5th • Users, Developers And System Administrators Manual • Training Manuals For Users • Documentation Of Training Of Trainers Conducted • Print And Multimedia Assets For Kaagapay System Walktrough • Troubleshooting Guide Within Ten (10) Calendar Days After Acceptance And Approval Of Uat, Vapt, And Other Documentary Requirements 20% 6th • Project Completion Report Consisting Of Sign-off Document With Packaged System Documentation (hard And Soft Copies Of Source Codes) Fully Deployed At Dswd Managed Infrastructure Within Ten (10) Calendar Days After Acceptance And Approval Of The Sign-off Document And Packaged System Documentation 20% The Consulting Firm Shall Develop The Kaagapay Website In Line With The Scope And Deliverables Outlined In This Terms Of Reference. The Solutions/information Systems/ Applications Are Expected To Be Delivered Within A Duration Of Two (2) Months For The Whole Project Implementation. Liquidation Damages And Payment: Please Note That The Project Success Hinges On Meeting All Agreed-upon Deliverables And Functionalities. Failure To Deliver The Kaagapay Website As Per The Defined Requirements May Result In The Dswd Withholding A Portion Of The Consulting Firm’s Payment. This Serves As An Incentive For The Firm To Prioritize Achieving The Project’s Exact Results And Ensures The Dswd Receives A Fully Functional Website That Meets Their Needs. 6. Institutional Arrangements Report Directly To Pbrmo And Will Work Under The Supervision Of Pbrmo And Ictms. A Dswd Project Management Team For The Development Of Kaagapay Website Will Also Be Created To Support The Consulting Firm. While The Location Of The Consultant Team May Be Flexible At Different Times Of The Project, It Is Expected That The Majority Of Consultancy Work And Activities Will Be Conducted In Quezon City And With The Dswd Project Personnel, Given That The Engagement With Business Owners And Stakeholders Is Critical To The Successful Delivery Of Outputs And The Project’s Scope Of Work And Requirements. 7. Ownership And Use The Dswd Kaagapay Website And Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity Or In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd. Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/ Modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase. 8. Qualifications The Consulting Firm Should Have The Following Minimum Qualifications: 1. With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors. 2. With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability. 3. With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable. This Project Shall Be Procured Using Section 53.9 (negotiated Procurement-small Value Procurement) Of The Revised 2016 Implementing Rules And Regulations Of Republic Act No. 9184 Or The Government Procurement Reform Act And Pursuant To The Following Criteria: Qualification Rating With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors 35% A. More Than Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System 35% B. Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System 30% With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 45% A. More Than Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 45% B. At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 40% With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable Role Quantity Project Manager 1 Developers 2-3 Ui/ux Designer 1 Quality Assurance (qa) Specialist 1 Business Analyst 1 Systems Administrator 1 20% A. More Than One (1) Project Team Member Has Technical Certification Relevant To Web-based Application Development 20% B. At Least One (1) Project Team Member Should Have A Technical Certification Relevant To Web-based Application Development. Below Is The Preferably Project Team Composition: 15% Total 100% Passing Rate: 85% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. 2025 Mayor’s/business Permit Or 2024 Mayor’s/business Permit With Proof Of Application And/or Official Receipt Of Renewal For 2025 (2025 Mayor’s/business Permit Must Be Submitted Prior To Award); F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 5:00pm Of 17 January 2025 (friday). 11. The Project Duration For Cy 2025 Is Two (2) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph (original Signed) Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee
Closing Date17 Jan 2025
Tender AmountPHP 940 K (USD 16 K)

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Modification #1 the Purpose Of This Modification Is Add The Complete Solicitation With The Clauses. Reference Attached File "1a 1305m325q0041 Prism With Clauses." ****** construction Project – Parking Lot Sealcoat Treatment And Striping In Accordance With The Statement Of Work. total Small Business Set-aside Per Far Part 13 Under The Simplified Acquisition Threshold (sat). Firm Fixed-price Contract Will Be Awarded Per The Trade-off Criteria In Car 1352.213-70. See The Attached Full Sf 18 Construction Clauses And Provisions With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. New Contract, No Incumbent. bonding/loc Will Be Required Unless Your Quote Is Under $35k. period Of Performance work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement. place Of Performance: pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204 las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139 the General Decision (gd) Id20240091, Posted On 02/16/2024 And Nv20240058, Posted On 09/20/2024 Will Be Incorporated And May Be Viewed At Www.sam.gov see The Attached Sf 18 Construction Template With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt. construction Purchase Order Clauses (fixed-price) updated Through Fac 2025-02 (jan 2025) far 36.204 Disclosure Of The Magnitude Of Construction Projects the Magnitude Is Between $25,000 And $100,000. utilization Of Fedconnect® For Contract Administration the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®. (end) car 1352.215-72 Inquiries (apr 2010) offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Marilyn.herrera@noaa.gov. Questions Should Be Received No Later Than 4:00 P.m. On 01/17/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Clause) far 52.236-27 Site Visit (construction) (feb 1995) (a) The Clauses At 52.236-2, Differing Site Conditions, And 52.236-3, Site Investigations And Conditions Affecting The Work, Will Be Included In Any Contract Awarded As A Result Of This Solicitation. Accordingly, Offerors Or Quoters Are Urged And Expected To Inspect The Site Where The Work Will Be Performed. (b) Site Visits May Be Arranged During Normal Duty Hours By Contacting: name: Mike Kent email: Mike.kent@noaa.gov phone: 805-889-0645 (end Of Provision) a Site Visit Is Highly Recommended But Not Required. Vendors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. car 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (apr 2010) the Government Intends To Award A Trade-off, Firm Fixed Price Purchase Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And Non-price Factors With Payment Terms Of Net 30. the Evaluation Will Consider The Non-price Technical Solution (technical Approach, Capability, Experience And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factors, Price Becomes More Important. the Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds. the Government May Award To Other Than The Lowest-priced Vendor Or The Vendor With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability. the Following Factors Are Listed In Order Of Importance And Will Be Used To Evaluate Quotations: technical Approach And Capability. the Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.) experience. the Offeror's Background, Experience, And Qualifications (relevant Past Projects Performing Similar Services, Certifications Related To Current Requirement, Etc.) Will Be Assessed To Determine The Likelihood That The Offeror Can Successfully Perform The Contract Requirements. Offeror Must Have Knowledge And Experience With Parking Lot Sealcoat Treatment And Striping. past Performance. quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information. the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services. offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. price. the Quoted Prices Will Be Evaluated But Not Scored. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution. period Of Performance: Work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement. warranty In Writing For Parts And Labor. (end Of Provision) car 1352.213-71 Instructions For Submitting Quotations Under The Simplified Acquisition Threshold—non-commercial (apr 2010) (a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code And Small Business Size Standard For This Acquisition Is 238990 And $19.0m. (b) Submission Of Quotations. Submit Quotations To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. At A Minimum, Quotations Must Show– (1) The Solicitation Number; (2) The Name, Address, And Telephone Number Of The Offeror; (3) Acknowledgment Of Solicitation Amendments; (4) A Technical Description Showing That The Offeror Can Supply The Requirements In The Specifications Or Statement Of Work In Sufficient Detail To Allow The Government To Evaluate The Quotation In Accordance With The Evaluation Factors Stated In The Solicitation. (5) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Reference Information (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information). (6) Price And Any Supporting Details For The Price, As Requested In The Solicitation. (c) Offerors Are Responsible For Submitting Quotations And Any Modifications Thereto, So As To Reach The Government Office Designated In The Solicitation By The Time Specified. The Offeror's Initial Quotation Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Accept Other Than The Lowest Quotation; And Waive Informalities And Minor Irregularities In Quotations Received. (end Of Provision) statement Of Work parking Lot Sealcoat Treatment And Striping background: the National Weather Service (nws), Weather Forecast Office (wfo’s) In Pocatello, Id And Las Vegas, Nv Have Parking Lots That Have Not Been Resealed In 10-15 Years And Are In Severe Need Of Treatment. The Existing Surface Has Deteriorated With Large Cracks. general Intention: to Obtain The Services Of Crack Repair, Seal Coat And Re-striping Parking Stalls To Include One Handicap Stall With Handicap Symbol. general Requirements: the Contractor Shall Provide All Supervision, Labor, Tools, Materials And Equipment Necessary To Perform Work As Stated. All Work And Materials Supplied Shall Be In Accordance With These Instructions, Manufacturer’s Specification, All Applicable Federal, State, Local, Osha, Epa, Nec, Nfpa, Building And Facilities Codes And Criteria. the Contractor Shall: 3.1. Provide, As Necessary, Sufficient Traffic Barricades While The Work Is In Progress To Restrict Access To The Work Area Until The Sealer Application And Re-striping Work Is Completed. Remove The Barricades Only After Notifying The Contracting Officer’s Representative (cor) That The Work Is Complete And Vehicle Access Is Authorized. 