Scanning Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Date26 May 2025
Tender AmountRefer Documents
Details: This Announcement Is Not A Request For Proposal. This Is
a Presolicitation. Notice For Architect/engineering (a/e)
design Services; No Solicitation Package Will Be Issued
until After An Evaluation Has Been Made On The Provided
sf-330. Only The A/e Firms Responding To This
announcement By Submitting An Sf-330 Package On Time
will Be Considered For Initial Evaluation.
naics: The North American Industry Classification System (naics)
code/size Standard For This Procurement Is 541330, Engineering Services.
the Small Business Size Standard Is $25.5 Million In Annual Receipts. The
fsc/psc Is C1az, Architect And Engineering- Construction: Other
administrative Facilities And Service Buildings.
set-aside: Notice Of 100% Service-disabled Veteran-owned Small
business (sdvosb) Set-aside. This Is A 100% Set-aside For Sdvosb Firms
only. The Firms Registered And Visible In The Sba Veteran Small Business
certification (vetcert) Database At Https://veterans.certify.sba.gov When
sf330’s Are Submitted. Failure Of A Prospective Sdvosb To Be Verified By
the Sba Vetcert At The Time The Sf 330 Is Submitted Shall Result In
elimination From Consideration. All Joint Ventures Must Be Verified At The
time Of Submission And Submit Agreements That Comply With 13 Cfr 125.15
prior To Contract Award.
prospective Contractors Are Cautioned That The Proposal Submitted In
response To This Solicitation Must Meet The Criteria Identified By 38cfr, Part
74. The Sdvosb Concern Agrees That In The Performance Of The Contract,
the Concern Will Comply With The Limitation On Subcontracting Requirements In
accordance With Vaar Clause 852-219-75, Va Notice Of Total Set Aside For
verified Service-disabled Veteran-owned Small Businesses.
request For Information:
the Deadline For All Request For Information (rfi) Is 4:00 Pm Ct On May
09, 2025. All Rfis Must Be Submitted In Writing Via Email To Dwayne
brauch, Contracting Officer, At Dwayne.brauch@va.gov And Marc Del Valle,
contract Specialist, At Marc.delvalle@va.gov. An Amendment To The Rfq
will Be Issued To All Prospective Firms Via Sam.gov And Will Include The Rfi
and The Corresponding Government Response. Unless Formally Amended In
writing, All Terms, And Conditions Of The Rfq Will Remain Unchanged.
interested Firms Should Submit Their Current Sf 330 Electronically To Both The
contracting Officer And Contracting Specialist. Contracting Officer: Dwayne
brauch / Email Address: Dwayne.brauch@va.gov And Contracting Specialist:
marc Del Valle / Email Address: Marc.delvalle@va.gov. The Sf330s Are Due On
monday, May 26, 2025, At 10:00 Am (ct).
no Fax Or Paper/cd Responses Will Be Accepted: Personal Visits
for The Purpose Of Discussing This Announcement Will Not Be Entertained Or
scheduled. Selection Shall Be In Order Of Preference From The Firms Considered
most Highly Qualified. Questions May Be Directed Only By E-mail To
dwayne.brauch@va.gov And/or Marc.delvalle@va.gov.
in Accordance With Far 36.209 – Construction Contracts With A-e Firms And
36.606 (c), All Interested Contractors Are Hereby Put On Notice That No
construction Contract May Be Awarded To The Firm That Ultimately Designs This
requirement.
security Issues, Late Bids, Unreadable Offers
(a) Late Submission Of Offers Is Outlined At Far Part 52.215-1(c).
particular Attention Is Warranted To The Portion Of The Provision That Relates
to The Timing Of Submission.
(b) Please See Far 15.207(c) For A Description Of The Steps The
government Shall Take With Regard To Unreadable Offers.
(c) 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 Part And Far 15.207(c).
(d) Password Protecting Your Sf 330 Is Not Permitted. The Contracting
officer Will File The Offer Electronically Which Will Allow Access Only By
designated Government Individuals.
sf 330 Date Of Receipt/due Date: Interested Firms Having The
capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And
attachments (if Any) No Later Than (nlt) 10:00 Am (ct) May 26, 2025.
for Informational Purposes:
all Offerors Are Required To Have An Active Registration In The System For
award Management (sam / Www.sam.gov) At The Time Of Offer Submission.
firms Will Be Evaluated By The A/e Evaluation Board. The Most Qualified
firms Will Be Invited To Interview With The Selection Board. The Number Of
firms Selected To Interview Will Be Dependent On The Number Of Firms That
submit Sf-330s. The Three Most Qualified Firms Will Interview With The
selection Board. If Multiple Firms Are Equally Rated As Third Place, All Firms
rated Equally As Third Place And Higher Will Be Invited To An Interview.
responses Should Be Submitted On An Sf330. The Sf-330 Can Be
downloaded Through The Gsa Forms Library At: Https://www.gsa.gov/formslibrary/
architect-engineer-qualifications
prospective Firms Shall Address All Selection Criteria Factors Within Their
submitted Sf330 Packages. Submission Of Information Incorporated By
reference Is Not Allowed.
interested Firms Shall Submit Sf 330 Via Electronic Transmission Via Email To
dwayne Brauch, Contracting Officer, At Dwayne.brauch@va.gov With A Copy
to Marc Del Valle, Contract Specialist, At Marc.delvalle@va.gov By The
designated Date/time Specified. Please Provide The Pre-solicitation Number,
618-25-200 Ae Upgrade Building 222 Hvac, And Firm Name In The Subject
line Of The Email. When Submitting Sf330s, If More Than One Email Is Sent,
please Number Emails In Subjects As “1 Of N” (where “n” Represents The Total
number Of Emails To Complete The Submission). Submittals Received After The
date And Time Identified On Page One (1) Will Not Be Considered. Ensure The
file Size Is Under 7 Mb. No Sf 330 Hard Copies Will Be Accepted. Failure To
comply With This Requirement May Jeopardize The Possibility Of Receiving An
award For The Contract Due To Noncompliance With The Terms Of The
solicitation.
submitted Sf330s Will Include The Following Elements:
1. Standard Form 330 (rev. 07/2021) – Architect-engineer Qualifications
2. Sf330, Section H: Additional Information
firms That Submitted Sf330s Will Be Evaluated By An A/e Evaluation Board.
the Following Evaluation Criteria Will Be Used To Evaluate Sf 330 Technical
proposals:
general Solicitation And Contract Information:
network Contracting Office (nco) 23 Has A Need For Design Services At The
minneapolis Vahcs To Provide An Ae Upgrade Building 222 Hvac.
this Procurement Will Be Procured Pursuant To The Selection Of Architects
and Engineers (formerly Known As The Brooks Act) Public Law 92-582, And
as Implemented In Federal Acquisition Regulation (far) 36.6 And Va
acquisition Regulations (vaar) And Va Acquisition Manual (vaam) Part
836 And M836 Respectively.
all Offerors Are Advised That In Accordance With Vaar 836.606-71, The
total Cost Of The Contract For A-e Services Must Not Exceed 6 Percent Of
the Estimated Cost Of The Construction Project Plus Any Fees For Related
services And Activities. Additionally, Far Clause 52.236-22 (c) - Design
within Funding Limitation, Will Be Applicable To This Procurement
action. Design Limitation Costs Will Be Provided To The Most Highly
rated A-e Firm Selected To Complete The Design.
