Printing Tenders
Printing Tenders
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)
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. 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. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 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. Ritm 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 Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 2/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Vancomycin 256 Ug, 30 Strip / Pack General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 2 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Ampicillin 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 3 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Azithromycin 256 Ug, 100 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 4 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Cefepime 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 5 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Cefotaxime 32 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 6 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Ceftazidime 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End User Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 7 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Ceftriaxone 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 8 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Ciprofloxacin 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 9 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Doxycycline 256 Ug, 100 Strips/pack General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 10 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Levofloxacin 32 Ug, 100 Strips/pack General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 11 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Meropenem 32 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 12 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Ofloxacin 32 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 13 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Oxacillin 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 14 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Penicillin 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 15 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Tetracycline 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 16 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Tobramycin 256 Ug, 30 Strips/pack General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 17 1/pack Minimum Inhibitory Concentration, (mic) Gradient Strip, Chloramphenicol 256ug (30 Strip/pack) *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End User Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 18 1/pack Minimum Inhibitory Concentration, (mic) Gradient Strip, Colistin 256ug, 30 Strips/pack General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 19 1/pack Minimum Inhibitory Concentration, (mic) Gradient Strip, Doxycycline 256ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End User Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 20 1/pack Minimum Inhibitory Concentration, (mic) Gradient Strip, Levofloxacin 32ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 21 1/pack Minimum Inhibitory Concentration, (mic) Gradient Strip, Azithromycin 256ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End User Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Vancomycin 256 Ug, 30 Strip / Pack General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 27,720.00 2 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Ampicillin 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 3 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Azithromycin 256 Ug, 100 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 20,946.20 4 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Cefepime 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 5 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Cefotaxime 32 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 6 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Ceftazidime 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End User Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 7 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Ceftriaxone 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 8 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Ciprofloxacin 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 12,163.80 9 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Doxycycline 256 Ug, 100 Strips/pack General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 34,228.43 10 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Levofloxacin 32 Ug, 100 Strips/pack General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 20,946.20 11 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Meropenem 32 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 12 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Ofloxacin 32 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 13 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Oxacillin 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 12,163.80 14 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Penicillin 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 15 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Tetracycline 256 Ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 16 1/pack Minimum Inhibitory Concentration (mic) Gradient Strip, Tobramycin 256 Ug, 30 Strips/pack General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 13,860.00 17 1/pack Minimum Inhibitory Concentration, (mic) Gradient Strip, Chloramphenicol 256ug (30 Strip/pack) *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End User Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 18 1/pack Minimum Inhibitory Concentration, (mic) Gradient Strip, Colistin 256ug, 30 Strips/pack General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. • Product Brochure/product Insert 13,860.00 19 1/pack Minimum Inhibitory Concentration, (mic) Gradient Strip, Doxycycline 256ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End User Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 20 1/pack Minimum Inhibitory Concentration, (mic) Gradient Strip, Levofloxacin 32ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least Two (2) Years From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 21 1/pack Minimum Inhibitory Concentration, (mic) Gradient Strip, Azithromycin 256ug, 30 Strips/pack *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End User Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year From The Date Of The Actual Delivery. • Product Brochure/product Insert 13,860.00 Delivery Period: 30 Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Date27 Jan 2025
Tender AmountPHP 336 K (USD 5.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Details: Sources Sought Notice
this Is A Sources Sought Notice (ssn) Only. The U.s. Government Is Conducting Market Research Only To Determine The Availability Of Qualified Sources Capable Of Providing Stryker Neptune Full-service Maintenance And Repair Services For Stryker Neptune 3 And Stryker Neptune Docker Devices. Potential Contractors Are Invited To Provide A Response Via E-mail To Contract Specialist At Tracy.heath@va.gov By January 03, 2025, 15:00 (pt). Responses Will Be Used To Determine The Appropriate Strategy For A Potential Acquisition. Please Clearly Identify Any Information Your Company Considers Sensitive Or Proprietary. This Notice Is Issued Solely For Information And Planning Purposes - It Does Not Constitute A Request For Quotation (rfq), Or A Promise To Issue An Rfq In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Or Proposals At This Time And Will Not Accept Unsolicited Quotes In Response To This Sources Sought Synopsis. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq, If Any Is Issued.
background: The Contractor Shall Provide All Preventative Maintenance And On-site Repairs. Contractor Shall Ensure That All Units Are Fully Operational According To Manufacturer Specifications Prior To Departure. Contractor Shall Provide All Necessary Travel, Labor, Materials, Tools, Documentation, And Parts Required For The Inspection, Support, And Repair Of The Equipment Listed In The Schedule Of Equipment Below.
naics: 811210, Electronic And Precision Equipment Repair And Maintenance
interested Potential Contractors Please Provide The Following.
1) Company Name, Address, Point Of Contact, Phone Number, Email Address, And Duns
please Indicate Business Size:
small Disadvantage Business (sdb)____
8(a)____
historically Underutilized Business Zone (hubzone)____
service-disabled Veteran-owned Small Business (sdvosb)____
veteran-owned Small Business (vosb)_____
economically Disadvantaged Women-owned Small Business (edwosb)_____
women-owned Small Business Concerns (wosb)_____
small Business_____
large Business_____
please State If You Possess A Federal Supply Schedule (fss)______.