3.2. Contractor Shall Verify All Measurements Stated Below For Wfo Specifications. Total Asphalt Area For Each Site Is Listed Below. pocatello, Id - 14,350 Ft2 las Vegas, Nv - 14,500 Ft2 3.3. The Material Used Is Within Its Manufacturer Stated Shelf Life; Proof Of Shelf Life Shall Be Provided To The Cor. 3.4. Prior To Surface Cleaning, Clean Out All Cracks Using Compressed Air, And Seal All Cracks Between 1/8” To 2” In The Pavement Using An Approved Crack Sealant. The Crack Sealant Shall Be Compatible With The Surface Sealer Being Applied To The Asphalt Paved Areas Of This Project. 3.5. Repair Cracks That Are Larger Than 2” In Width By Saw Cutting. Remove 6” Of Old Material On Each Side Of The Crack (1 Foot In Total). Pack Removed Area With New Asphalt. 3.6. Before Applying The Sealer, All Foreign Material Shall Be Removed From The Surfaces To Be Treated Including Stall Striping Tape, Loose Material, Dirt, Clay, Oil And Grease Spots. Oil And Grease Spots Shall Be Cleaned And Spot Primed. After The Cleaning Operation And Prior To Application Of The Sealer, The Contractor Will Inspect The Area To Be Treated To Determine Its Ability To Receive The Sealer. 3.7. The Asphalt Sealer Shall Be Of A Type That Has Been Used Commercially In The Specified Areas For At Least The Past Three Years. The Sealer Shall Also Have A Proven Record Of Satisfactory Performance Based On The Ability Of The Material To Reduce The Rate Of Loss Of Fines And To Retard Crack Propagation Of The Pavement. 3.8. All Pavement Markings Which Existed Prior To The Application Of The Surface Sealer Shall Be Reestablished By The Contractor After The Manufacturer-recommended Curing Period. All Guidelines And Templates Shall Be Furnished By The Contractor. Finished Edges Of All Markings Shall Be Sharply Outlined. Paint Colors Shall Be Those As Specified By The American Association Of State Highway And Transportation Officials (aashto) For The Intended Use. attachments pocatello Wfo Drawing las Vegas Wfo Drawing submittal Requirements: the Contractor Shall Provide Electronic Copy Of Each Required Submittal In Accordance With The Below Schedule: deliverable objective due deliver To specification Sheets Describing In Detail The Marking Paint To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor specification Sheets Describing In Detail The Crack Sealing Material To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor specification Sheets Describing In Detail The Surface Sealing Material To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor work Schedule, With Start And Completion Dates coordinate Scheduling With Nws within 3 Days Of Awarded Contract, Or Before Work Begins cor designation Of On-site, Job-site Supervisor And Contact Information provide A Primary Point Of Contact (poc) To Nws contract Award cor 1-year Warranty Documentation warranty Parts And Labor upon Acceptance Of Work contracting Officer (co) sds (safety Data Sheet) list Any Hazardous Material That Will Be Used In Performance Of This Contract. Ref. Far 52.223-3 And Fed-std-313e within 3 Days Of Awarded Contract, Or Before Work Begins, Whichever Occurs First co/cor location: project Is To Be Completed On The Below Premises. pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204 las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139 period Of Performance: work Must Begin Within Ten (10) Business Days Of Award Of The Purchase Order; “work” Includes Ordering Materials Not Already In Stock And Necessary To Perform The Work. On Site Work Shall Be Completed Within Two Hundred And Forty (240) Calendar Days Of Receipt Of All Necessary Materials. definitions: where “as Shown”, “as Indicated”, “as Detailed”, Or Words Of Similar Import Are Used, It Shall Be Understood That Reference To The Drawings Accompanying This Specification Is Made Unless Stated Otherwise. where “as Directed”, “as Required”, “as Permitted”, “approved”, “acceptance”, Or Words Of Similar Import Are Used, It Shall Be Understood That The Direction, Requirements, Permission, Approval, Or Acceptance Of The Co Is Intended Unless Stated Otherwise. as Used Herein, “provided” Shall Be Understood To Mean “provided Complete In Place”, That Is “furnished And Installed”. regular Working Hours: regular Working Hours Are From 0700 To 1600 Monday Through Friday Except Federal Holidays And Other Days Specifically Designated By The Designated Representative. “regular Working Hours” Means Hours A Contractor Can Expect To Be Allowed To Perform Work On Site, Or Be Able To Contact The Office. Anything Outside Regular Working Hours Must Be Done By Permission Of The Cor. observance Of Legal Holidays And Site Closure Information the Contractor Shall Observe Any Federal Holidays If The Holiday Falls Within The Period Of Performance Of This Contract. when Any Holiday Falls On A Saturday, The Preceding Friday Is Observed; When Any Holiday Falls On A Sunday, The Following Monday Is Observed. All Personnel Assigned To This Contract Shall Limit Their Observation Of Holidays To Those Set Forth Above. in Each Instance, The Contractor Agrees To Continue To Provide Sufficient Personnel To Perform Requirements Of Any Critical Tasks Already In Operation Or Scheduled, And Shall Be Guided By The Instructions Issued By The Cor. In The Event Of A Site Dismissal Or Closure Due To Weather, Emergency Or Other Circumstances, The Contractor Is Instructed To Contact The Cor. 2025 Holiday Schedule date holiday wednesday, January 01 new Year’s Day monday, January 20 birthday Of Martin Luther King, Jr. monday, January 20* inauguration Day monday, February 17** washington’s Birthday monday, May 26 memorial Day thursday, June 19 juneteenth National Independence Day friday, July 04 independence Day monday, September 01 labor Day monday, October 13 columbus Day tuesday, November 11 veterans Day thursday, November 27 thanksgiving Day thursday, December 25 christmas Day *this Holiday Is Designated As "inauguration Day" In Section 6103(c) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Federal Employees In The Washington, Dc, Area Are Entitled To A Holiday On The Day A President Is Inaugurated On January 20th For Each Fourth Year After 1965. **this Holiday Is Designated As "washington's Birthday" In Section 6103(a) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Though Other Institutions Such As State And Local Governments And Private Businesses May Use Other Names, It Is Our Policy To Always Refer To Holidays By The Names Designated In The Law. conduct Of Work the Contractor Must Ensure Employees Are Physically Able To Accomplish The Work Specified Herein. All Such Employees Working On Government Premises Are Subject To All Applicable Federal Rules And Regulations With Regard To Entering And Leaving The Premises And Building(s). Any Contractor Employee Who Is Considered Incompetent, Careless, Insubordinate, Unsuitable, Or Otherwise Objectionable Or Whose Continued Employment Is Contrary To The Public Interest By The Government’s Designated Representative Will Be Promptly Removed From The Contract Work Upon Notification To The Contractor By The Contracting Officer That Such Conditions(s) Described Above Exist. Onlylegal Us Citizens And Immigrants Are Allowed To Work On Federal Government Construction Projects. safety Requirements: all Work Shall Be Conducted In A Safe Manner And Shall Comply With Station Regulations And Department Of Labor Standards. The Government Will Not Provide Safety Equipment To The Contractor. The Contractor’s Work Site May Be Inspected During Performance Of The Contract For Osha And Station Safety Violations. It Will Be The Contractor’s Responsibility To Rectify Any Violations Immediately. the Contractor Shall Report Any Accidents That Occur During The Performance Of The Contract To The Co Or A Designated Representative, Within 24-hours Of An Occurrence. provide And Maintain Fire Extinguishers In Construction Areas. Flammable And Combustible Liquids: Store, Dispense And Use Liquids In Accordance With 29 Cfr 1926, Nfpa 241 And Nfpa 30. security Requirements: all Personnel Performing Work Under This Contract Shall Be Legal Citizens Or Legal Immigrants Of The United States. identification Of Contractor Vehicles: each Contractor Provided Vehicle Shall Show The Contractor’s Name That Is Clearly Visible And Let The Administrative Assistant At The Front Desk Know What Vehicle Belongs To You As The Contractor. Display A Valid State License Plate And Safety Inspection Sticker, If Applicable. Contractor Vehicles Operated On Government Property Shall Be Maintained In Good Repair. station Regulations: the Contractor And His Employees Shall Become Acquainted With And Obey All Government Regulations As Posted, Or As Requested By The Cor. government-furnished Equipment, Utilities, And Facilities: a Designated Representative Will, Upon Request, Designate Specific Areas Adjacent To The Building And Within The Existing Parking Lot, Specific Areas For The Delivery And Lay-down Of Materials And Equipment To Be Used By The Contractor Specific To This Work. Utilities, Such As Electricity Specific To This Work Will Be Supplied By The Government. cleanup: the Premises Shall Be Kept Free At All Times From Accumulation Of Waste And/or Rubbish Resulting From The Work. Upon Completion Of The Work, All Debris, Tools And Surplus Materials Shall Be Removed And The Entire Area Shall Be Left In A Neat And Clean Condition. All Debris, Trash, Waste And Surplus Material Shall Be Properly Disposed Of Off-site. points Of Contact: to Be Provided At Time Of Award. invoicing: upon Completion And Acceptance Of The Work, The Invoice Shall Be Submitted Via The Invoice Processing Platform (ipp). The Nws Designated Representative To Certify For Payment Is To Be Provided At Time Of Award. construction Order Certifications And Other Statements Of Offerors (fixed-price) ***note: Offeror Must Complete And Return This Section With Quote.