general Description Of Services Required:
the Scope Of This Design Work Is To Replace The Failed Vrf System Currently
installed In Building 222. Building 222 Existing Hvac Control System Will Also
need To Be Removed And Replaced With Johnson Controls (jci) Devices For
compatibility With The Facility’s Monitoring Systems. The Replacement Of These
systems Will Alleviate The Need For Facilities Management To Continuously
contract Services To Provide Temporary Cooling Units For Conditioned Air To
building 222.
building 222 Was Originally Constructed In 1904 And Is Listed On The
minnesota National Register Of Historic Places. The Building Was Last
renovated In 2019, And The Project Included Replacing Electrical In The
warehouse Area, Renovating To Create Usable Workspace, Exterior
weatherproofing, Upgrades To Roads And Grounds, And Installation Of The
vrf Split System. Spaces In This Building Include Logistics Warehouses,
offices Spaces And Conference Rooms, Urgent Care Tele Icu, Information
management, Home Based Health Care And Primary Care. For This Project,
the Selected Architectural And Engineering Firm (a-e) Shall Provide A
phasing Study Which Will Include Schematic Design For All Affected Areas At
building 222 Of The Minneapolis Vaha Fort Snelling Campus. Additionally,
the Selected A-e Shall Provide Construction Drawings, Specifications,
estimates, Construction Period Services And Commissioning Services For The
hvac Cooling System And Building Automation Replacements At Building
222.
the Final Deliverable Will Include In Both Pdf And Cad Format:
1. The A-e Shall Completely Survey All Existing Spaces Affected By The
renovation. Survey Shall Include Architectural, Life Safety, Electrical,
mechanical, Structural, And Low Voltage Systems. The Drawings Supplied By
the Va Are Not As-built.
2. The A-e Shall Use The Attached Schematic Design As The Starting Point To
develop The New Schematic Design (35% Design) And Ptrp Phasing Study,
as Well As Construction Drawings (cds). This Will Require Meetings With Staff
to Review Details Of The Plan And To Gather Comments From The Staff On The
project. The A-e Will Budget, At A Minimum, Four (4) Meetings For This
purpose. Comments Approved By The Va Project Manager Will Be
incorporated Into The Design. These Four Meetings Are In Addition To The
required Design Charrette Meetings, And The Required Meetings At The 65%,
95%, And 100% Design Reviews Of Construction Documents.
3. The Design For The Renovation Of Building 222 Will Be Completed In Two
phases:
a. The First Phase Will Be An Effort To Collect Comments From Va Staff On The
new Schematic Design And Best Practice Model Projects, And
b. The Second Phase Will Incorporate Comments That Are Approved By The
va Project Manager And Develop 65%, 95%, 100% And Final Construction
plans (cd Issue) And Specifications.
4. The Plans And Specifications Must Be Detailed Adequately To Award A
sealed Bid Construction Contract, See Section G – Deliverables, For Design
services Requirements.
5. The Selected A-e Designer Shall Include Construction Period Services
(cps) To Ensure The Construction Meets Code, Specifications, Va Design
guides And Manuals, Quality And Design Intent Of The Construction Drawings
and Specifications; See Section G – Deliverables, For Minimum Cps
requirements. Provide Option Years For Fy26 & Fy27.
6. The A-e Shall Design The Project To Incorporate Staff Relocations Or
temporary Spaces As Required To Complete The Project.
7. Environmental Conditions Shall Be Maintained To Adjacent Spaces.
8. Energy Savings In A Priority Goal For The Va. The Design Should
incorporate Features To Minimize Energy Use And Maximize Energy Efficiency
selection Process:
this Notice Is A Request For Qualifications (rfq) Of A-e Firms/lead Designers
interested In Contracting For This Work. The A-e Firm As Used In This Rfq
means An Individual, Firm, Partnership, Corporation, Association, Or Other
legal Entity Permitted By Law To Practice The Profession Of Architecture Or
engineering That Will Have Contractual Responsibility For The Project Design.
this Procurement Consists Of A One (1) Stage Evaluation Process. Stage One
(1) Will Consist Of The Evaluation Of The Technical Submission Package. All
responsive Submissions Will Be Evaluated By The Technical Evaluation Board
(teb). The Firms Will Be Ranked.
the Selection Of The Most Qualified Contractor Will Follow The Guidance Provided In
far 36.6 – Architect-engineer Services. Additionally, This Solicitation Is Also
issued In Accordance With Public Law 109-461, The Veterans Benefits,
healthcare Information And Technology Act Of 2006, Sections 502 And 503, As A
set-aside For Service-disabled Veteran-owned Small Business (sdvosb)
contractors. Pursuant To 38 Usc 8127(d), Competition Is Restricted To Sdvosb
construction Firms, As There Is A Reasonable Expectation That Two Or More Offers
from Sdvosb Contractors Will Be Received Under This Solicitation.
apparent Successful Offerors Must Apply For And Receive Verification From The U.s
small Business Administration Veteran Small Business Certification (vetcert) In
accordance With 38 Cfr Part 74 By Submission Of Documentation Of Veteran
status And Ownership And Control Sufficient To Establish Appropriate Status.
failure To Be Both Verified And Visible On Vetcert At The Time Sf 330s Are
submitted, When The Proposal Is Received As A Result Of The Solicitation Issued To
the Most Qualified Firm, And On The Date Of Contract Award Will Result In The Offeror’s Proposal/sf 330 Being Deemed Not Acceptable. All Offerors Are Urged To
contact The Vetcert And Submit The Aforementioned Required Documents To Obtain
vetcert Verification Of Their Sdvosb Status If They Have Not Already Done So.
the Government Will Not Pay, Nor Reimburse, Any Costs Associated With
responding To This Request. The Government Is Under No Obligation To Award A
contract As A Result Of This Announcement. Firms Will Be Selected Based On
demonstrated Competence And Qualifications For The Required Work. The
construction Magnitude Of This Project Is $1,000,000.00 - $2,000,00.00.
submission Requirements And Evaluation Criteria For
stage One (1):
submissions Of Completed Standard Form 330 (sf 330) Received In
response To This Notice Will Be Evaluated By A Government Evaluation Board
in Accordance With The Selection Of Architect And Engineering Statute, 40
u.s.c. Ch11, The Federal Acquisition Regulation (far) Part 36, To
determine The Most Highly Qualified Firms. Evaluation Of Past Performance
and Experience May Include Information Provided By The Offeror, Customer
inquiries, Government Databases, And Publicly Available Sources. Offerors
are Responsible For Collecting And Submitting Past Performance
questionnaires With Their Final Packages To The Veterans Affairs (va)
network Contracting Office (nco) 23 Contracting Officer Before The Closing
date Of This Synopsis.
responding Firms, Either Multi-disciplined Or Collaborating With Consultants, Must
demonstrate Capability In Healthcare Architecture, Surveying, Civil, Structural,
mechanical, Electrical, Communications, Environmental, Fire Protection, Cost
estimating, Building Commissioning, Leadership In Energy And Environmental
design, Specification Writing, And Construction Surveillance Skills As Described
herein. Responses To This Notice Should Include Recent (within The Past 4 Years)
experience In Designing Projects Of This Nature.
this Is Not A Request For Proposal. This Is A Request For Sf 330 A-e
qualification Packages Only. Any Requests For A Solicitation Will Not Receive A
response. No Material Will Be Issued, And No Solicitation Package Or Bidder/plan
holder List Will Be Issued.