2) Please Submit A Brief Capability Statement (maximum Three Pages) With Enough Information To Demonstrate To The Veterans Affairs That You Have The Enough Resources, Personnel, And Experience To Perform Full Preventative Maintenance And On-site Repairs Per The Manufacturer Specifications As Required In The Attached Draft Statement Of Work.
**draft Statement Of Work
statement Of Work
1. Contract Title
stryker Neptune Service Contract For The Va Puget Sound Health Care System Seattle Campus
2. Background
the Puget Sound Health Care System, Seattle Campus Requires On-site, Full-service Maintenance And Repair Services To Ensure The Stryker Neptune 3 And Stryker Neptune 2 Docker Devices Are Operating Suitably For Clinical Use.
3. Scope
this Contract Includes All Parts And Services To Properly Provide Preventative Maintenance And On-site Repairs. Contractor Shall Ensure That All Units Are Fully Operational According To Manufacturer Specifications Prior To Departure. Contractor Shall Provide All Necessary Travel, Labor, Materials, Tools, Documentation, And Parts Required For The Inspection, Support, And Repair Of The Equipment Listed In The Schedule Of Equipment (section 4).
4. Specific Tasks
schedule Of Equipment:
item #
system Name
qty
serial #
1
stryker Neptune 3
11
2421904073
2
stryker Neptune 2 Docker
2
2417328353
3
stryker Neptune S
3
tbd
4
stryker Neptune Sem Docker
1
tbd
the Contractor Shall Perform The Following Tasks:
1. Procare Protect Corrective Maintenance
stryker Shall Provide The Services For Equipment Set Forth In The Applicable Service Plan, Subject To The Limitations And Exclusions Contained Herein:
an Unlimited Number Of Repairs Or Replacements Of The Equipment, Due To Damage Associated With Normal Use, And Wear, Including All Parts And Labor Associated With Mail-in Services
repair Or Replacement Of Equipment At Stryker S Sole Discretion
if Applicable, Loaner Equipment During The Period That Equipment Is In Stryker S Possession For Repair, Except That All Such Loaner Equipment Is Subject To Availability And Stryker S Loaner Policy
all Freight Costs Associated With Shipments Of Repairs And Loaner Equipment To The Vapshcs
prioritized Repairs Over Non-contracted Customers, With No Additional Administration Or Approval Process
training To Participant Personnel And Surgeons In The Safe And Effective Use Of The Equipment
other Assistance Reasonably Requested By Participant In Connection With The Equipment
on Each Scheduled On-site Service Call, Stryker Personnel Will Inspect And Adjust Each Available Item Of Equipment As Required In Accordance With Stryker S Then-current Maintenance Procedures For The Equipment
any Maintenance Service Call Scheduled Outside Of Stryker S Normal Working Hours, (monday Through Friday, 7:00 Am To 5:00 Pm Local Time, Excluding Federal Holidays) May Carry An Additional Charge.
2. Procare Prevent Preventative Maintenance
procare Prevent Coverage. Stryker Shall Provide The Procare Protect Coverage For The Equipment Set Forth In The Applicable Service Plan, In Addition To The Services Below, Subject To The Limitations And Exclusions Contained Herein:
on-site Preventative Maintenance Inspections And Associated Documentation (i.e., The Joint Commission, Cms Or Dnv Equipment Checklists), For The Equipment
stryker May Perform Preventative Maintenance And Repairs At The Vapshcs Or At The Applicable Stryker Repair Facility In Stryker S Sole Discretion
all Travel Expenses Associated With Scheduled Preventative Maintenance Inspections
each Scheduled On-site Service Call, Stryker Personnel Will Inspect And Adjust Each Available Item Of Equipment As Required In Accordance With Stryker S Then-current Maintenance Procedures For The Equipment (the Preventative Maintenance ). The Contractor Shall Provide The Station Point Of Contact Reports For All Work Performed, As Outlined In The Delivery Schedule
preventative Maintenance Inspections Will Be Scheduled By Vapshcs Or Stryker At A Mutually Agreed Upon Time With The Facility. Equipment Not Made Available At The Mutually Agreed Upon Time Will Be Serviced During The Next Scheduled Service Call Or At Another Specified Date
preventative Maintenance Shall Be Performed By The Contractor At Intervals In Accordance With The Manufacturer S Recommendations, But No Less Than Annually
any Maintenance Service Call Scheduled Outside Of Stryker S Normal Working Hours, (monday Through Friday, 7:00 Am To 5:00 Pm Local Time, Excluding Federal Holidays) May Carry An Additional Charge
general Requirements
it Shall Be Understood That, Throughout Performance Of The Contract, The Contractor S Personnel, While On Va Property, Shall Adhere To All Requirements And Regulations That Govern The Va Health Care System And Its Property.
among All Other Requirements, The Va Health Care System And Its Property Are Now Entirely Smoke Free.