*** order/contract Number: 1305m325q0041 name Of Offeror: ____________________________________ asbestos-containing Materials Certification the Offeror Hereby Certifies That No Asbestos-containing Materials, Products Or Supplies Will Be Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Proposed Contract. The Offeror Also Certifies, That If Awarded The Contract, They Will Be Responsible For The Cost Of Removal Of All Asbestos-containing Materials, Products Or Supplies Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Contract, And The Cost For Remediation Of Any Hazard Created. offeror Name: ________________________________________ certifying Official (vendor Signs) signature: printed Name: title: date: authorized Negotiator(s) the Offeror Or Respondent Represents That The Following Persons Are Authorized To Negotiate On Its Behalf With The Government In Connection With This Request For Offer: name title telephone Number
Closing Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| contract Definitization (may 2023)|5|a Firm Fixed Price Purchase Order|firm Fixed Price|repair T&e Proposal: Not To Exceed 90 Days After Award Of Purchase Order Definitization Not To Exceed 180 Days After Award Of Purchase Order|firm Fixed Price|tbd| limitation Of Government Liability (apr 1984)|2|tbd|tbd| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4|||x|| annual Representations And Certifications (may 2024)|13|335313|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| if You Have Questions Concerning This Rfq, Please Contact The P.o.c. Carly gassert, Ph 717-605-5693, Fax 717-605-1569, Email:carly.a.gassert.civ@us.navy.mil note: This Request For Quotation (rfq) Is Being Issued Only To Open, Inspect and Evaluate The Subject Item(s) Required To Be Repaired. After Receipt Of your Quotation, A Contract Will Be Issued, And The Item(s) Needing Repaired will Be Shipped To Your Company For Opening, Inspection And Evaluation. unless Otherwise Specified, Your Quotation Is Valid For 60 Days. 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 Herein. with Your Quote For Teardown And Evaluation Pricing, Please Provide The Following Additional Information: repair Turn Around Time (rtat) Defined As Induction Start Date To End/final Delivery Date (in Days). throughput Constraint Defined As Total Assets To Be Repaired Monthly After Initial Delivery Commences. A Throughput Of 0000/month Reflects No Throughput Constraint. 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 1.2 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Circuit Breaker . 2. Applicable Documents 2.1 Applicable Documents; applicable Documents Are Cited In Sections "c" Through Sections "k" Of The Contract/purchase Order. 3. Requirements 1. For Necessary Services (labor And Material) To Inspect, Evaluate, Repair and Restore To First Class Operating Condition This Government Owned equipment In Accordance With Mfg/dwg ;l3 Harris Maritime Power & Energy Solutions / N/a; . Drawing Revision Level Shall Be the Same As That To Which The Item Was Originally Manufactured Up To Revision level ;n/a; . 2. Special Instructions ;part Number: Etn355310s31; . 3.1 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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. There Are 6 (six) 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. 6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: This Is A Sources Sought Notice Only: This Announcement Seeks Information From The Industry, Which Will Be Used For Preliminary Planning Purposes For Procurement. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. This Is Strictly Market Research. histology Reagent And Supplies the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry, Who Have The Capability To Provide Histology Reagent And Supplies. all Interested Firms Must Be Registered In Sam (system For Award Management) To Be Eligible For The Award Of Government Contracts. Interested Parties Responding To This Sources Sought Request Shall Submit The Following Information At A Minimum: (1) Company Name And Address Point Of Contact With Phone Number And Sam Uei. (2) Documentation Relating To Performance Capability, Current Point Of Contact, And Phone Number). (3) Socio-economic Status To Identify The Business Class As A Large Business, Sdvosb, Vosb, Small Business, Woman Owned, Etc. (4) Place Of Manufacture (5) Any Other Pertinent Company Documentation Prior To Submission Of Offers To A Solicitation. any Sd/vosb Firms Responding To This Sources Sought Notice Must Also Provide Proof Of Registration In The Sba Vet Cert Prior To Submitting Offers To A Solicitation. this Market Research Is For Informational And Planning Purposes. This Is Not A Solicitation And Does Not Obligate The Government To Issue A Solicitation. Please Be Advised That The Government Will Not Pay Any Costs For Responses And Information Submitted. All Submissions Are Acceptable Via Manases.cabrera@va.gov results Information: Respondents Will Not Be Notified Of The Results, And It Is At The Discretion Of The Government To Utilize Results. Firms Responding To This Sources Sought Announcement, Who Fail To Meet All Requirements As Stated Above, And Who Fail To Provide All The Required Information Requested, Will Not Be Used To Help The Government Make The Acquisition Decision, Which Is The Intent Of This Sources Sought Announcement. histology Reagent And Supplies statement Of Objectives items To Be Provided: histology Reagents And Supplies For The Contract Period Are Tbd. Histology Reagents And Supplies Will Be Ordered On As Needed Basis. lab Sites And Poc S va Boston Healthcare Systemâ  west Roxbury Campusâ  1400 Vfw Parkwayâ  west Roxbury, Ma 02132â  va Connecticut Healthcare Systemâ  west Haven Campusâ  950 Campbell Avenueâ  west Haven, Ct 06516â  va Providenceâ  830 Chalkstone Avenueâ  providence, Riâ â  02908   nameâ â  titleâ â  officeâ â  telephoneâ â  e-mail Addressâ â  wendy Strolloâ  ncl Program Directorâ  ncl Officeâ  203-841-5591â  wendy.strollo@va.govâ  holly Charpentierâ  program Support Nclâ  ncl Officeâ  802-296-1349â  holly.charpentier@va.govâ  jacqueline Hiteâ  program Support Nclâ  ncl Officeâ  203-601-0563â  jacqueline.hite@va.govâ  required: the Government Reserves The Right To Add Additional Testing Kits During The Life Of This Agreement.â  â  the Government Reserves The Right To Add Additional Visn 1 Laboratories To This Agreement.â  va White River Junctionâ â  215 North Main Streetâ  white River Junction, Vtâ  05009-001 Â â  va Manchesterâ  718 Smyth Roadâ  manchester, Nhâ  03104   â va Central Western Massachusetts Healthcare Systemâ  northampton Campusâ  421 North Main Streetâ  leeds, Ma 01053â  va Boston Healthcare Systemâ  brockton Campusâ  940 Belmont Streetâ  brockton, Ma 02301â  va Bedford Healthcare Systemâ  200 Springs Roadâ  bedford, Ma 01730â  va Boston Healthcare Systemâ  jamaica Plain Campusâ  150 S. Huntington Avenueâ  boston, Ma 02130â  va Connecticut Healthcare Systemâ  newington Campusâ  555 Willard Ave.â  newington, Ct 06111â  va Maineâ  1 Va Centerâ  augusta, Meâ  04330â â  the Annual Quantity Is Only An Estimate And Volumes Are Not Guaranteed. Volumes May Vary During The Life Of The Agreement.â  the Test Kits Will Be Shipped And Replenished In Quantities As Requested By The Individual Site Laboratory. The Laboratory Departments Will Request The Kits On An As-needed Basis.â  each Site Will Be Invoiced For Their Own Delivery Orders. The Contractor Will Provide Direct Delivery To The Requesting Lab At The Contractor S Expense. The Laboratory Department Will Order Using Their Usual Procedures And Referencing The Purchase Agreement Pricing. They Will Be Invoiced For Their Own Orders.â  Each Laboratory May Order Any Of The Reagent Kits Listed In This Contract.â  all Pricing Includes Fob Destination With 2-day Shipping Upon Order.â  all Reagents And Supplies Should Have The Longest Outdates Possible, With A Minimum Of 6 Months Before Expiration When Received On-site.â  contractor Will Supply A Quarterly And/or Yearly Report To The Contracting Officer S Representative (cor) As Requested That Indicates The Products And Quantities Purchased Each Month. The Report Will Consist Of A Breakdown Which Includes: The Facility Name, Products Obtained Under This Agreement, And The Volume Per Month.