the Three Most Highly Rated Firms Based On The Technical Review Of All The Sf
330’s Received Will Be Notified. A Solicitation Will Only Be Issued To The Most Highly
qualified Firm At Conclusion Of The Technical Review. The Second And Third Place
rated Firms Will Be Notified That They Were Not Selected Most Qualified But That They
may Still Be Contacted For Solicitation If Award Does Not Proceed With The Most
highly Qualified Firm.
submission Requirements: Firms Must Provide A Customer Reference List With
addresses And Telephone Numbers, And Bidding Records (ae Estimate Cost Of
construction Vs. Construction Awarded Amount), If Applicable For All Projects
listed As Related Experience, And A Project Workload Schedule Showing Proposed
team Members For The Project Period. All Responding Firms, Including Consultants
to The Primary Firm Are Required To Submit Their Sf 330 Part 1 And Part 2
electronically To Both The Contracting Officer And Contracting Specialist.
contracting Officer: Dwayne Brauch / Email Address: Dwayne.brauch@va.gov
and Contracting Specialist: Marc Del Valle / Email Address:
marc.delvalle@va.gov. The Sf 330, Part I Must Clearly Indicate The Office Location
where The Work Will Be Performed, And The Qualification Of The Individuals And
subcontractors Proposed To Work On The Contract And Their Geographical Location.
you Must Submit Your Electronical Copy, And Any Supplemental Information (such
as Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic
formats And Media Described Below. However, Contractors Will Be 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 Sf 330 Packages:
(a) Files Readable Using The Current Adobe Portable Document Format (pdf).
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);
(b) Files In Adobe* Pdf Files: When Scanning Documents Scanner Resolution
should Be Set To 200 Dots Per Inch, Or Greater;
(c) Other Electronic Format. If You Wish To Submit An Offer Using Another
format Other Than Described In These Instructions, E-mail The Contracting
officer Who Issued The Solicitation. Please Submit Your Request At Least
ten (10) 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;
(d) Sf 330s Shall Be Provided On Standard Letter Size 8-1/2 By 11-inch Paper,
limited To A Maximum Of Seventy-five (75), Single-sided, Single-spaced,
and Numbered Pages. If More Than Seventy-five (75) Single-sided Pages
are Submitted, All Pages After Seventy-five (75) Pages Will Not Be
evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger.
(e) Please Note That We Can No Longer Accept .zip Files Due To Increasing
security Concerns.
evaluation Criteria:
each Firm Must Demonstrate Their Qualifications With Respect To The Selection
criteria Listed Below. Evaluation Criteria (a), (b), (c), (d) And (e) Are Of Equal
importance; Criterion (f) Is Of Lesser Importance Than Criteria (a), (b), (c), (d) And
(e); And Criterion (g) Is Of Least Importance And Will Be Used As A Tiebreaker
among Technically Equal Firms. Sf-330s Will Be Evaluated To Determine The Most
highly Qualified Firm/team Based On Submitted Sf-330 Responses. Failure To
provide Requested Data Or Comply With The Instructions In This Synopsis And Sf-
330 Instructions Could Result In A Firm Considered Being Less Qualified Or
eliminated From Consideration. Specific Evaluation Criteria Include:
a. Professional Qualifications:
sf-330, Part I, Block E. Nco 23 Will Consider Any Information, Which May Be
pertinent To This Criterion, Including The Following: Proposed Key Personnel
(reference Primary Discipline List Below), Professional Registration, And
competence, Related Experiences To Accomplish This Work, Education, And
years With The Company. Key Personnel Shall Be Permanent Employees Of
the Prime Firm/team Rather Than Temporary “contract Hire” Employee
arrangements. Failure To Provide A Balanced Workforce In The Disciplines
listed Could Result In The Firm Being Considered Not Qualified. The Combination
of Criteria Below Will Be Used To Determine The Ability Of The Staff To Contribute
to The Successful Completion Of Project Task Orders. Firms With Greater
breadth Of In-house Expertise Will Be Rated Higher Than Those Needing To Hire
sub-consultants. The Offeror’s Team Shall Include Staff Members Licensed In
the States Covering Veteran Integrated Service Networks (visn) 23 Found In
the Statement Of Work (sow) In The Following Disciplines:
• Architectural Design
• Structural Engineer*
• Mechanical Engineer
• Electrical Engineer
• Cost Estimator
• Commissioning Agent
in Addition, The Offeror’s Team Shall Include Staff Members In The Following
disciplines And Shall Demonstrate Their Qualification:
• Project/program Manager
• Construction Management
• Quality Control Manager
b. Specialized Experience And Technical Competence:
sf-330, Part I, Section F. Region 3 Nco 23 Will Consider Any Information
which May Be Pertinent To This Criterion, Including The Following: Specialized
experience And Technical Competence In The Performance Of Services Similar
to Those Anticipated Under This Contract In Terms Of Recent And Relevant
experience With Regard To The Project Examples Described Below, As Well As
demonstrated Experience With Va Facility Design.
• Example Projects: Submit Example Design Projects In Narrative Format That
highlight The Experience Factors Listed Above. Design Project Examples
should Not Exceed Two Pages Each. All Experience Factors Do Not Have To Be
included In A Single Project. The Offeror May Submit Multiple Projects To
demonstrate Experience In All Relevant Types Of Work, However, Do Not Submit
more Than Five Projects Total
a) The Narratives Of Example Projects Should Show Contract Number, Issuing
agency, Project Name, A Current Point Of Contact Including Telephone And
email Information, Project Scope, Size, Location, Design Fees, The Total Number
of Modifications / Change Orders Issued During Performance Of Project, Date
of Project Completion, Estimate Of Construction Cost, Principal Design
elements And Features, Complexity Of The Job, Challenges Faced To Include
disagreements Regarding Design Requirements And Construction Estimates
disputes, And The Resolution And Results Of Any Challenges Faced. In Addition,
and If Known, List The Construction Contract Award Price, And The Total Number
of Construction Contract Modifications/change Orders And Their Total Value.
b) Example Projects May Be From The Private Or Public Sector; However, Va
projects May Be Rated Higher. Projects Completed More Recently Will Be
evaluated More Advantageously. The Design Of All Example Projects Must
have Been Completed Within The Past Four (4) Years (prior To The Sf-330 Due
date For This Solicitation). The Evaluation Will Consider The Relevancy (design
and Construction Scope, Size And Location) Of Projects Identified. For The
purposes Of This Evaluation The A-e May Submit No More Than Two Example
projects Which Were Investigations Or Studies Only. The Investigation(s) Or
study(ies) Must Have Been Completed Within The Past Four (4) Years (prior To
the Sf-330 Due Date For This Solicitation) As Well.
c) Examples Of Work Submitted That Do Not Meet The Requirements Specified
here Will Not Be Evaluated. Failure To Provide Requested Data, Accessible
points Of Contact Or Valid Phone Numbers Could Result In A Firm Being
considered Less Qualified And Eliminated From Further Consideration. Identify
any Key Personnel In Sf-330, Part I, Section G That Worked On The Projects
and Their Role. Specialized Experience And Technical Competency Will Be
evaluated For Ability To Support The Range Of Work Required For This Contract, As
demonstrated By Firm’s Submitted Projects.
c. Capacity:
sf-330, Part I, Block H. Demonstrate How The Firm(s) Will Manage,
coordinate, And Administer The Work Within The Prime And Among Any
teaming Partners. Teaming Partners To Be Included By The Prime Firm In Their
response Should Be Clearly Identified As Such For Evaluation Purposes And
will Later Be Agreed To During Negotiations Of Any Resultant Contract. Sf-330,
part Ii, Block 11 Will Also Be Evaluated To Assist In Determining This Factor.
sf-330 Part I Blocks C, D, F And Sf-330, Part Ii Will Also Be Evaluated To
support This Criterion. Nco 23 Will Consider Any Information Which May Be
pertinent To This Criterion, Including The Following:
• Capacity To Perform Work In-house And With Teaming Members.