the Contractor And Their Personnel Shall Follow All U.s. Department Of Veterans Affairs (va) Policies, Standard Operating Procedures, Applicable Laws, And Applicable Regulations While On Va Property. Violations Of This May Result In Citation And Disciplinary Measures For Persons Violating The Law.
contractor And Their Personnel Shall Always Wear Visible Identification While They Are On Premises.
possession Of Weapons Is Prohibited.
contractor Shall Take All Reasonable Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract.
invoicing Submissions
in Addition To Regulations Set Forth In Far 52.212-4 (contract Terms And Conditions Commercial Items) (g) Invoice And Vaar 852.232-72 (electronic Submission Of Payment Requests), Contractor Shall Submit Final Invoice On Any Services Performed No Later Than 30 Days After End Of The Period Of Performance Of Contract. This Ensures That Closeout Of Contracts Follows Far 4.804-1(b).
6. Performance Monitoring
the Contractor Shall Be Monitored By The Station Point Of Contact Or Their Designee. The Station Point Of Contact Shall Submit An Annual Performance Evaluation To Network Contracting Office 20 Summarizing The Performance Viewed Over The Period Of Performance.
8. Other Pertinent Information Or Special Considerations
all Contractor Personnel Must Have At Least Two Years Of Field Experience As A Field Service Engineer Or Meet Oem Standards For A Fully Qualified Field Service Engineer To Perform Maintenance On The Equipment. No Subcontracting Is Authorized For This Contract.
contractor Must Provide, Upon Request, Documentation Of Factory Certified Service/maintenance Training On The Specific Equipment Under The Terms Of This Contract. All Parts Used Shall Be Oem Parts Only. Reverse Engineered And/or Refurbished Parts Shall Not Be Utilized Under The Terms Of This Contract Without Explicit Permission, In Writing, From The Contracting Officer (co) After Co Consultation With Va Technical Representative (vatr). Subcontracting Of Any Ensuing Award Of This Solicitation Will Not Be Allowed Without Written Permission Of The Co.
contractor Will Provide The Necessary Manpower And Supervision To Properly Execute The Preventative And Corrective Maintenance Of The Equipment Specified On Equipment List .
the Station Point Of Contact Shall Conduct Routine Inspections, Product Sampling, And Monitoring Of Work While Contractor Is On Site. In The Event Of Any Concerns, The Station Point Of Contact Shall Notify Network Contracting Office 20 And Coordinate Addressing The Concerns.
equipment May Be Added Or Deleted From The Service Contract As Needed Upon Modification By The Contracting Officer (co). Deleted Equipment Shall Be Credited In The Full Amount If Deleted Before Any Scheduled Maintenance Has Been Performed On It.
7. Risk Control
vendor Must Coordinate With Station Point Of Contact For Access To The Seattle Campus. Once Vendor Completes The Service, They Must Check Out With Station Point Of Contact To Ensure That All Work Has Been Completed With No Issues. If Any Issues Arise The Station Point Of Contact Must Be Contacted.
8. Place Of Performance
department Of Veterans Affairs
puget Sound Health Care System
seattle Division
1660 S. Columbian Way
seattle, Wa 98108-1597
9. Period Of Performance.
this Will Be A Single Award Firm Fixed Price Contract With One (1) Base Year And Up To Four (4) Option Years For This Contract:
Base: 03/01/2025 02/28/2026
option Year 1: 03/01/2026 02/28/2027
option Year 2: 03/01/2027 02/29/2028
option Year 3: 03/01/2028 02/28/2029
option Year 4: 03/01/2029 02/28/2030
10. Delivery Schedule
deliverable Title
format
calendar Days After Co Start
full-service Report (fsr) For (3) Neptune S Rover 2pm Prevent Procare +sem
contractor-determined Format; Comprehensive Service Report And Corrective And Preventative Maintenance Checklist
within 24 Hours Of Service Completion, Email To Onsite Staff As Well As The Station Point Of Contact
full-service Report (fsr) For (11) Neptune 3 Rover 2pm Prevent Procare +sem
contractor-determined Format; Comprehensive Service Report And Corrective And Preventative Maintenance Checklist
within 24 Hours Of Service Completion, Email To Onsite Staff As Well As The Station Point Of Contact
full-service Report (fsr) For (3) Neptune 2 Docker 2pm Prevent Procare
contractor-determined Format; Comprehensive Service Report And Corrective And Preventative Maintenance Checklist
within 24 Hours Of Service Completion, Email To Onsite Staff As Well As The Station Point Of Contact
monthly Report
shows All The Work Accomplished Each Moth And All Work Planned To Be Accomplished In The Following Month. Identifies Unresolved Problems And Their Proposed Solution, As Well As Resolved Problems And The Steps Taken To Resolve Them.
due The Last Day Of Each Month
11. Security Requirements
the Contractor Employees Shall Not Have Access To Va Sensitive Or Computer Information And Will Not Require Routine Access To Va Facilities. The Contractor Employees Shall Require Intermittent Access Only And Will Be Escorted By Va Employees While At Va Facilities. No Background Investigation Is Required.
access To Va Information And Info Systems
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.