â  in The Event Of A Recall, Contractor Must Comply With All Applicable Rules And Regulations Regarding Notice To Customers. Contractor Shall Reimburse The Va For Any Costs Actually Incurred To Comply With Recall Instructions And Process Provided By The Contractor To Sequester, Package And Return, As Applicable. in The Case Of A Company Merger And/or Acquisition, Contractor Will Immediately Notify The Contracting Officer For This Bpa And Provide A Contingency Plan Of Services To Assure That No Break In Services Is Experienced By The Participating Facilities safety Data Sheets (sds) Are Required. Any Product Formulation Changes Must Be Accompanied With An Updated Sds please Contact Lab Service Contacts Prior To If Substitutions Or Alternate Products Are Being Considered. Laboratory Supplies Are Specific And Highly Specialized, And Substitutions May Not Be Appropriate. essential Physical Characteristics: item # description fsc5735cs 10 Neut Buff Formin 5l cs fsc23245684cs 10% Neutral Buffered Formalin Protocol 1 cs m082101-2 agilent Mo A Hu Cytoker Cl Mnf 116 1ml Concentrate ea 6gra3 antimicrobial Polyethylene Tacky Mat Clear 24"x36" 30 Sheet Pk 4 pk ali084g7 biocare Medical Cd34 Q Series 7ml ea ali3121g7 biocare Medical Claudin-4 Q Series 7ml ea pm405aa biocare Medical Gata 3 6ml Predilute ea api3149aa biocare Medical Kappa Light Chain L1c1 6ml ea api3063aa biocare Medical Lambda Light Chain N10 2 6ml ea pp422aa biocare Medical Nkx3.1 Rabbit Polyclonal 6ml Predilute ea bccapi3066aaea biocare Medical P40 6ml Predilute ea api438aa biocare Medical Pax 8 6ml Predilute ea api3099aa biocare Medical Sox 10 ea pm087aa biocare Medical Ttf 1 6ml Predilute ea api3121aa claudin-4 Predilute 6ml ea fsc6215cs fisher Scientific Dehydrant 100 5l cs czsamw3000ea epic Slides White Charged ea fsc22042936cs epredia Slidemate Microscope Slides 144/pk ea 8300 excelsior Wast Was Drwr 5 Cs ea fscb9990612cspk filter Formaldehyde 6 Pk ea fsc23245669ea fisher Scientific Og-6 Pap Stain 4l ea fsc23245698ea fisher Scientific Protocol Decalcifyn Sol A Il ea fsc23245682ea fisher Scientific Protocol Decalcifyn Sol B 1l (for Bone) ea fsc23245653ea fisher Scientific Protocol Gill Hematoxylin 1x ea fsc21870076ea fisher Scientific Rpmi 1640 ea fsc22050210ea fisher Scientific Stain Papanicolaou Ea-50 ea fsc5735sscs fisher Scientific Syntri Safegrd Nbf cs fsc6615sscs fisher Scientific Syntri Safegrd Xylene cs fsc6215sscs fisher Scientific Syntrisafegrd Dehydrnt cs stlfgp0811pk formaguard Plus Neutralizing Pads 8x11 25/pk ea elm6259370ea fume Filter 2 Case ea mermer500pluspk histology Microtome Blades,high Profile Platinum ea sc271408 insm1 Clone A-8, 200 G/ml ea fsc06666apk kim Wipes (4.4 X 8.4 In) ea 3800145acs leica 2450 1 Premier Cover Glass For Automated Coverslipper cs lmi14046435914ea leica Activated Carbon Filter ea lmi14047432273ea leica Activated Carbon Filter ea pa0909 leica Ae1/ae3 Bond Rtu Primary 7ml ea pa0204 leica Bcl 6 Bond Rtu Primary ea pa0117 leica Bcl2 Bond Rtu Primary ea cs9100 leica Bond Aspirating Probe Cleaning Kit ea s21.4610 leica Bond Cognitive Printer Ribbon & Labels 6 Pack ea s21.2129 leica Bond Covertile Cleaning Rack ea ar9222 leica Bond Dewax Solution ea ar9551 leica Bond Enzyme Pretreatment Kit ea s21.1971 leica Bond Mixing Stations ea op79193 leica Bond Open Containers 7ml pk ds9800 leica Bond Polymer Refine Detection Kit kt ds9390 leica Bond Polymer Refine Red ea opt9719 leica Bond Titration Inserts 50 X ea opt9049 leica Bond Titration Kit ea ar9961 leica Bond Tm Epitope Retrieval 1 - 1l ea ar9640 leica Bond Tm Epitope Retrieval 2 - 1l ea ar9352 leica Bond Tm Primary Antibody 500ml ea ar9590 leica Bond Tm Wash Solution 10x Concentrate 1l ea s21.2001 leica Bond Universal Covertiles ea s21.4611 leica Bond Universal Covertiles pk pa0346 leica Calretinin Bond Rtu 7ml ea pa0270 leica Cd10 Bond Rtu Primary 7ml ea pa0088 leica Cd138 Bond Rtu Primary 7ml ea pa0473 leica Cd15 Mma Bond Rtu 7ml ea pa0200 leica Cd20 L26 Bond Rtu 7ml ea pa0169 leica Cd23 Bond Rtu Primary 7ml ea pa0553 leica Cd3 Bond Rtu Primary 7ml ea pa0790 leica Cd30 Jcm182 Bond Rtu 7ml ea pa0212 leica Cd34 Bond Rtu Primary 7ml ea pa0042 leica Cd45 Bond Rtu Primary 7ml ea pa0168 leica Cd5 Bond Rtu Primary 7ml ea pa0308 leica Cd61 Bond Rtu Primary7ml ea pa0375 leica Cdx2 Ep25 Bond Rtu 7ml ea pa0515 leica Chromogranina 5h7 Bond 7ml ea ds9665 leica Chromoplex 1 Dual Detection ea pa0046 leica Cyclin D1 Ep12 Bond ea pa0022 leica Cytokeratin 20 Bond Rtu 7ml ea pa0942 leica Cytokeratin 7 Bond Rtu 7ml ea pa0094 leica Cytokeratin Ae1 Ae3 Bond Rtu ea pa0032 leica Desmin Bond Rtu Primary ea 3801320 leica Embedding Medium 10-2lb Bags ea pa0800 leica Glypican 3 1g12 Mab Cm ea pa0801 leica Hepatocyte Specific 7ml ea ihc5994-a leica Hpp Asr Bond 7ml ea pa0118 leica Ki67 Bond Rtu Primary ea pa0129 leica Mum1 Bond Rtu Primary 7ml ea pa0064 leica Napsin A (ip64) Bond Rtu 7ml ea pa0016 leica P16 6h12 Bond Rtu Primary 7ml ea pa0057 leica P53 Bond Rtu Primary 7ml ea 39602004 leica- Paraplast Plus 8/1kg/cs ea pa0552 leica Pax 5 Bond Rtu Primary 7ml ea pa0031 leica S 100 Ep32 Bond Rtu Primary ea pa0813 leica Sox 10 Polyclonal Cm Bond 7ml ea pa0299 leica Synaptophysin Bond Rtu Primary 7ml ea loo6961300ea organic Filter For Fume ea wha5802385ea paper Fltr Fold 38.5mm ea 8332 paraffin Histo Lp ea fsc1337416ea parafilm 2in. W X 250 Ft. L ea mopbe045ea pathcloud Foaming Disinfectant ea api3154dsaa pin 4 Cocktail (ck Hmw+p63+amacr) Predilute 6ml ea 4583 sakura Finetek Tissue Tek Oct Compound 12/case cs 6045 sakura Finetek Tissue Tek Vip 6 6ai Paraffin Waste Bags For Vip6 cs haz Fee shipping Charges For Any Chemical ea sha6766007cs stain Eosin Y Alc Shndn 2 X 1lt cs fhca83910001ea thermal Transfer Ribbon ea fsc7411258cs vapor Filter Small 6 Cs cs 89508-402 vwr Scientific Encore Premium Microtome Blades ea fsc6615cs fisher Scientific Xylene 5l cs privacy Language For Statement Of Work (sow)â  contactor Policies And Procedures Shall Comply With All Va Privacy & Security, The Privacy Act And Health Insurance Portability And Accountability Act (hipaa).â  records Management Language For Statement Of Work (sow):â  the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract:â  citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228.â  â  contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest.â  â  contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records.â  â  contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act.â â  â  contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract.â â  â  the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract.â  â  the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data.â  â  contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.].â â  â  no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules.â â  â  contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.â  â  â  â  va Information And Information System Security/privacy Language For Inclusion Into Contracts, As Appropriateâ â  1. Generalâ â  â  contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security.â â  2. Access To Va Information And Va Information Systemsâ â  â  a. A Contractor/subcontrator Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order.â â  b. All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures.â â  â  c. Contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness.â â  â  d. Custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor.â â  â  e. The Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination.â â  â  3. Va Information Custodial Languageâ â  â  a. Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1).â â  â  b. Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements.â â  c. Prior To Termination Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract.â â  d. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Policies In This Contract.â â  â  e. The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed.â â  f. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12.â â  g. If A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship.â â  h. The Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated.â â  i. The Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request.â â  â  j. Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response.â â  k. Notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response.â  â  l. For Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr.â â  â  4. Information System Design And Developmentâ â  â  a. Information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cotr, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment.â â  â  b. The Contractor/subcontractor Shall Certify To The Cotr That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required.â â  â  c. The Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default Program Files Directory And Silently Install And Uninstall.â â  â  d. Applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges.â â  â  e. The Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle.â â  â  f. The Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties.â â  â  g. The Contractor/subcontractor Agrees To:â â  â  (1) Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies:â â  â  (a) The Systems Of Records (sor); Andâ â  (b) The Design, Development, Or Operation Work That The Contractor/subcontractor Is To Perform;â â  (1) Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; Andâ â  â  (2) Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor.â â  â  h. In The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency.â â  â  (1) Operation Of A System Of Records Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records.â â  â  (2) Record Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person S Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph.â â  (3) System Of Records Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual.â â  â  i. The Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As Systems ), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems.â â  â  j. The Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than _15_ Days.