• Demonstrate Active On-going Federal And Non-federal Work (address
current Dollar Value Of Work, Number Of Current Projects, Management
approach To Your On-going Work, And How The Team Will Support The Work
requirements Outlined In This Synopsis In Addition To Current Work). Quantify
the A-e Teams Reserve Capacity (percent Of Available Capacity Or Man Hours
available Or Number Of Man Hours Available).
• Greater Weight Will Be Given To Offerors Who Provide Quantitative Data To
support An Assertion Of Sufficient Work-load Capacity.
d. Construction Period Services:
sf-330, Part I, Block H. In A Two-page Narrative, Provide Supporting
information On The Firms Experience In Construction Period Services To Include
professional Field Inspections During The Construction Period, Review Of
construction Submittals, Support In Answering Requests For Information During
the Construction Period, And Support Of Construction Contract Changes To
include Drafting Statements Of Work, And Cost Estimates.
• Demonstrate How The Firm(s) Will Manage, Coordinate, And Administer These
services.
• Provide Information On Technology To Be Used During Field Inspections.
• Provide Any Additional Pertinent Information Relevant To These Criteria.
• Greater Weight Will Be Given To Offerors Who Provide Examples Of Completed
projects Where They’ve Successfully Completed These Services In The Past 18-
months.
e. Past Performance:
sf-330, Block H. For The Example Projects Provided Under Specialized
experience And Technical Competence, In A Single Page Narrative Form
provide Past Performance In Terms Of Cost Control, Quality Of Work, And
compliance With Performance Schedules For Each Example Project Submitted
under Specialized Experience And Technical Competence. In Addition To
past Performance Information Provided, The Evaluation Will Include
information Available Within The Va, Federal, State, Private Industry, Or Other
sources. In Addition To The Narrative Described Above, Forward The Past
performance Questionnaire (ppq) Of This Synopsis, To Each Project Point Of
contact. Completed Ppq Forms Shall Be Submitted As Part Of The Firms’
proposal Package. Firms May Include Any Ratings, Letters Of Appreciation Or
performance, Awards Etc., For Relevant Experience; However, Federal
database Content And Ppqs Will Be Evaluated More Advantageously.
reponses Will Be Evaluated To Determine Firms’ Ability To Maintain Cost,
schedule, Quality, And Customer Satisfaction.
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), 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) As Long As 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 23, Attn: Dwayne Brauch Via
email At Dwayne.brauch@va.gov Prior To The Response Date.
f. Geographic Proximity:
geographic Proximity To The General Area Of The Requiring Activity As Well As
knowledge Of Minneapolis Va Health Care Campus And Surrounding Federal
properties. Sf-330, Part I, Block H. In Single Page Narrative Form
demonstrate Firm’s Familiarity With Local Conditions To Include Knowledge Of,
and Experience Dealing With, The Regulatory Agencies, Geological Features,
logistics, Costs, Climatic Conditions And Local Design And Construction
methods. Narrative Shall Include Team Location, Including Main Offices,
branch Offices, And Any Subconsultant Offices.
g. Subcontracting Efforts:
commitment To Vha Shall Be Detailed In Sf-330, Part I, Block H. Offerors
shall Identify And Commit To The Use Of Service-disabled Veteran-owned Small
businesses, Veteran-owned Small Businesses, And Other Types Of Small
businesses As Subcontractors.
joint Ventures:
(1) All Qualifications Packages Submitted By Joint Ventures Must Include A
copy Of An Executed Joint Venture Agreement (with Original Signatures) Which
fully Discloses The Legal Identity Of Each Member Of The Joint Venture, The
relationship Between The Members, The Form Of Ownership Of Each Member,
and Any Limitations On Liability Or Authority For Each Member.
(2) An Authorized Representative Of Each Member Of The Joint Venture
must Sign The Contract Accompanying An Offer Regardless Of Any Agency
relationship Established Between The Members.
(3) In The Case Of Corporations That Are Joint Venture Members, The
corporation Secretary Must Certify That The Corporation Is Authorized To
participate In The Joint Venture, Either By Certifying In The Joint Venture
agreement, Or By Submitting A Separate Certification To The Government.
the Joint Venture Must Also Provide A Certificate That Identifies A Principal
representative Of The Joint Venture With Full Authority To Bind The Joint
venture.
(4) Representations, Certifications, And Financial Information Must Be
submitted For Each Member Of The Joint Venture.
va Primary Point Of Contact: Dwayne Brauch / Email Address:
dwayne.brauch@va.gov / Phone Number: 651-293-3039.
va Alternate Point Of Contact: Marc Del Valle / Email Address:
marc.delvalle@va.gov / Phone Number: 651-293-3011.
a.1 List Of Attachments
see Attached Document: S02_attachment Limitations Of Subcontracting Cert Of Compliance
{2 Pages}.
see Attached Document: S02_attachment Performance Questionaire {3 Pages}.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Electrical Works
United States
Closing Date18 Apr 2025
Tender AmountRefer Documents
Description: Combined Synopsis Solicitation Newington Vamc Newington Chiller Upgrades (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number Is 36c24125q0361 And The Solicitation Is Issued As A Request For Quotation (rfq).
(iii) A Statement That The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03.
(iv) This Requirement Is Being Issued As An Sdvosb Set-aside. The Associated Naics 238220 And Small Business Size Standard Is $16.5 Million.
(v) The Government Intends To Award A Firm-fixed Price Award For Newington Chiller Upgrades At The Newington Vamc. Please See The Attached Performance Work Statement For Full Requirement Details. Please Complete The Price Schedule Below And Submit With The Quote Submission. (vi) The Contractor Shall Provide All Resources Necessary To Provide Newington Chiller Upgrades Iaw The Attached (performance Work Statement). Please See The Attached Pws For Full Requirement Details.
(vii) The Place Of Performance Is Newington Connecticut As Described Per The (performance Work Statement).
(viii) Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition In Addition To The Following Addenda S To The Provision: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-7 System For Award Management (oct 2018); 52.204-16 Commercial And Government Entity Code Reporting (jul 2016); 52.217-5 Evaluation Of Options (jul 1990); 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
(ix) Provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Requirement. site Visit: 555 Willard Ave, Newington Ct 06111, Bld 65 April 10, 2025, At 10:00 Am
submission Of Quotes: (1) Quotes Shall Be Received On Or Before The Date And Time Specified In Section (xv) Of This Solicitation. Note: Offers Received After The Due Date And Time Shall Not Be Considered.
(2) Offerors Shall Submit Their Quotes Electronically Via Email To Tnauri.woodbridge@va.gov.