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 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.
va Information Custodial Language
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.
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.
security Incident Investigation
the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cotr And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access.
to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant.
with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement.
in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.
liquidated Damages For Data Breach
consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract.
the Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following:
(1) Nature Of The Event (loss, Theft, Unauthorized Access);
(2) Description Of The Event, Including:
(a) Date Of Occurrence;
(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;
(4) Names Of Individuals Or Groups Affected Or Potentially Affected;
(5) Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text;
(6) Amount Of Time The Data Has Been Out Of Va Control;
(7) The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons);
(8) Known Misuses Of Data Containing Sensitive Personal Information, If Any;
(9) Assessment Of The Potential Harm To The Affected Individuals;
(10) Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And
(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.
based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $37.50 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following:
(1) Notification;
(2) One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least
3 Relevant Credit Bureau Reports;
(3) Data Breach Analysis;
(4) Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution;
(5) One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And
(6) Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs.
security Controls
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-days 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¬
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:
(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;
(2) Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training;
(3) Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And
(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.]
a. 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.
b. 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.
12. Government-furnished Equipment (gfe)/government-furnished Information (gfi)
no Gfe Or Gfi Shall Be Provided To The Contractor For The Performance Of This Contract.
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.
Closing Date3 Jan 2025
Tender AmountRefer Documents
Southern Railway - SR Tender
Goods
Textile, Apparel and Footwear
Ireps
India, India
Tender Id: 62245046C-PRINTING-RPM-STORES/SOUTHERN RLY | Compressible Four Ply Rubber Blanket
Closing Date7 Jan 2025
Tender AmountINR 500 K (USD 5.8 K)
This is an estimated amount, exact amount may vary.
Southern Railway - SR Tender
Goods
Ireps
India, India
Tender Id: 62255001-PRINTING-RPM-STORES/SOUTHERN RLY | Supply Along With Installation Of Two Compressible Rubber Blankets
Closing Date23 Jan 2025
Tender AmountINR 500 K (USD 5.7 K)
This is an estimated amount, exact amount may vary.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: Amendment I (corrected Typos)
description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Design Contract With Services To Be Performed At The Charles George Va Medical Center At 1100 Tunnel Road, Asheville, Nc 28805. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb). This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf330s. The Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top. Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, “architect-engineer Qualifications.” Interested Firms Should Submit Their Current Sf330, Parts I And Ii, To Keith.hunter@va.gov. The Sf330s Are Due No Later Than 8:00 Am Est January 24, 2025.
scope Of Work: This Project Will Engage An Architectural Engineering Firm For Professional Architect/engineer (ae) Services Necessary To Design For The Replacement Of The Existing Air Handling Unit #11 Serving The Imaging Department In Buildings 47 At The Charles George Vamc, Asheville, Nc. Air Handling Unit, Supply And Return Fan, Heating/cooling Coils And Piping Shall Be Sized To Meet The Temperature And Air Exchange Needs Of Approximately 10,000 Square Feet Of Space. Work Includes Investigating The Site, Taking Calculation And Designing For The Replacement Of The Air Handling Unit, Structural Support, Fans, Coils Piping, And Control System. Project Also Involves Investigating And Sizing The Supply And Return Ductwork And Associates Variable Volume Supply Box And/or Constant Volume Supply Box. Ceilings And Walls May Need To Be Modified To Accommodate Removal Of Old Ductwork And Installation Of New Ductwork. The New System Will Replace The Existing System In The Exact Location. Design Includes Mechanical Engineering, Electrical Engineering, Structural Engineering And Architectural Disciplines.
requirements:
the Ae Selected Is Expected To:
part Ia – Preparation Of Existing Conditions And Conceptual Design – Investigative Services: Preparation Of Existing Conditions Plan And Conceptual Design Which Includes Site Investigation For Architectural, Mechanical, Electrical, And Environmental Hazards Such As Suspect Asbestos Containing Material (acm). Work Will Consist Of Ae Personnel Removing Ceiling Tile(s) And Tracing Ductwork, Electrical, And Plumbing Above Ceilings. Perform Project Site Investigation In Accordance With The ‘site Investigations’ Section Of This Scope Of Work.
physically Survey As Well As Review Record Drawings Of The Existing Building. Inform Co/cor Of Supplemental Information Gathering That May Be Required.
conduct On-site Work Session With User Group And Other Members Of The Integrated Project Team To Discuss Conceptual Options.
describe All Measures Available To Achieve The Project Objectives, Including The Benefits And Drawbacks Of Each Measure, To Guide Decisions By The Facility During Schematic Design. The Decision Of Which Alternatives To Select For The Construction Project Rests With The Va.
develop And Describe A Construction Strategy That Allows Existing Functions To Continue During Construction. Develop This Strategy In Development Of Construction Documents.