â â  â  k. When The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within _15_ Days.â â  â  l. All Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology.â â  â  5. Information System Hosting, Operation, Maintenance, Or Useâ â  â  a. For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerablity Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cotr And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va S Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation.â â  â  b. Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii.â â  c. Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor S Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government-owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks.â â  â  d. The Contractor/subcontractor S System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va S Poa&m Management Process. The Contractor/subcontractor Must Use Va S Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re-authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary.â â  â  e. The Contractor/subcontractor Must Conduct An Annual Self Assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cotr. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost.â â  â  f. Va Prohibits The Installation And Use Of Personally-owned Or Contractor/subcontractor-owned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va-approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe.â â  â  g. All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract.â â  â  h. Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:â â  â  (1) Vendor Must Accept The System Without The Drive;â â  â  (2) Va S Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Orâ â  â  (3) Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.â â  â  (4) Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then;â â  â  (a) The Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; Andâ â  â  (b) Any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract.â  â  (c) A Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation.â â  â  6. Security Incident Investigationâ â  â  a. The Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cotr And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access.â â  â  b. To The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant.â â  â  c. With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement.â â  â  d. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.â â  â  7. Liquidated Damages For Data Breachâ â  â  a. Consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract.â â  â  b. The Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Vaâ â  must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.â â  â  c. Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following:â â  â  (1) Nature Of The Event (loss, Theft, Unauthorized Access);â â  â  (2) Description Of The Event, Including:â â  â  (a) Date Of Occurrence;â â  (b) Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; (3) Number Of Individuals Affected Or Potentially Affected;â â  (4) Names Of Individuals Or Groups Affected Or Potentially Affected;â â  (5) Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text;â â  (6) Amount Of Time The Data Has Been Out Of Va Control;â â  (7) The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons);â â  (8) Known Misuses Of Data Containing Sensitive Personal Information, If Any;â â  (9) Assessment Of The Potential Harm To The Affected Individuals;â â  (10) Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; Andâ â  (11) Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised.â â  â  d. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $_100.00_ Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following:â â  â  (1) Notification;â â  (2) One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports;â â  (3) Data Breach Analysis;â â  (4) Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution;â â  (5) One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; Andâ â  (6) Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs.â â  8. Security Controls Compliance Testingâ â  â  on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day S Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time.â â  9. Trainingâ â  â  a. All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems:â â  â  (1) Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems;â â  â  (2) Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training;â â  (3) Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; Andâ â  (4) Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.]â â  â  b. The Contractor Shall Provide To The Contracting Officer And/or The Cotr A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required.â â  â  c. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.â â 
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEPARTMENT OF AGRICULTURE REGION II Tender

Agriculture or Forestry Works
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Supply And Delivery Of Various Agricultural Supplies (hvcdp) Ib No. 2024-12-86 1. The Department Of Agriculture Regional Field Office 02, Through The Hvcdp Fy 2025 And Qrf (typhoon-kristine, Marce, Ofel, Pepito) Fy 2024 Intends To Apply The Sum Of Php 76,098,650.00, Being The Total Abc To Payments Under The Contract For Supply And Delivery Of Various Agricultural Supplies/ib No. 2024-12-86. Bids Received In Excess Of The Respective Abc Shall Be Automatically Rejected At Bid Opening. The Department Of Agriculture Regional Field Office 02, Through Hvcdp Fy 2025 And Qrf (typhoon-kristine, Marce, Ofel, Pepito) Fy 2024, Intends To Apply The Sum Of The Following Vegetable And Onion Seeds, Planting Materials, Fertilizers, Bagging And Postharvest Materials Being The Abc To Payments Under The Contract Of Each Lot: Lot No. Qty. Unit Particular Abc (₱) Hvcdp Fy 2025 Lot I: Lowland Vegetable Seeds 1. 425 500 Grams/ Pack Yard Long Bean - Star Of All Sitao, Ideal For Off Season Planting, Long Shelf Life , Prolific And With Trademark Of Purple Tip; 425,000.00 2. 350 50 Grams/ Can Eggplant - High Yielding Cluster Type With Medium Size Long Purple Fruits And Very Green Calyx 665,000.00 3. 350 100 Grams/ Can Ampalaya - Hybrid Bitter Gourd Noted For Its Large, Glossy, Dark Green Fuits That Re Uniformly Cylindrical With Blunt Blossom End Rot 875,000.00 4. 350 50grams/ Can Pumpkin - Small Butternut Variety, Orange Flesh Color , Equal Ribs And Good Eating Quality 330,750.00 5. 350 50 Grams/ Can Upo - Hybrid With Premium Performance, Uniform Cylindrical Fruits 28-40 Cm, Early Maturing 40-45 Dat 280,000.00 Total: 2,575,750.00 Lot Ii: Highland Vegetables 1. 350 25 Grams/ Can Tomato - Semi - Determinate That Is Prolific And Vigorous; Early Maturing 60-65 Dat, Hybrid Thick Flesh, Firm Fruits, Ideal For Shipping; Tested Variety In Region 02 For 5 Years 980,000.00 2. 600 500 Grams/ Pack Snap Beans - High Yielding ( Round Pencil Type) French Beans. Pods Are Straight , Uniform And Stringless 390,000.00 3. 150 25 Grams/ Can Hot Pepper - High Yielding Pungent Hot Pepper With Heavy And Long Fruits For Fresh And Processing 262,500.00 4. 500 25 Grams/ Pack Cauliflower - Uniform Bright White Curds; Tolerant To Heat And Rain Stress; Maturity 40-50 Days Dat 650,000.00 5. 400 25 Grams/ Can Conical Pepper - High Yielding That Produces Big Uniform And Dark Green Fruits. Ideal For Canning And Processing 720,000.00 Total: 3,002,500.00 Lot Iii: Onion Seeds 1. 1800 400g/can Red Creole - Maturity 82-85 Dat;very Good Storage Quality ; Adoptable For Off Season And Regular Season 4,950,000.00 2. 2430 400g/can Red Creole - Maturity 100-110, Suited To Regular Season, Bulb Weight 40-60 Grams, Excellent Storability 6,682,500.00 3. 1020 400g/can Red Creole - Maturity 65 Dat, Regular Season Planting, Bulb Weight 50-60 Grams; Excellent Storability 6-8months 2,805,000.00 4. 50 454g/can Yellow Onion F1 - Early Maturing 65- 100 Dat; Double Skin,resistant To Damping Off And Purple Blotch 500,000.00 5. 300 400g/can White Onion Op - Early Maturing 90 Dat; Dehydrator / Processing Type 915,000.00 Total: 15,852,500.00 Iv. 33,333 Pcs Certified Grafted Mango Planting Materials 4,999,950.00 Various Fertilizers V. 870 Liter Plant Growth Promoter Carageenan Foliar Fertilizer For Mungbean - With Nitrogen, Calcium, Potassium , Magnesium And Iron; Fpa Registered; Labeled With Da - Rfo 02 Hvcdp Not For Sale 261,000.00 Vi. 235 Pack Soluble Boron Fertilizer- 100 Grams/pack - Guaranteed Analysis At Least 65 – 70% B203 ; Labeled With Da - Rfo 02 Hvcdp Not For Sale ; Fpa Registered; Supplier To Provide Brochures And Technical Speakers During The Conduct Of Technical Briefing To Farmers 199,750.00 Vii. 214 Liters Liquid Foliar Fertilizer For Garlic - Growth Booster - Npk (8-18-16) With Chelated Micronutrients - Sulfur, Calcium, Sodium, Magnesium, Iron, Boron, Zinc And Molybdenum - Fpa Registered Labed With Da - Rfo 02 Not For Sale 64,200.00 Viii. 204 Liters Organic Liquid Fertilizer For Vegetables @ 1000ml - Total Npk - 5-10% With Organic Matter ; From Seaweeds Extract > Labeled With Da - Rfo 02 Hvcdp Logo Not For Sale > Bafs Registered 255,000.00 Ix. 2678 Bag Certified Organic Fertilizer For Garlic And Citrus @ 50kgs/bag 1,339,000.00 X. 12,000 Box Inorganic Fertilizer For Onion And Vegetables- Npk (0-45 -30) Box @ 1 Kg; Labeled With Da -rfo 02 Hvcdp Not For Sale ; Fpa Registered ;> Supplier Must Willing To Provide Technical Assistance Relative To Package Of Technology Production For Onion And Vegetables 6,000,000.00 Xi. 1428 Bags Organic Plant Supplement For Vegetables @ 20kgs/bag 2,499,000.00 Xii. 700 Bag Controlled Release Fertilizer For Coffee - Npk (10-8-18) With Chelated Micronutrients Magnesium, Boron, Copper, Iron, Manganese, Molybdenum, Zinc And Chloride, Packaging Must Be 25 Kgs/bag Pack In Polypropylene And Polyethylene; Labeled With Da Rfo 02 Hvcdp Not For Sale ; Product Registered At Fertilizer Pesticide Authority;supplier To Provide Brochures And Technical Speakers During The Conduct Of Technical Briefing To Farmers 3,500,000.00 Xiii. Mango & Citrus Fertilization Technology 1. 