(3) Questions: Questions Shall Be Submitted To The Contracting Officer In Writing Via E-mail. Oral Questions Are Not Acceptable Due To The Possibility Of Misunderstanding Or Misinterpretation. The Cut-off Date And Time For Receipt Of Questions Is April-15- 2025 By 12:00 Pm Est. Questions Received After This Date And Time May Not Be Answered. Questions Shall Be Answered In A Formal Amendment To The Solicitation So All Interested Parties Can See The Answers.
(4) Quote Format: The Submission Should Be Clearly Indexed And Logically Assembled In Order Of The Evaluation Criteria Below. All Pages Of The Quote Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date And Solicitation Number In The Header And/or Footer.
evaluation Process: award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process.
offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:â
price (follow These Instructions):
offeror Shall Complete Attachment 1 - Price Schedule, With Offerors Proposed Contract Line Item Prices Inserted In Appropriate Spaces.â past Performance:
offeror Shall Utilize Attachment 2 Past Performance Worksheet To Provide At Least One (1) But No More Than (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The (performance Work Statement). References May Be Checked By The Contracting Officer To Ensure Your Company Is Capable Of Performing The Statement Of Work.â The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources. technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The (performance Work Statement) In A Timely Efficient Manner.â
contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The (performance Work Statement).
contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The (performance Work Statement).
if You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort.
sam: Interested Parties Shall Be Registered In System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam In Sufficient Time To Meet The Va S Requirement Will Be Ineligible To Receive A Government Contract. This Determination Will Be At The Discretion Of The Contracting Officer.
vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Interested Parties With No Prior Va Contracts Can Request A Form 10091 At Any Time. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy.
(xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.204-16 Commercial And Government Entity Code Maintenance (jul 2016); 52.219-6 Notice Of Total Small Business Set-aside; 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (dec 2013); 852.203-70 Commercial Advertising (may 2008); 852.232-72 Electronic Submission Of Payment Requests (nov 2018) subcontracting Commitments - Monitoring And Compliance this Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments.
(xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (wage Determination Applicable (manchester 2015-4019 Rev 23 Posted On Beta.sam.gov) (xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above.
(xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement.
(xv) Rfq Responses Are Due 18 April 2025 By 10:00 Am Est. Rfq Responses Must Be Submitted Via Email To: Tnauri.woodbridge@va.gov. Hand Deliveries Shall Not Be Accepted.
(xvi) The Poc Of This Solicitation Is Tnauri.woodbridge@va.gov) attachment 1
price Schedule
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
newington Chiller Upgrades 1.00
jb
__________________
__________________ grand Total
__________________ attachment 2
past Performance Worksheet
1. Name Of Contracting Activity, Government Agency, Commercial Firm Or Other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date Of Contract Award:
5. Beginning Date Of Contract:
6. Completion Date Of Contract:
7. Contract Value:
8. Type Of Contract:
9a. Technical Point Of Contact: 9b. Contracting Point Of Contact:
name:
name:
title:
title:
address:
address:
telephone:
telephone:
email:
email:
10. Place Of Performance:
11. Description Of Work (use A Continuation Sheet If Necessary):
12. List Any Commendations Or Awards Received: 13. List Of Major Subcontractors: attachment 3
performance Work Statement
background the Newington Va Medical Center Has 3 Mcquay Xxx Chiller Units That Provide The Cooling For The Facility. Currently, 2 Of The Units Are In Immediate Need Of Maintenance And Rebuilds. The Current Company, Daikin, Owns The Mcquay Brand Of Chillers And Provides A Trained Service To These Units With Certified Parts And Trained Technicians. Most Of The Seals And Gaskets Need To Be Replaced. Motors And Pumps Require Cleaning And Tuning. This Project Is To Conduct A Full Inspection And Rebuild Of The Mcquay Chillers By The Manufacturer. It Is Critical To Complete This Scope Of Work Prior To The Cooling Season / Hot Weather Of 2025. scope Of Work
the Purpose Of This Statement Of Work Is To Complete Thorough Inspections And Detailed Repairs/upgrades To The Newington Medical Center S Chiller Units 1 & 2. Both Units Are Air-cooled Mcquay C251245yy2ra
the Work Is To Be Completed While The Chiller Is Offline Prior To Cooling Season. This Project Will Provide A Complete Overhaul Of The Chiller Providing All Required Routine Maintenance And Replacement Of All Consumables And Any Un-serviceable Parts. the Contractor S Responsibility Of This Contract Includes, But Is Not Limited To The Following:
provide All Labor, Materials, Tools, Equipment, Applicable State Licenses And Permits To Accomplish This Sow. provide A Complete Accident Prevention Plan / Safety Plan For Approval By Va Safety And Facilities Management Services
provide Containment Of Work Area As Required By Va Safety & Infection Control Standards
identify Any Applicable Power Breakers For Equipment To Be Locked Out / Tagged Out And Ensure Breakers Are Properly Labeled. Contractor Responsible For All Lo/to Plans, Coordination With Va Fms. Contractor Responsible For Any Locks, Tags, Hasps, Breaker Lockouts That May Be Required Onsite. identify And Lock Out Main Breaker(s) At The Source Panels. coordinate With Va Fms For Any Proposed Utility Shutdowns To Complete Work Safely.
provide Lock Out / Tag Out Of Any Water, Steam Or Other Facilities That Could Present A Hazard. ensure Chiller Controls Are Repaired And Functioning On Newington Bms Controls Within New Control Room. coordinate With Fms & Boiler Plant Supervisor To Ensure All Alarms, And Control Panels Meet Current Facility Needs. conduct Thorough Inspections Of Mcquay Chiller Units At Va Newington, Ct Medical Center
add A Separate Line Item In Scope To Include All Refrigerant Needed To Fully Re-charge Chiller Units As Required. remove And Dispose Of Any Refrigerant, Freon, Or Other Hazardous Materials Via Proper Va, State And Federal Epa Requirements. procure All Replacement Oem Parts Certified By Manufacturer. Present Va Fms With Any Submittals For All Materials, Ensuring They Meet Manufacturer And Va Standards. Provide Va Fms With Any And All Updated Maintenance Manuals Via Digital And Hard Copies. Provide Va Fms With A Basic Schedule And All Anticipated Completion Dates For Project. Coordinate With Va Fms For All Waste Removal, Dumpster, And Housekeeping Plans. Adhere To All Va Safety Requirements For Work In Boiler Plant. All Disposable Materials Shall Be Removed From The Facility By The Contractor And Disposed Of In Accordance With Applicable State Environmental Protection Regulations. Disposal Of Construction Byproducts Shall Be Made At The Contractor S Expense. Debris Shall Not Be Left In Such A Manner That Airflow Or Other Motion Could Cause The Debris To Be Scattered Outside Of The Work Area Or Within The Facilities Via Local Foot Traffic. All Work To Be Done During Normal Operation Hours. Any Request For Off Hours Work To Be Coordinated With Cor (cornelius Finnegan) And (mike Olechnicki) Va Boiler Supervisor. The Contractor Shall Verify All Existing Utility Installations And Take Appropriate Action Prior To Working In The Vicinity Of Utility Services (electrical, Plumbing, Hvac, Etc.). Contractor Policies And Procedures Shall Comply With Va Privacy And Security Policy, The Privacy Act And Health Insurance Portability And Accountability Act (hipaa). all Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Va Designee. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Va Designee A Valid (non-expired) Photo Identification Issued By A Us Federal, State Or Local Government Agency. Contractors Can Check In At Bldg 3 Fms Office To Sign In And Secure Contractor Passes As Needed. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. the Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. 1.1: Existing Mcquay Chiller To Be Rebuilt Newington, Ct appendix A
infection Prevention Measures
implement The Requirements Of Va Medical Center S Infection Control Risk Assessment (icra) Team. Icra May Monitor Dust, In The Vicinity Of The Construction Work, And Require The Contractor To Take Corrective Action Immediately If Safe Levels Are Exceeded. establish And Maintain A Dust Control Program As Part Of The Contractor S Infection Preventative Measures In Accordance With The Guidelines Provided By Icra As Specified Herein. Prior To Start Of Work, Prepare A Plan Detailing Project-specific Dust Protection Measures, Including Periodic Status Reports, And Submit Them To The Cor And To The Icra Team For Compliance Review In Accordance With Section 01340, Samples And Shop Drawings.