participate In A Conference Call After Va Has Completed Schematic Design Review
ae Shall Review Needs Identified By The Ipt For The Area Under Consideration For Design And Provide Recommendations. In Addition, The Project Shall Be Phased To Minimize The Impact To The Medical Center Operations And Patient Care. Prior To Submission Of Schematic Design Material, The Ae Shall Meet With The Vamc’s Cor To Discuss Proposed Phasing Requirements For The Project. These Phasing Requirements Shall Describe The General Sequence Of The Project Work, Estimated Project Duration, And What Va Constraints Will Exist That Will Influence The Contractor's Approach To The Construction Project. The Ae Shall Be Responsible For Documenting The Phasing Requirements.
the Ae Shall Make Site Visits As Required To Determine Existing As-built Conditions Affecting This Project. Information, Including Drawings And Other Documentation, Provided To The Ae Shall Be Used As Reference Only. The Ae Is Responsible For Verifying All Existing Site Conditions To Include But Not Be Limited To Crawling In Crawlspaces, Looking Above Ceilings And The Building Penthouse.
coordinate Visits With The Cor As Assigned At The Ntp. The Ae Shall Arrange For And Oversee The Performance Of Such Investigations Necessary For The Proper Design Of The Project. Autocad Background Drawings Shall Be Provided By The Va Upon Request If Available And Shall Be Used As Reference Only. The Ae Shall Field Verify Every Aspect That Relates To The Project.
perform Photographic Documentation During Investigative Services; Files Are To Be Maintained For Future Reference Of Existing Conditions For Construction Documents And Unforeseen Unit Costing Basis.
the Contractor Shall Prepare Digital Photo Documentation Of Construction Work, Including Sites, Buildings, And Field Activities. Digital Photos Shall Be Submitted In Jpeg Format To The Project Website, And To A Resolution Sufficient And Appropriate For The Type Of Work Photographed. The Contractor Shall Provide An Index For Each Set Of Photographs Submitted Identifying The Contractor, Base, Facility, Project Number, Date, And A Brief Description. The Contractor Shall Coordinate Photography Of Any Kind Through The Cor.
the Ae Shall Complete All Necessary Site Investigations Prior To The 15% Schematic Design Submission.
part Ib – Preparation Of Contract Drawings And Specifications – Design Development: Preparation And Submission Of Construction Bid Documents, Interim Design Document Submittals, And The Final Construction Bid Documents At The Completion Of The Design Development Process In Accordance With The ‘design Package Submission Schedule’ Section. Design Document Packages Shall Contain A Complete Set Of Documents As Specified In The ‘design Requirements/submissions’ Section Of This Statement Of Work (sow). The Ae Shall Develop A Design Necessary To Meet The Requirements In The ‘project Scope’ Section Of This Sow. Design Shall Include Engineering Services Rendered Necessary By Va (veterans Affairs) At The End Of Part Ia Investigative Services Within The Construction Cost Parameters.
design And Produce Construction Documents For Implementation Of The Selected Alternatives.
submittals Must Include The Components Listed On The A/e Submission Instructions For Minor And Nrm Construction Program Https://www.cfm.va.gov/til/ae/aesubmin.doc.
submittal Register - Provide A List To The Va Of Technical Submittals That Will Be Required.
intended For Long-term Use, The Project Design Specifications Must Provide, To The Maximum Extent Practicable, A Final Product Of Enduring Quality; Energy And Water Efficient; Environmentally Conscious; Functional And Requiring Low Maintenance; Durable; Flexible For Changing Uses; Universally Accessible; Sustainable; Operationally Cost Effective; Compliant With Appropriate Codes, Statutes, And Vha Requirements.
construction Documents Must Be Complete, Clear, Specific, Accurate, Coordinated Between Disciplines, Quantifiable, And Explicit In Quality Expectations For Suitable Materials, Systems, And Workmanship.
throughout The Design Phases Of The Project, The A/e Shall Work Closely With The Cor And Integrated Project Team To Ascertain And Confirm All Project Requirements.
the Contractor Shall Attend Meetings And Teleconferences To Discuss Technical Requirements, Issues, And Project Progress And Status As Required. The Contractor Shall Prepare, And Submit For Review, Presentation Materials For Meetings And An Agenda. The Contractor Shall Be Responsible For Taking Meeting Minutes, Prepare And Submit Minutes For All Meetings Attended No Later Than 3 Business Days, With The Exception Of The Ipt Meetings As Discussed In Previous Paragraph, After The Meeting Has Occurred. The Minutes Shall Be Sent To The Contracting Officer And Cor For Coordination And Approval Prior To Distribution.
the Ae Shall Provide An Evaluation, Cost Estimate And Conceptual Plans To Determine The Feasibility Of Completing The Project Within Project Budget. Disadvantages And Advantages Shall Be Provided Including Impacts To Patient Care/medical Center Operations And Order Of Magnitude Cost Estimates (with Cost Of Patient Care Factored Into The Economy/feasibility)
part Ii – Construction Period Services: Review And Provide Concise Recommendations On All Submittals, Shop Drawings, Product Data, Samples, Rfis, Change Order Proposals, Etc. In Accordance With ‘construction Period Services’ Section Of This Sow. Services Shall Include Providing Record Drawings Based On Finalized Contractor Red-line As-builts.