250 Bag Npk (15 – 9 – 20) + Sulfur, Manganese, Magnesium, Boron And Zinc For Mango Flowering – Bag @ 50kgs Pack In Polypropylene Materials; Labeled With Da – Rfo 02 Hvcdp Not For Sale ; Fpa Registered; 737,500.00 2. 250 Bag Calcium Nitrate (cano3) 26.4+15.6 For Mango Flower Inducer – Bag @ 50kgs Pack In Polypropylene Materials With Da – Rfo 02 Hvcdp Not For Sale Label ; Fpa Registered 587,500.00 3. 5000 Box Potassium Chloride ( 0-0-61) For Mango & Citrus - Box @ 1 Kg; Labeled With Da -rfo 02 Hvcdp Not For Sale Label ; Fpa Registered 1,250,000.00 Total: 2,575,000.00 Xiv. Bagging Materials For Banana And Mango 1. 100,000 Pcs Mango Bagging Materials- Fruit Bag Dimension Minimum - 22.6 X 19cm; Thickness – 38gms; Made Up Of Long Fiber Paper With Wire For Clipping And Water Repellant; Box In 500 Pcs Labeled With Da – Rfo 02 -hvcdp Logo Not For Sale 200,000.00 2. 500 Kgs Banana Bagging Materials – Polybag Threated With Chemicals -light Blue - Can Wrap At Least 20 Bunch- Box In 5ks/box Labeled With Da – Rfo 02 -hvcdp Not For Sale 150,000.00 Total: 350,000.00 Post Harvest Materials Xv. 1,900 Pcs Food Grade Plastic Crates For Fruits (mango, Banana, Pineapple)- 25 Kgs Capacity, Available Stocks Upon Inspection, At Least 1.9 Kgs Weight - Fda Certified, Color Blue; Painted With Da - Rfo -2 Hvcdp Logo 950,000.00 Xvi. 100 Pcs Heavy Duty Pallets - Dimension 1000mm (l) X 1200 Mm (w) X 160 Mm(h); Material - 100% High Density Polyethylene Plastic ; Static Capacity - 2000 Kg ; Dynamic And Racking Load - 1000kgs; Weight Approximately 18 Kgs; Color Blue; Available Stocks Upon Inspection 400,000.00 Xvii. Gulayan Sa Bayan Project 1. 267 Pcs Water Plastic Drum - 200 Liters Capacity, With Printed Hvcdp Logo, Color Blue, Open Mounted With Cover - Available Stocks Upon Inspection 574,050.00 2. 267 Pcs Peat Moss - Ph 5.5 - 6.5 , 225 L, 1- 10mm Particle Size, 70% Neutralized White Peat, 30% Neutralized Black Peat With Da - Rfo 02 - Hvcdp Not For Sale 560,700.00 3. 445 Pcs Blow Molding Watering Sprinkler - Made Up - Of Polypropylene - 8 Liters Capacity, Box In 5pcs With Da - Rfo 02 Hvcdp Not For Sale 244,750.00 4. 900 Packs Vegetables Seeds 10 In 1 Pack (100 Grams Kangkong, 25 Grams Eggplant, 10 Grams Tomato, 100 Grams Pole Sitao, 50 Grams Squash, 50 Grams Bitter Gourd, 20 Grams Upo, 50 Grams Okra, 50 Grams Pechay, 5 Grams Panigang Pepper) - 85 % Germination , Use Of Seeds Standard Packaging Of Da- Rfo 02 7 ¾ X 11 Inches By 120 Microns , Box In 10 Packs With Label Da - Rfo 02 Not For Sale 900,000.00 5. 4,450 Pcs Seedling Tray - Premium Class A - 100 Holes, Box In 25 Pcs With Sticker Outside Box - Da - Rfo 02 Hvcdp Not For Sale 333,750.00 6. 445 Pcs Grab Hoe (heavy Duty)-at Least 100cm Length Hardwood; Blade: 15cm X Length 25cm; 0.5 Cm Thickness, Box In 5 Pcs With Da - Rfo 02 - Hvcdp Not For Sale 289,250.00 7. 445 Pcs Food Grade Plastic Crates - 25 Kgs Capacity, Color Green With Da - Logo & Hvcdp, Outside Dimension: 520 X 360 X 305 Mm, Inside Dimension: 485 X 325 X 295 M, Available Stocks Upon Inspection , At Least 2 Kgs Weight 222,500.00 8. 900 Bag Certified Organic Fertilizer @ 50kgs/bag 450,000.00 Total: 3,575,000.00 Xviii. 90 Unit Portable Thumb Edible Garden Nursery - 95cm X 149cm Bench Size - 1.5 Meters Height Inclusion Of The Fallowing: 1. 6 Packs Vermicast @ 2kgs 2. 250 Ml Foliar Fertilizer 3. 3 Pcs Planting Tray, 4. 4 Pcs Seedling Tray @ 104 Holes, 5. 15pcs Black Square 6. 6packs Vegetable Seeds ( 5 Grams Pechay; 10 Grams Kangkong; 5 Grams Mustasa; 2 Grams Chinese Pechay; 0.5 Grams Green Lettuce; 1 Grams Spinach) 2,700,000.00 Total (hvcdp Fy 2025): 51,098,650.00 Qrf (typhoon-kristine, Marce, Ofel, Pepito) Fy 2024 Xix. Lowland Vegetable Seeds 1. 1105 500 Grams/ Pack Yard Long Bean - Star Of All Sitao, Ideal For Off Season Planting, Long Shelf Life , Prolific And With Trademark Of Purple Tip; 1,105,000.00 2. 1000 50 Grams /can Eggplant - High Yielding Cluster Type With Medium Size Long Purple Fruits And Very Green Calyx 1,900,000.00 3. 1000 100 Grams/ Can Ampalaya - Hybrid Bitter Gourd Noted For Its Large, Glossy, Dark Green Fuits That Re Uniformly Cylindrical With Blunt Blossom End Rot 2,500,000.00 4. 750 50grams/ Can Pumpkin - Small Butternut Variety, Orange Flesh Color , Equal Ribs And Good Eating Quality 708,750.00 5. 800 50 Grams/ Can Upo - Hybrid With Premium Performance, Uniform Cylindrical Fruits 28-40 Cm, Early Maturing 40-45 Dat 640,000.00 6. 500 25 Grams/ Can Hot Pepper - High Yielding Pungent Hot Pepper With Heavy And Long Fruits For Fresh And Processing 945,000.00 7. 800 25 Grams/ Can Tomato - Color Must Firm Red Medium In Size With Long Shelf Life And Excellent Export Quaility, Vigorous With Moderate Resistance To Bacterial Wilt. Performs Well Even In Rainy Season. 2,360,000.00 Total: 10,158,750.00 Xx. Onion Seeds 1. 1050 400g/can Red Creole - Maturity 82-85 Dat;very Good Storage Quality ; Adoptable For Off Season And Regular Season 2,887,500.00 2. 1525 400g/can Red Creole - Maturity 100-110, Suited To Regular Season, Bulb Weight 40-60 Grams, Excellent Storability 4,193,750.00 Total: 7,081,250.00 Xxi. Highland Vegetables 1. 3500 500 Grams/ Pack Snap Beans - High Yielding ( Round Pencil Type) French Beans. Pods Are Straight , Uniform And Stringless 2,275,000.00 2. 750 25 Grams/ Pack Cauliflower - Uniform Bright White Curds; Tolerant To Heat And Rain Stress; Maturity 40-50 Days Dat 975,000.00 3. 500 100 Grams/ Can Carrots - High Rate Of Marketable Roots-thick Long And Smooth Skinned Roots With Uniques Blunt Ends. Early Maturing ,slow Bolting, Deep Orange Color, Sweet And Tasty. Good Field Holding Capacity, 190-200g Per Fruit, 100-110 Das, Suitable For All Season 910,000.00 4. 800 25 Grams/ Can Conical Pepper - High Yielding That Produces Big Uniform And Dark Green Fruits. Ideal For Canning And Processing 1,440,000.00 5. 800 25 Grams/ Can Cabbage- Heavy Compact Heads With Small Core And Purple Veins, Very Good Eating Quality, Juicy With Uniques Tinge Of Sweetness, Heat Tolerance Variety, Head Weight 1-1.2kg, Early Maturity 65-70dat, Suitable For All Season 640,000.00 6. 500 50 Grams/ Can Chinese Cabbage - Firm, Heavy And Compact Heads. Good Shelf Life And Export Quality, Resitant To Bacterial Rot, 1.5-2-2 Kg Per Fruit, Early Maturity 60-65 Dat, Suitable For All Season 420,000.00 7. 1000 1 Kilogram/ Pack Sweet/garden Pea- Contains An Average Of 8-10 Seed Per Pod, Ideal For Stir-fried Cooking And Ingredient For Rice And Noodles. Early Maturing 60-70 Dat, Resistance To Bean Rust, Pod Length 5.5cm, Pod Weight 2g. 1,100,000.00 Total: 7,760,000.00 Total Qrf (typhoon-kristine, Marce, Ofel, Pepito) Fy 2024: 25,000,000.00 Grand Total: 76,098,650.00 2. The Department Of Agriculture Regional Field Office 02 Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Each Lot: Lot No. Particular Delivery Period I. Lowland Vegetable Seeds March 2025 Ii. Highland Vegetables March 2025 Iii. Onion Seeds March 2025 Iv. Certified Grafted Mango Planting Materials May 2025 V. Plant Growth Promoter Carageenan Foliar Fertilizer For Mungbean March 2025 Vi. Soluble Boron Fertilizer March 2025 Vii. Liquid Foliar Fertilizer For Garlic - Growth Booster - Npk (8-18-16) March 2025 Viii. Organic Liquid Fertilizer For Vegetables March 2025 Ix. Certified Organic Fertilizer For Garlic And Citrus 50kgs/bag March 2025 X. Inorganic Fertilizer For Onion And Vegetables- Npk (0-45 -30) March 2025 Xi. Organic Plant Supplement For Vegetables 20kgs/bag March 2025 Xii. Controlled Release Fertilizer For Coffee - Npk (10-8-18) March 2025 Xiii. Mango & Citrus Fertilization Technology March 2025 Xiv. Bagging Materials For Banana And Mango March 2025 Xv. Food Grade Plastic Crates For Fruits (mango, Banana, Pineapple) March 2025 Xvi. Heavy Duty Pallets March 2025 Xvii. Gulayan Sa Bayan Project March 2025 Xviii. Portable Thumb Edible Garden Nursery March 2025 Xix. Lowland Vegetable Seeds 15 Calendar Days Xx. Onion Seeds 15 Calendar Days Xxi. Highland Vegetables 15 Calendar Days Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 02 And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024, To January 08, 2025, From The Given Address Below Or You Can Download At Philgeps Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Indicated Below: Lot No. Particular Abc Cost Of Bid Documents I. Lowland Vegetable Seeds 2,575,750.00 5,000.00 Ii. Highland Vegetables 3,002,500.00 5,000.00 Iii. Onion Seeds 15,852,500.00 25,000.00 Iv. Certified Grafted Mango Planting Materials 4,999,950.00 5,000.00 V. Plant Growth Promoter Carageenan Foliar Fertilizer For Mungbean 261,000.00 500.00 Vi. Soluble Boron Fertilizer 199,750.00 500.0 Vii. Liquid Foliar Fertilizer For Garlic - Growth Booster - Npk (8-18-16) 64,200.00 500.0 Viii. Organic Liquid Fertilizer For Vegetables 255,000.00 500.0 Ix. Certified Organic Fertilizer For Garlic And Citrus 50kgs/bag 1,339,000.00 5,000.00 X. Inorganic Fertilizer For Onion And Vegetables- Npk (0-45 -30) 6,000,000.00 10,000.00 Xi. Organic Plant Supplement For Vegetables 20kgs/bag 2,499,000.00 5,000.00 Xii. Controlled Release Fertilizer For Coffee - Npk (10-8-18) 3,500,000.00 5,000.00 Xiii. Mango & Citrus Fertilization Technology 2,575,000.00 5,000.00 Xiv. Bagging Materials For Banana And Mango 350,000.00 500.00 Xv. Food Grade Plastic Crates For Fruits (mango, Banana, Pineapple) 950,000.00 1,000.00 Xvi. Heavy Duty Pallets 400,000.00 500.00 Xvii. Gulayan Sa Bayan Project 3,575,000.00 5,000.00 Xviii. Portable Thumb Edible Garden Nursery 2,700,000.00 5,000.00 Xix. Lowland Vegetable Seeds 10,158,750.00 10,000.00 Xx. Onion Seeds 7,081,250.00 10,000.00 Xxi. Highland Vegetables 7,760,000.00 10,000.00 Prospective Bidder Has The Option To Pay The Cost Of Bid Documents In The Cashiering Unit Or May Deposit The Payment Thru Da Landbank – Trust Fund Account Number: 0122 1484 16 And Present Its Proof Of Payment To The Bac Secretariat Or By Sending Thru Email Address Bacregion2@yahoo.com. 6. The Department Of Agriculture Regional Field Office 02 Will Hold A Pre-bid Conference On December 26, 2024 @ 9:00 A.m. At Administration And Training Center Building Conference Room - Da Rfo 02, San Gabriel, Tuguegarao City, Cagayan, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 08, 2025 @ 12:00 Noon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 08, 2025 @ 1:30 P.m At Administration And Training Center Building Conference Room - Da Rfo 02, San Gabriel, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 02 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Darlina D. Mabatan Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office 02 Tuguegarao City, Cagayan Telephone No. (078) 304-0560 Email Address: Bacregion2@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website Sgd Rtd Kay S. Olivas, Mabe, Mpa, Enp Bac Chairperson