all Personnel Involved In The Construction Or Renovation Activity Shall Be Educated And Trained In Infection Prevention Measures Established By The Medical Center. medical Center Infection Control Personnel Shall Monitor For Airborne Disease (e.g. Aspergillosis) As Appropriate During Construction. A Baseline Of Conditions May Be Established By The Medical Center Prior To The Start Of Work And Periodically During The Construction Stage To Determine Impact Of Construction Activities On Indoor Air Quality. In Addition:
the Cor And Vamc Infection Control Personnel Shall Review Pressure Differential Monitoring Documentation To Verify That Pressure Differential In The Construction Zone Is Acceptable. The Requirement For Negative Air Pressure In The Construction Zone Shall Depend On The Location And Type Of Activity. Upon Notification, The Contractor Shall Implement Corrective Measures To Restore Proper Pressure Differential As Needed.
in The Event Of Unacceptable Environmental Conditions, The Medical Center, With Assistance From The Contractor, Shall Conduct An Environmental Assessment And Take Corrective Actions As Needed To Find And Eliminate The Source. in General, The Following Preventative Measures Shall Be Adopted During Construction To Keep Down Dust And Prevent Mold.
dampen Debris To Keep Down Dust And Provide Temporary Construction Partitions From Existing Structures Where Agreed Upon With The Cor. Blank Off Ducts And Diffusers To Prevent Circulation Of Dust Into Occupied Areas During Construction.
prior To Initiating A Dust Control Program, Review The Site To Determine The Effects Of Blocking Hvac Ducts And Their Impact On Existing Air Handling Systems That Must Remain Operational. The Method Of Capping Off Hvac Ducts Shall Withstand Airflow And Be Dust Tight.
construct Anteroom To Maintain Negative Airflow From Clean Area Through Anteroom And Into Work Area Where Required.
high Risk Patient Care Areas May Require Additional Measures Like Air Locks, Special Signage, Smoke, And Negative Pressure Alarms As Needed.
the Contractor Shall Identify High Risk Patient Care Areas Clearly On The Drawings And Work With Medical Center Personnel To Achieve Desired Level Of Isolation. The Method Of Isolation Shall Be Suited To The Nature Of Work Taking Place And Risk To Personnel Or Patients.
do Not Perform Dust- Producing Tasks Within Occupied Areas Without The Approval Of The Cor. For Construction In Any Areas That Will Remain Jointly Occupied By The Medical Center And Contractor S Workers, The Contractor Shall:
provide Dust Proof Fire-rated Temporary Construction Barriers To Separate The Construction Space From The Operational Areas Of The Hospital. Barriers Shall Be Sealed And Made Presentable On The Hospital Occupied Side. Install A Self-closing Fire Rated Door With A Metal Frame, Commensurate With The Partition, To Allow Worker Access. Always Maintain Negative Air Pressure In The Construction Space, Up To The Barrier Door. A Fire-retardant Polystyrene, 6-mil Thick Or Greater Plastic Barrier Meeting Local Fire Codes May Be Used Where Dust Control Is The Only Hazard, And An Agreement Is Reached With The Cor And Medical Center.
hepa (high Efficiency Particulate Accumulator) Filtration Is Required Where The Exhaust Dust May Reenter The Breathing Zone. Contractor Shall Verify That Construction Exhaust To Exterior Is Not Reintroduced To The Medical Center Through Intake Vents Or Building Openings. Install Hepa Filter Vacuum System Rated At 95% Capture Of 0.3 Microns Including Pollen, Mold Spores And Dust Particles. Ensure Continuous Negative Air Pressure Within The Work Area. Hepa Filters Should Have Ashrae 85 Or Other Pre-filter To Extend The Useful Life Of The Hepa. Provide Both Primary And Secondary Filtrations Units. Exhaust Hoses Shall Be Heavy Duty, Flexible Steel Reinforced, And Function Such That Dust Is Not Reintroduced To The Medical Center.
adhesive Walk-off/carpet Walk-off Mats, Minimum 24 X 36 , Shall Be Used At All Interior Transitions From The Construction Area To Occupy Medical Center Area. These Mats Shall Be Changed As Often As Required To Always Maintain Clean Work Areas Directly Outside Construction Area.
vacuum And Wet Mop All Transition Areas From Construction To The Occupied Medical Center At The End Of Each Workday. Vacuum Shall Utilize Hepa Filtration. Maintain Surrounding Area Clean Frequently. Remove Debris As It Is Created And Dispose Of It Appropriately.
the Contractor Shall Not Haul Debris Through Patient-care Areas Without Prior Approval Of The Cor And The Medical Center. When, Approved, Debris Shall Be Hauled In Enclosed Dust Proof Containers Or Wrapped In Plastic And Sealed With Duct Tape. No Sharp Objects Should Protrude Or Be Allowed To Cut Through The Plastic. Wipe Down The Exterior Of The Containers With A Damp Rag To Remove Dust. All Equipment, Tools, Material, Etc. Transported Through Occupied Areas Shall Be Made Free From Dust And Moisture By Vacuuming And Wipe Down As Needed. using A Hepa Vacuum, Clean Inside The Barrier And Vacuum Ceiling Tile Prior To Replacement. Any Ceiling Access Panels Opened For Investigation Beyond Sealed Areas Shall Be Sealed Immediately When Unattended.
there Shall Be No Standing Water During Construction. This Includes Water In Equipment Drip Pans And Open Containers Within The Construction Areas. All Accidental Spills Must Be Cleaned Up And Dried Within 12 Hours. Remove And Dispose Of Porous Materials That Remain Damp For More Than 72 Hours.
at Completion, Remove Construction Barriers, Ceiling Protection Or Other Temporary Construction Materials Carefully, And Outside Of Normal Hospital Operating Hours Or As Agreed Upon With The Cor And Medical Staff. Vacuum And Clean All Surfaces To Be Free Of Dust After Removal. final Cleanup:
upon Completion Of The Project, Or As Work Progresses, Remove All Construction Debris From The Ceiling, Vertical Shafts And Utility Chases That Have Been Part Of The Construction.
perform Hepa Vacuum Cleaning Of All Surfaces In The Construction Area. This Includes Walls, Ceilings, Cabinets, Furniture (built-in Or Free Standing), Partitions, Flooring, Etc.
all New Air Ducts Shall Be Cleaned Prior To Final Inspection. end Of Appendix appendix B va Information And Information System Security/privacy Language For Inclusion Into Contracts, As Appropriate general
contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. access To Va Information And Va Information Systems
a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures.
contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s> Defense Industry Contractor Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bid, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Secretary Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness.
custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. the Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination.
va Information Custodial Language
information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor S Rights To Use Data As Described In Rights In Data General, Far 52.227-14(d) (1).
va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On-site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. prior To Terminator 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, Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Policies In This Contract. the Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. if Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12.
if A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship.
the Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated.
the Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request.
except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response.
notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above-mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. for Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor. information System Design And Development
information Systems That Are Designed Or Developed For On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designation In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment.
the Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required.
the Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default Program Files Directory And Silently Install And Uninstall.
applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges.
the Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. the Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties.
the Contractor/subcontractor Agrees To:
comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies:
the Systems Of Records (sor); And the Design, Development, Or Operation Work That The Contractor/subcontractor Is To Perform.
include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor.
in The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. Operation Of A System Of Records Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. Record Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person S Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. System Of Records Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual.
the A/e Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As Systems ), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The A/e Anywhere In The Systems Including Operating Systems And Firmware. The A/e Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. the A/e Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 7 Days.
when The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The A/e Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The System Within 10 Working Days. When The A/e Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 7 Days.
all Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. information System Hosting, Operation, Maintenance, Or Use
for Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerability Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Must Be Equivalent To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va S Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation.
adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii.
outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor S Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government-owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks.
the Contractor/subcontractor S System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va S Poa&m Management Process. The Contractor/subcontractor Must Use Va S Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re-authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary.
the Contractor/subcontractor Must Conduct An Annual Self-assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. va Prohibits The Installation And Use Of Personally Owned Or Contractor/subcontractor-owned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow, Or Contract. All The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Or Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclaved Based) Firewall That Is Configured With A Va-approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe.
all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract.
bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The A/e At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
a/e Must Accept The System Without The Drive.
va S Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then.
the Equipment A/e Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract. a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. security Incident Investigation
the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosures 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 For, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following:
nature Of The Event (loss, Theft, Unauthorized Access).
description Of The Event, Including
date Of Occurrence
data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code.
number Of Individuals Affected Or Potentially Affected.
names Of Individuals Or Groups Affected Or Potentially Affected.
ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text.
amount Of Time The Data Has Been Out Of Va Control.
the Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons).
known Misuses Of Data Containing Personal Information, If Any.
assessment Of The Potential Harm To The Affected Individuals.
data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised.
based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $37.50 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following:
notification.
one Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports.
data Breach Analysis.
fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution.
one Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. security Controls Compliance Testing
on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All 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. training
all Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems:
sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems.
successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training.
successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-1 6, Information Technology Security Training Requirements.]
the Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete. end Of Appendix C Finnegan Va Fms Construction Control Rep / Cor
AMW SINEVIA Sp Z O O Tender
Others
Poland
Closing Date24 Mar 2025
Tender AmountRefer Documents
Details: I General Information: 1. Ordering Party: Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 Tax Identification Number: 675-000-55-94 Regon: 351081570 2. Determination of the Subject of the Order: The subject of the Order is the purchase of a module and software for specialized equipment intended for police activities for the Provincial Police Headquarters in Kraków 31-571. The offer should be submitted in accordance with the offer form. Please Submit Offers for Equipment in accordance with User Requirements - Order-Based Fulfillment. No. Subject of the Order Quantity 1 Purchase of a Module and Software for the Vespereye Scout Device, Extension of the 5g Sa Fr1 Scanning Capabilities and Software Update of the Vespereye Scout Passive Base Station Scanner and Radio Environment. The modernization should consist in the installation of the Module and Software Update, Extension of the Scanning Range of the Vespereye Scout Frequency Device. 5g Sa Fr1. The purchase price of the module and device software will include the collection of the device from the ordering party's headquarters and the delivery of the modernized device ready for operation to the ordering party's headquarters, i.e. Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 1 Pc. 3. Order Completion Date: The Ordering Party Specifies the Modernization Completion Date - Up to 10 Business Days from the Date of Sending the Order (alternatively, the Real Delivery Date should be indicated. In the event of no Real Delivery Date being indicated - the Ordering Party shall accept the above-mentioned Date), Completion will take place Based on the Order (the approved Scan of the Order will be sent to the Contractor's E-mail Address indicated in the Offer). 4. Place of Order Fulfillment: The Equipment that is the Subject of the Order - Modernization will be collected and delivered at the Contractor's expense to the Ordering Party's registered office, i.e. Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 From 8:00 a.m. to 2:00 p.m. 5. Person to contact with contractors in terms of content: Subcomm. Katarzyna Lasiewicz Tel. 47 83 54 661 E-mail: Katarzyna.lasiewicz@malopolska.policja.gov.pl Armament and Special Technology Section of the Material and Technical Management Department of the Provincial Police Headquarters in Krakow. 