assist In Answering Questions And Provide Clarifications As Deemed Necessary By The Contracting Officer Or Cor During Solicitation And Issuing Any Addendums, Revise Drawings/specifications, Etc. Necessary To Fully And Completely Address Questions Any And All Questions Submitted By The Cor, Contracting Officer And Awarded Construction Contractor.
serve As An Advisor And Provide Assistance To The Va To Determine Whether The Contractor Or Subcontractor Meets Technical Qualification Requirements, Assist In The Review Of Contractor Proposals For Technical Acceptability, Support By Written Recommendations Of Any Problems Or Litigation Encountered In Past Performance Based On First-hand Knowledge.
review All Submissions And Provide Concise Direction To The Va. Provide Direction Within 5 Business Days Upon Request For Shop Drawings, Product Data, Installation Instructions, Samples, Etc. Provide Direction Within 5 Business Days For Rfi’s And Change Order Proposals. Changes To Contract Documents Based On Errors And Omissions In Design Will Be At No Cost To The Va To Include Cost Estimates For The Change. The Co Shall Make The Final Determination On What Is Or Is Not An Error Or Omission.
provide Commissioning For All Affected Systems.
prepare Record Drawings Based On Contractor Red-line As-built Drawings With Correspondence Performed During Construction. The Ae Shall Provide A Set Of Updated Drawings And Specifications On Cd Within 20 Business Days Of Construction Contract Completion To The Cor.
the Ae Shall Function As The Commissioning Agent For All Necessary Commissioning Actions. The Ae Shall Provide Testing, Inspection And Reporting Services During Construction. The Ae Must Conduct A Site Visit, At Least Once A Month, During Each Phase Of The Project, And Must Be Present For Every Test Or Inspection And To Document The Outcome.
part Iii – Construction Period Site Visits: Visit The Site At The Request Of The Va In Accordance With Section ‘site Visits’ In This Sow. The Ae Shall Respond On Site Within An 8-hour Period When Requested. The Total Number Of Site Visits During The Construction Period Is Estimated To Be Five (5) For This Project, Which May Be Finalized After Selection Of The Ae And During Negotiation Of The Proposal. Each Site Visit Shall Be Documented Through A Field Report Denoting The Purpose And Results Of The Site Visit.
make Site Visits On Requests Of The Va And Prepare Documented Field Reports Denoting The Purpose And Results Of The Site Visit, To Include Agreed Upon Changes In Design As Determined Necessary During The Construction. Visits Made Based On Errors And Omissions In Design Will Be At No Cost To The Va.
participate In Partial/final Acceptance Inspections (in-wall, Above Ceiling, And Final) As Scheduled And Generate Punch List Items For Completion. Inspections Shall Cover Quality Of Installations And Locations/placement Of Items In Accordance With The Contract Documents. The Punch List Shall Reference The Contract Documents For Specific Deficiencies (i.e. Specification Section, Drawing Detail, Etc.).
attend The Pre-bid And Pre-construction Conference To Review And Confirm Project Scope.
during Construction, Allow For A Minimum Of Site Visits As Negotiated For The Contract, As Directed And Scheduled By The Cor.
offerors Will Be Evaluated On The Following Criteria:
the Submitted Sf330’s Shall Be A Maximum Of 30 Total Pages. All Necessary Information To Meet The 5 Criterions Shall Be Contained Within Those 30 Pages As The Evaluation Will Stop At The End Of Page 30.
the Submitted Sf330s Will Be Evaluated On The Following Criteria:
this Acquisition Will Be In Accordance With Far Part 36.602-1 And Vaar Part 836.601-1. The Following Evaluation Criteria Will Be Used To Evaluate Sf330 Technical Proposals:
the Architect/engineer (ae) Must Demonstrate Its Qualifications With Respect To The Published Evaluation Criteria For All Services. Evaluation Criteria (1) Through (4) Are Considered The Most Important And Listed In Descending Order Of Importance; Criteria (5) Is Significantly Less Importance Than (1) Through (4) But The Associated Value Of 1 Through 4 Are In A Declining Value And Order Of Importance. Criterion (1) Is The Highest With Criterion (5) Being The Lowest.
(1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services;
(2) Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design;
(3) Capacity To Accomplish The Work In The Required Time;
(4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules;
(5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; If Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project.
criterion 1 - Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines – Architectural, Electrical, Mechanical, And Structural Design.
submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf330 Part 1 Section G.
criterion 2 - Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design. Offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Like Those Anticipated Under This Contract About:
special Knowledge Of Mechanical, Electrical And Structural Engineering.
experience Working In And Around An Operational Hospital
specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team.
submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Example Projects Shall Note Project’s Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf330 Part 1, Section F Item 25 “firms From Section C Involved In This Project,” Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. Additionally, Firms Are Required To Return And Submit The Attachment B Titled Criterion 2 Format, Which Will Clearly Demonstrate Specific Experiences And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Specifically List Similar Scoped Projects Covering The Previous 10 Years And Clearly Show Participation. (see Sf330 Part I Section G, But Not Excluding Other Information Provided On The Sf330 And Supporting Documentation.)