Closing Date15 Jan 2025
Tender AmountPHP 76 Million (USD 1.3 Million)

DEPT OF THE NAVY USA Tender

Others
United States
Details: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| contract Definitization (may 2023)|5|a Firm Fixed Price Purchase Order|firm Fixed Price|repair T&e Proposal: Not To Exceed 90 Days After Award Of Purchase Order Definitization Not To Exceed 180 Days After Award Of Purchase Order|firm Fixed Price|tbd| limitation Of Government Liability (apr 1984)|2|tbd|tbd| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4|||x|| annual Representations And Certifications (may 2024)|13|333914|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| if You Have Questions Concerning This Rfq, Please Contact The P.o.c. Carly gassert, Ph 717-605-5693, Fax 717-605-1569, Email:carly.a.gassert.civ@us.navy.mil note: This Request For Quotation (rfq) Is Being Issued Only To Open, Inspect and Evaluate The Subject Item(s) Required To Be Repaired. After Receipt Of your Quotation, A Contract Will Be Issued, And The Item(s) Needing Repaired will Be Shipped To Your Company For Opening, Inspection And Evaluation. unless Otherwise Specified, Your Quotation Is Valid For 60 Days. 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 Herein. with Your Quote For Teardown And Evaluation Pricing, Please Provide The Following Additional Information: repair Turn Around Time (rtat) Defined As Induction Start Date To End/final Delivery Date (in Days). throughput Constraint Defined As Total Assets To Be Repaired Monthly After Initial Delivery Commences. A Throughput Of 0000/month Reflects No Throughput Constraint. 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 1.2 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Pump Assy . 2. Applicable Documents 2.1 Applicable Documents; applicable Documents Are Cited In Sections "c" Through Sections "k" Of The Contract/purchase Order. 3. Requirements 1. For Necessary Services (labor And Material) To Inspect, Evaluate, Repair and Restore To First Class Operating Condition This Government Owned equipment In Accordance With Mfg/dwg ;fairbanks Morse / N/a; . Drawing Revision Level Shall Be the Same As That To Which The Item Was Originally Manufactured Up To Revision level ;n/a; . 2. Special Instructions ;part Number: 2pa701012; . 3.1 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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. There Are 6 (six) 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. 6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. date Of First Submission=eoc submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock number And Item Nomenclature Specified In The Schedule Of Supply/services. di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
Closing Date21 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All information Needed To Submit Sf330 Documents Are Contained herein. No Additional Solicitation Package Or Technical information Will Be Issued. project: 544-25-125 Replace Dental Vacuum System work Location: Wm. Jennings Bryan Dorn Va Medical Center, Columbia, Sc 29209 estimated/target Completion Period: 145 Calendar Days After Award. construction Magnitude: Between $100,000 And $250,000. naics: 541330 - Engineering Services small Business Standard: $25.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 30, 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than (nlt) 12:00 Pm (est) January 13, 2025. ***attention*** Acknowledgement E-mails Will Be Sent From The Co Upon Receipt Of A Submission. If An Acknowledgement Is Not Returned, The Firm Should Contact The Co At Christopher.jenkins@va.gov And 478-595-2794. project Overview: the Columbia Va Health Care System Requires A Designed Solution To Repair Or Replace The Dental Vacuum System To Include All Piping, Pumps, Vacuums, Filters, Separators, Valving, Motors, Starters, Controllers, And All Other Necessary Components To Provide A Completely New System. The Current System Is Not Functioning Properly And Believed To Be Caused By The Current Configuration, Component Locations, And Length Of Installed Vacuum Piping. the End Result Of The Contract Is A Complete Set Of Construction Documents To Repair Or Replace The Existing Dental Vacuum System That Are Prepared For Solicitation For Construction. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba Vetcert: Https://veterans.certify.sba.gov/ Prior To Submission Of Proposal And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligibility Determination Is Performed By The Center For Veterans Enterprise (cve). Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov vets-4212 Federal Contractor Reporting Https://www.dol.gov/agencies/vets/programs/vets4212 important Notice: Prior To Submitting A Proposal Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Department Of Veteran Affairs (va) Office Of Small & Disadvantaged Business Utilization (osdbu) Sba Vetcert: Https://veterans.certify.sba.gov/ And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To contract Award. in Order To Assure Compliance With Far Clauses, 52.219-14 Limitations On subcontracting (deviation 2019-01) And Vaar 852.219-10, Va Notice Of Total service-disabled Veteran-owned Small Business Set-aside (jul 2019) (deviation), All Firms Submitting A Sf 330 For This Pre-solicitation Notice Are required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. far Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of Georgia. sf330s Shall Be Organized In The Following Order: cover Sheet (one-page Limit) design Team Background With Locations Of Supporting Offices (one-page Limit) design Team Organizational Structure With Key Discipline Roles (one-page Limit) factor 1 Specialized Experience (one Page Per Project Limit) factor 2 - Professional Qualifications (one Page Per Resume Limit) factor 3 Past Performance Summary Sheet (one-page Limit) factor 4 - Capacity (one-page Limit) factor 5 Knowledge Or Location (one-page Limit) factor 6 Sdvosb Inclusion Statement (one-page Limit) full Cpars/ppqs Documentation For Factor 1 Projects (20-page Limit) additional Information (10-page Limit) sf330s Received Out Of Sequence Will Be Viewed Negatively. sf330 Specific Requirements: all Sf330 Pages Shall Be Pdf Searchable For Items 1 Through 11 And Item 13. Full Cpars And Ppqs May Be Scanned. start Each Factor Response On A New Page. use No Less Than 11-point Font. all Text And Images Containing Text Is Legible When Printed On 8.5 X 11 Paper. The Evaluation Board Will Not Seek Clarification Regarding Illegible Text. primary Selection Criteria (listed In Descending Order Of Importance): factor 1 specialized Experience (sections F, G And H): Specialized Experience And Technical Competence In The Design And Construction Period Services Will Be Required To Perform Throughout The Life Of The Contract. Projects Experience Pertains To The Types, Size, Recency, Cost, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. page Limit One Page Per Project. Five-page Total For Factor 1. Information Provided On Additional Pages Beyond The One Page Per Project Limit Or Beyond The Five-page Total Limit Will Not Be Included With The Review. relevant Project Experience: Submit Five (3) Projects That Meet All Criteria Shown Below. relevant Project Type Design-bid-build Projects Involving Site Investigation, Schematic Design, Design Development, And Construction Documents. Dental Vacuum System Replacements, Renovations Of Dental Clinics That Include New Dental Vacuum Systems, And New Building Construction That Include New Dental Vacuum Systems Are Acceptable Project Types. Masterplan And Rfp Development For Design-build Contracts Will Not Be Viewed As Relevant. relevant Project Size Systems Service Five Dental Chairs Or More. relevant Project Recency Project Construction Must Be Complete Or Substantially Complete Within The Past Five Years Of The Solicitation Due Date. Substantially Complete Is Defined As 80% Or Greater Of The Construction Project Is Complete At The Time Of The Solicitation Due Date. relevant Project Cost - Construction Project Cost Must Be Greater Than $75,000 relevant Project Complexity The Project Narrative Description Must Indicate Experience With All The Following Criteria: designing Main Vacuum Systems That Include Amalgam Separators For Dental Service Lines. designing Infection Control Risk Mitigation Plans designing New Pump/vacuum Drive And Controller System the Relevant Project Criteria Listed Above Is The Minimal Information Required For Acceptable Project Relevance. Additional Value Will Be Considered For Projects Which Convey Expertise With The Following Categories And Will Potentially Increase The Overall Rating For This Factor. Projects That Do Not Convey Additional Value Expertise