note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower.
all Information For Criterion 2 Should Be Submitted In Part 1, Section F Of The Sf330. The Government Will Not Consider Information Submitted In Addition To Part 2, Section F In Evaluating Criterion 2.
criterion 3 - Capacity To Accomplish The Work In The Required Time. Firms/teams Will Be Evaluated In Terms Of Their Ability To Plan For And Manage Work Under The Contract And Capacity To Accomplish The Work In The Required Time.
submission Requirements: Describe The Firm’s Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm’s Capacity To Accomplish Multiple Projects Simultaneously. Additionally, Prospective Contractors Are Required To Provide A List Of Current Projects With A Design Fee Of Greater Than $25,000 Currently Being Designed In The Firm’s Office. Indicate The Availability Of The Proposed Project Team (including Sub-consultants) For The Specified Contract Performance Period In Terms Of: (1.) Both The Average And Maximum Number Of Projects Being Worked Simultaneously For The Previous Twelve (12) Month Period, For Each Key Personnel Member, (2.) The Number Of Projects Currently Being Worked By Each Key Personnel Member Identified In The Sf330, And (3.) The Number Of Projects That Could Be Added To Workload, Given Size And Complexity.
criterion 4 - Past Performance – Offerors Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 1 Projects And May Include Other Information Provided By The Firm, Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower.
note: Past Performance Information For Projects Listed Under Criterion 1.
project Recency: A Project Will Be Considered Recent Only If Performance Was Completed Within Five (5) Years Of The Date Of Issuance Of This Public Announcement. Ongoing Projects Will Not Be Considered As No Accurate Performance Record Can Exist For Work Not Yet Completed.
submission Requirements: Submit A Completed The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Submit No Less Than Three (3) And No More Than Five (5) Past Performance References For Recent And Relevant Projects Identified On Sf330 Part I Section F. Completed Ppqs Should Be Submitted With Your Sf330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment A), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) If It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 6, Attn: Samantha Cahill Via Email At Keith Hunter Via Email At Keith.hunter@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other Ae Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation.
criterion 5 - Location In The General Geographical Area (asheville, Nc) And Knowledge Of The (asheville, Nc); Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. Provided That The Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Contract, Firms/teams Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract.
submission Requirements: Indicate Firm’s/team’s Location, Including Main Offices, Branch Offices, And Any Sub Consultant’s Offices, As Well As Demonstrate How This Will Be Advantageous To The Government.
selection Interview:
discussions/interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews Will Be Asked A Series Of Established Questions. Elaborate Presentations Are Not Desired, But Selected Firms Should Be Prepared To Present A Summary Of Their Qualifications And Similar Projects To The Evaluation Team. Firms Selected To Move To This Stage Of The Evaluation Will Be Limited To A 30 Minute Time Block.
general Information:
all Design And Work Will Conform To The Current Edition Of The Va Master Specifications And Va Design Standards As Published At The Following Site: Www.cfm.va.gov; Asme, Osha, Ibc 2009, Nfpa And Nec Building Codes And Standards. Coordinate All Work Through The Contracting Officer’s Representative (cor) Of Facilities Management Service. Contractor Is Responsible For All Cleanups And Refuse Disposal Throughout The Construction Period. The Ae Firm Will Prepare Drawings And Specifications In Enough Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Construction Work. Microsoft Project Scheduling And Management Software Will Be Used By Both The Ae And Contractors To Allow For Regular Tracking Of Schedules And Work By The Va Medical Center. Schedules With Ms Project Will Be Regularly Sent To The Cor Upon Project Initiation And Whenever Significant Changes Occur In The Schedule. The Estimated Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The Ae Will Provide An Initial Estimate Of Cost To Perform The Above Work And Will Design Only Those Items That Can Be Provided Within The Cost Limitation. The Estimated Cost Of Construction (ecc) Shall Only Be Provided To The Contractor In Which A Formal Proposal Is Sought For The Purposes Of Providing A Proposal. The Medical Center Must Remain Operational Throughout The Construction Period And A Detailed Sequence Of Work Will Be Provided By The Ae To Minimize Impact Of The Construction. The Ae Will Provide Documents At Each Submission As Indicated In The Statement Of Work. The Naics Code For This Procurement Will Be 541330, Engineering Services. The Current Small Business Size Standard For 541330 Is $25.5 Million.
design Costs: All Offerors Are Advised That In Accordance With Vaar 836.606-71(a) The Total Cost Of The Architect Or Engineer Services Contracted For Must Not Exceed Six Percent (6%) Of The Estimated Cost Of The Construction Project Plus Any Fees For Related Services And Activities. Additionally, Far 52.236-22 Design Within Funding Limitations, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Rated A-e Firm(s) Selected In Accordance With The Outlined Process.
limitations On Subcontracting: In Accordance With Vaar 852.219-73, Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Business And 13 Cfr 125.6, A Service-disabled Veteran-owned Small Business Concern (sdvosb) Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50% Of The Amount Paid By The Government To Firms That Are Not Similarly Situated. Firms That Are “similarly Situated” Are Those That Are Also Cve-registered Sdvosbs.
requirement For Electronic Submission
unless Paper Offers Are Specifically Authorized, All Responses To This Pre-solicitation Notice Must Be Submitted Electronically As Described Below. The Only Acceptable Paper Form For This Requirement Is The Receipt Of Past Performance Questionnaires. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award For The Contract Due To Non-compliance With The Terms Of The Solicitation. You Must Submit Your Electronic Offer, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below.
in Addition, Contractors Are Notified Of The Award Via An Electronic Notice Of Award E-mail. The Award Document Will Be Attached To The Notice Of Award E-mail.
acceptable Electronic Formats(software) For Submission Of Offers
files Readable Using The Current Microsoft* Office Version Products: Word, Excel, Powerpoint, Or Access. Spreadsheet Documents Must Be Sent In A Format That Includes All Formulas, Macro, And Format Information. Print Or Scan Images Of Spreadsheets Are Not Acceptable. Please See Security Note Below For Caution Regarding Use Of Macros. When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files)
files In Adobe* Pdf (portable Document Format) Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater.
another Electronic Format. If You Wish To Submit An Offer Using Another Format Than Those Described In These Instructions, E-mail The Contracting Officer/specialist Who Issued The Solicitation. Please Submit Your Request At Least Five (5) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer.
please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns.
e-mail Submission Procedures: For Simplicity In This Guidance, All Submissions In Response To A Solicitation Will Be Referred To As Offers.
subject Line:include The Solicitation Number, Name Of Company, And Closing Date Of Solicitation.
size:maximum Size Of The E-mail Message Shall Not Exceed Ten (10) Megabytes.the Sf330, In Its Entirety, Shall Not Exceed One Email Of 5mb. The Sf330 (not Including Past Performance Questionnaires) Are Limited To 30 Pages. If The Page Limits Are Exceeded, The Pages In Excess Of The Limit Will Not Be Read Nor Considered. Only One Email Is Permitted Unless Otherwise Stated In This Paragraph Or In Writing By The Contract Officer Submitting The Solicitation. Due To Va It Security Protocols, Email Submissions Are Limited To 10mb Per Email. Furthermore, It Is The Sole Responsibility Of The Prospective Firms To Confirm Receipt Of Their Submission In Its Entirety Prior To The Closing Date And Time Of Their Submission In Response To This Synopsis.
security Issues, Late Bids, Unreadable Offers
late Submission Of Offers Is Outlined At Far Parts 52.212-1(f), 52.214-7, And 52.215-1(c)(3). Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission.
please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers.
to Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus, Or Which Are Otherwise Unreadable Will Be Treated As “unreadable” Pursuant To Far Parts 14.406 And Far 15.207(c).
the Virus Scanning Software Used By Our E-mail Systems Cannot Always Distinguish A Macro From A Virus. Therefore, Sending A Macro Embedded In An E-mail Message Or An E-mail Attachment May Cause The E-mail Offer To Be Quarantined. You May Send Both The Spreadsheet And The Spreadsheet Saved In Pdf Format To Ensure That Your Proposal Is Readable.
password Protecting Your Submission Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Individuals.
important Notice: Apparent Successful Offerors Must Apply For And Receive Verification From The Small Business Administration (sba) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Enough To Establish Appropriate Status, Offerors Must Be Both Visible And Verified By The Small Business Administration (sba) At The Time Of Submission Of Offers And At The Time Of Award. Failure To Be Both Verified By Sba And Visible On Vetcert At The Time Of Submission Of Offers And At The Time Of Award Will Result In The Offeror’s Proposal Being Deemed Non-compliant. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Sba Verification Of Their Sdvosb Status If They Have Not Already Done So.
important Addendum To 852.219-73 Va Notice Of Service-disabled Veteran-owned Small Business Set Aside: Va’s Vendor Information Pages (vip) Database Is No Longer Active. Small Business Administration Will Now Verify Sdvosb Status. Offerors Must Be Listed On Sba’s Veteran Small Business Certification (vetcert) Database At Https://veterans.certify.sba.gov/.
852.219-73 Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses.
as Prescribed In 819.7011, Insert The Following Clause:
va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022)
(a) Definition. For The Department Of Veterans Affairs, “service-disabled Veteran-owned Small Business Concern Or Sdvosb”:
(1) Means A Small Business Concern -
(i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition);
(ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran.
(iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document.
(iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And
(v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause.
(2) The Term “service-disabled Veteran” Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16).
(3) The Term “small Business Concern” Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632).
(4) The Term “small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities” Has The Meaning Given The Term “small Business Concern Owned And Controlled By Service-disabled Veterans” Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause).
(b) General.
(1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award.
(3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences.
(c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70.
(d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or “similarly Situated” (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows:
(1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract
(2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs.
(4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs.
(5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
x By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
__by The End Of The Performance Period For Each Order Issued Under The Contract.
(f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program.
(h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment).
(end Clause)
Closing Date24 Jan 2025
Tender AmountRefer Documents
9861-9870 of 9891 archived Tenders