Will Not Be Considered A Weakness. Additional Value Expertise Includes: experience With The Submitting Firm Serving As The Prime Contractor Leading A Multi-discipline Team Through Investigative, Design, Solicitation, And Construction Period Services. These Services Must Be Documented For Each Project Narrative. designing Hazardous Material Abatement Plans experience With Recent Projects Intended To Support Service Line Dental Service Lines. va Projects Showing Documented Experience With Implementing Va Design Guides And Standards From The Technical Information Library. experience With Recent Projects Located In The Columbia, Sc, South Carolina Midlands Area, Or Adjacent Counties. experience With Recent Projects That Include Implementing Va Cad And Bim Standards. submissions Shall Include No More And No Less Than Three (3) Type Projects Of Recent And Relevant Government And Private Experience Projects Similar In Type, Size, Recency, And Complexity, Cost, And Experience With The Type Of Projects/competence Above. section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together As A Cohesive Unit On The Provided Relevant Projects. An Acceptable Rating Will Be Given If All Key Disciplines Are Shown, And Each Discipline Participated With At Least One Project Listed On Section G. Proposed Design Team Members That Do Not Have Experience With Any Of The Five Submitted Example Projects As Shown In Section G Will Be Viewed Negatively. factor 2 professional Qualifications (sections C Through E) Necessary For Satisfactory Performance Of Required Service. The Ae Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. The Design Firm And A-e Staff Representing The Project Must Be Licensed To Practice In Any State Of The United States Of America. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered To Sign Drawings In Each Discipline Must But Does Not Have To Be Registered In The State Where The Project Is Located. The Licensed Professional Must Hold Current Licensure For Said Discipline To Practice In Any State Of The United States Of America. Engineer-in -training (eit) Is Not Considered A Professional Licensure. page Limit One Page Limit Per Position Resume 8 Pages Total For Factor 2. Information Provided On Additional Pages Beyond The 8-page Limit Will Not Be Included With The Review. resume Requirements - A Resume For Each Of These Key Positions Must Be Provided Identifying Their Specific Role, Via Section E In The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To, The Lists Of Professionals With Required Licensure And Preferred Licensure Below. An Unacceptable Rating May Be Given If Resumes Are Not Provided For All Roles Listed. positions Requiring Professional Licensure. Not Providing The Professional Licensure Will Be Viewed Negatively And Will Not Be Compliant With The Solicitation. architect mechanical Engineer electrical Engineer fire Protection Engineer plumbing Engineer key Positions With Preferred Qualifications. Design Team Professionals That Have Obtained The Indicated Preferred Licensure May Be Viewed More Favorably. Not Providing The Professional Licensure Will Not Be Viewed Negatively And Will Not Reduce The Overall Rating For This Factor. Higher Value Will Be Given For Professionals With The Preferred Professional Licensure. quality Control Manager - Either Cqm, Cqe, Lean Six Sigma Black Belt, Or Experience With Minimum Five Projects Were Served As Qc Manager. project Manager - Project Management Professional (pmp) Certification Or More Than 10 Years Experience With Managing A/e Design Projects. construction Cost Estimator - Aspe Certified Professional Estimator (cpe) Certification multi-function Roles Are Allowable For The Following Positions And May Be Shown As Multi-role Positions On The Resumes: mechanical And Plumbing Engineering. architect, Seps Manager, Bim Manager, Interior Designer electrical Engineer And Rcdd project Manager And Quality Control Manager include The Home Office Location For Each Key Discipline Identified On Each Respective Resume In Section E Block 15. the Criteria Listed Above Is The Minimal Information Required For Acceptable Professional Qualifications. Additional Value Will Be Considered For Each Key Position And Will Potentially Increase The Overall Rating For This Factor And Shall Not Exceed The Prescribed Page Limit. key Personnel Having Greater Than 10 Years Experience In The Practicing Field. key Personnel With Greater Than Five Years Employment With The Proposed Design Team Firm. va Design And Construction Experience Within The Past Five Years. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 3 past Performance (section H): Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules Along With The Firm S History Of Design Error, Omission, And/or Deficiency Claims. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. However, If The Va Cpars Is Not Included With The Sf330 Submission, Then The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies, Outside Of The Va. for Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submit-ted In The Sf330 A Ppq Must Be Provided Listing Their Specific Role As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. the Government May Also Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Cpars And Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. page Limit Provide No More Than One Page Total For This Factor For The Summary Page. Full Cpars/ppq Documentation Shall Be Included On Additional Pages With The Sf330 And Will Not Count Towards The Total Page Count. provide A Summary Page That Provides The Factor S Required Information. For Each Of The Five Projects, Provide The Following Information. project Information (each Project For Specialized Experience) past Performance Record Type (ppq Or Cpars) contract Number point Of Contact (name, Phone, Email, Job Title, Poc Role) ae Firm Role With Project (prime Or Subcontractor) category Ratings provide Complete Cpars (or Ppqs If Cpars Is Not Available) For All Sample Projects After The Sf330 Factor 8 Section. the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Locate This Documentation After The Complete Cpars/ppq Documents. Additional Value Documentation Shall Not Exceed Five Pages. letters Of Appreciation Or Accolades From Previous Projects industry Recognition Or Design Awards any Other Information The Design Team Wishes To Include For This Factor So Long As The Five-page Limit Is Not Exceeded. factor 4 capacity (section H): The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector During The Previous Twelve (12) Months And The Full Potential Value Of Projects Forecasted Within The Next Twenty-four (24) Months Any Current Indefinite Delivery Contracts That The Firm Has. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members, Including Sub-consultants. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For All The Va Projects Current And Forecasted. Awarded In The Previous 12 Months. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf330. The Information For This Factor Shall Be Provided In Section H Of The Sf330. page Limit Provide No More Than Two Pages Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. include A Table That Conveys Each Key Discipline, Quantity Of Current Design Project Workload, Quantity Of Current Construction Period Service Workload, Estimated Future Design Load, Estimated Future Construction Workload, Quantity Of Current Idiq Contracts, Total Idiq Contract Capacity, Total Remaining Idiq Capacity, And Percent The Key Discipline Is Available. For Example: key Discipline total # Of Current Design Project Workload # Of Current Construction Project Workload estimated # Of Future Design Project Workload estimated # Of Future Construction Project Workload quantity Of Current Idiq Contracts Involved With total Idiq Capacity All Contracts (millions) total Idiq Remaining Capacity (millions) percent Available capacity architect 6 7 6 7 4 $1m $2m 45% mechanical Engineer 4 8 3 8 2 $1m $1 10% add Disciplines As Required the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Do Not Include Additional Pages In The Additional Information Section. providing A Narrative Conveying The Design Team S Approach On How New Work Will Merge With The Current Workload. provide A Narrative Describing The Process Regarding Replacement Of Key Disciplines Should One Decide To Leave The Design Team. convey How The Design Team Can Maintain Schedule If A Key Discipline Member Is No Longer Available? any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 5 knowledge Of Locality (section H). Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. provide An Individual Narrative Conveying Knowledge Of The Locality For Each Of The Following Categories: local Conditions Or Project Site Features climatic Conditions geologic Features working With And Local Construction Methods working With Local Laws And Regulations the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section. experience With Seismic Designs Applicable To The Columbia, Sc Area. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 6 use Of Service- Disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. Offerors Shall Be Evaluated Based On Their Utilization Plans For Service- Disabled Veteran- Owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. Offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. provide A Listing Of All Consulting Firms And Business Government Certification(s). Indicate The Anticipated Percentage Of Work The Consulting Firm Will Perform. the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. The Higher Percentage Of Certified Sdvosb Firms Included With The Design Team May Provide Additional Value And Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section.
Closing Date13 Jan 2025
Tender AmountRefer Documents 
9851-9860 of 9890 archived Tenders