6. Date and place for submitting offers: The offer must be submitted by November 27, 2023, by 10.00 a.m. Please submit offers via the Purchasing Platform: https://platforma.eb2b.com.pl/ Communication between the Ordering Party and the Contractors, including any questions Please submit Declarations, Applications, Offers, Notices and Information in Electronic Form via the Purchasing Platform. Validity Period of the Offer: 30 Days Ii Essential Terms and Conditions of the Order: 1. Payment Terms: The Contractor will issue a VAT invoice indicating the Payer as: Komenda Wojewódzka Police W Krakowie 31-571 Kraków, Ul. Mogilska 109 Tax Identification Number: 675-000-55-94 Regon: 351081570 The invoice should be sent to the following address: Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 Materials and Technical Management Department Payment for the Order will be made by bank transfer to the account indicated by the Contractor and will be made within 30 calendar days from the date of receipt of a correctly issued invoice. 2. Warranty Conditions: The Contractor must guarantee that the Modernized Equipment is original, complete, technically efficient, ready for operation, covered by a warranty for a period not shorter than 24 from the moment of delivery of the equipment (the warranty applies to the scope of the modernized elements of the device). 3. Method of Preparing the Offer: The offer should be prepared according to the template specified in Annex No. 1 to this Request for Quotation, the form must be signed by a person authorized to represent the company in the field of submitting commercial offers and placed in electronic form (PDF file attached) on the Purchasing Platform. Submitting an offer in the proceedings is tantamount to accepting the conditions set out in this invitation to submit an offer. 4. Criteria for Selection of Offers Within the Scope of the Order, the Ordering Party has established one criterion for the evaluation and selection of Offers: Price 100% (however, the Subject of the Order must meet the User's Hardware Requirements) Note! The Contractor will also be obliged to place the logo of the Małopolska Voivodeship on the delivered equipment. Print (e.g. stickers) on the equipment in accordance with the pattern provided by the Ordering Party (logo provided in the Attachments) or download from the website https://www.malopolska.pl/logo. The formal requirements of the price inquiry on the Eb2b ordering platform were met. At the same time, the data and offer amounts required by the electronic purchasing platform should be completed, as well as an attachment (scan) should be placed in electronic form on the Eb2b purchasing platform, the form must be signed by a person authorized to represent the company in the scope Submitting Commercial Offers. A Contractor who does not meet the above-mentioned conditions will be automatically excluded from the proceedings. In the event of any problems or questions regarding the procedure for placing your offer on the Ordering Party's platform, in order to obtain assistance, please contact the Eb2b platform operator directly by phone: +48 22 428 19 28
Western Visayas Sanitarium Doh Tender
Healthcare and Medicine
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 15.9 Million (USD 286.7 K)
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Supply, Delivery, Installation, Commissioning And Testing Of Various Hospital Equipment Ib No. 2025-05-009-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery, Installation, Commissioning And Testing Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 15,947,115.60 The Contract (abc) Fund Source : Caf No. 2025-034-gf (gaa 2024 Hfep) Caf No. 2025-035-gf (gaa 2025 Hfep) Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 15,947,115.60 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Arterio-venous Fistula Set. Brand New. Product Specifications: Stainless Steel, Durable, Reusable, Autoclavable, Content At Least The Following: 2 Scalpel Handle #3 125mm, 1 Tc Mayo Scissors Cvd 140mm, 1 Tc Metzenbaum Scissors Cvd 145mm, 2 Adson Forceps Serr 120mm, 1 Adson Tissue Fcps Fine W/1x2t 120mm, 1 Foerster-ballengr Spng Fcpserstr180mm, 5 Thyroidectomy Set, 2 Johns-hopkins Bulldog Clamp Cvd.63mm, 2 Hartmann Mosquito Fcpsdelcvd100mm, 2 Halsted-mosquito Forceps Del Cvd125mm, 2 Baby-senn-miller Rector.bl.8x7/22x7mm, 1 Henderson Retractor 4x4t.sh.170mm, 1 Tc Tenotomy Scissdelcvd1/serr130mm, 1 Diadust Micro Needle Holder Rd Hdl 185mm, 1 Kidney Tray 170mm 250ml, 1 Kidney Tray Stainless Steel 250mm, 1 Garrett Vascular Dilator D:1,0mm L:215mm, 1 Garrett Vascular Dilator D:1.5mm L:215mm, 1 Garrett Vascular Dilator D:2,0mm L:215mm, 1 Garrett Vascular Dilator D:2.5mm L:215mm, 1 Garrett Vascular Dilator D:3,0mm L:215mm, 1 Bottom For 1/2 Container Height:135mm, 1 1/2 Size Perf Basket 243x253x106mm, 1 Primeline Pro 1/2 Lid Silver, 2 Identification Labelgreen . Warranty At Least 1 Year From Delivery And Installation. Set 2 1,700,000.00 2 Baseline Hand Dynanometer. Brand New. Product Specifications: Ideal Device To Measure Grip And Hand Strength As Well As Evaluate Patients With Hand Trauma Or Dysfunction. It Provides Accurate Grip Strength Readings Without The Subject Being Able To "feel" The Handle Move. Provides Measurement In Both Pounds And Kilograms. Standard Capacity -more Or Less 200lbs. Weight 3-5 Lbs. Dimension -10x2.5x5inches ±10% Difference. Warranty At Least 6 Months From Delivery And Installation. Unit 2 160,000.00 3 Biosafety Cabinet Ii A2 Bench Top. Brand New. Product Specifications. External Dimension (not Greater Than 700mm And Not Less Than ±5) : (wxdxh) 700x640x1230 Mm ±5%. Internal Dimension Not Greater Than 600mm And Not Less Than ±5): (wxdxh) 600x500x530 Mm ±5%. Tested Opening: Safety Height 200 Mm (8"). Max Opening: 370 Mm (15"). Inflow Velocity: 0.53 ± 0.0.25 M/s. Downflow Velocity: 0.33 ± 0.0.25 M/s. Hepa Filter: Two, 99.99% Efficiency At 0.3µm, Filter Life Indicator. Front Window: Double Sided Laminated Glass. Noise: _ 67 Db. Uv Lamp: 15w*1; Uv Timer, Uv Life Indicator, Emission Of 253.7 Nm For Most Efficient Decontamination. Led Lamp 8 W*2. Illumination: ≥1000 Lux. Display: Lcd. Control System: Microprocessor. Airflow System: 70% Air Circulation, 30% Air Exhaust. Visual Audio Alarm: Filter Replacement, Window Over Height, Abnormal Air Flow Velocity, High Filter Pressure Alarm. Material: Work Zone (stainless Steel), Main Body (cold Rolled Steel With Antibacterial). Standard Accessory: Led Lamp *2, Uv Lamp *2, Remote Control, Waterproof Sockets. With Free Baseboard (wxl) 700x750 Mm To Support Machine. Warranty At Least 2 Years From Delivery And Installation. Unit 1 250,000.00 4 Bis (digital Bispectral Index Bis Monitoring System). Brand New. Product Specifications: Measurement Range: 1.1-33.3 Mmol/l. Type: Digital. The Monitoring System With 3.5 Software — A Full-featured, Anesthetic Depth Monitoring Solution. Features: • Density Spectral Array (dsa) With Visual Display Of Eeg Bands • Spectral Edge Frequency (sef) • Median Frequency (mf)1–34–6,10,12 • Suppression Time (st) • Suppression Ratio (sr). Warranty -at Least 1 Year From Delivery And Installation. Unit 1 250,000.00 5 Chemistry Analyzer (bench Top Automated). Brand New. Product Specifications: System Function: Automatic, Discrete, Random Access, Bench-top, Stat Sample Priority. Light Source: Must Be Led Lamp With Hard Coating Filter (must Provide Copy Of User Manual Of Analyzer With Machine Specifications To Confirm Light Source As Proof). Ceramic Piston Pump. 7 Step Washing Station With Overflow Sensor. Throughput: ≥200 Tests/hour. Measuring Principles: Colorimetry, Turbidimetry, Ise Method. Open System Reagent. Reagent/sample Tray: 88 (44 Bottles Of 20 Ml, 60ml, Or Sample Tubes) With In Board Refrigeration (6-11 Degree Celsius). Reagent Volume: 1--300ul. Sample Volume: 2-40ul. Reagent/sample Probe: Liquid Level Detection, Vertical Collision Protection And Inventory Checking, Reagent Pre-warming, With Clot Detector. 120 Reaction Wells (well Material Uv Methacrylate), With Pediatric Well. Probe Cleaning: Automatic Washing For Interior And Exterior. Internal Bar Code Reader. Capable To Communicate With Lis In Bi-directional Mode. Ise Module: Measuring K+, Na+, Cl. Wavelength: 8 Wavelengths, 340nm, 405nm, 450nm, 510nm,546nm, 578nm, 630nm, 670nm. With 1 Laptop (with 1 Tb Storage Capacity At Least 8 Gb Ram, Core I5 Or Up Processor), Ups With Avr (1.5 Kva), With 1 Wireless (bluetooth Enabled) Multifunction (scanner, Photocopy) Continuous Colored Inkjet Printer. With 3 Mechanical Pipettors: 1 (100 - 1000 Ul), 1 (fixed 500 Ul), 1 (10 - 100 Ul). With Washing Solution, Extra Cuvettes, Reagent Bottles For Start-up Use. Warranty: With Free Maintenance, Parts Replacement, Service, And Calibration With Certificate For 3 Years. Unit 1 2,900,115.60 6 Clinical Centrifuge. Brand New. Product Specifications: 24 Placer, Carbonless, 1000-4100 Rpm, 16x15 Ml Rotor, 1-99 Minutes Timer Set Range, Single Lid, Digital Display, Brushless Induction Motor, With 2 Years Warranty, With Certificate Of Calibration And Yearly Calibration For 2 Years. Unit 1 150,005.00 7 Et-co2 Monitor (etco2 Capnography Patient Monitor). Brand New. Product Specifications. 1) Adopting High-definition 12 To 15-inch Full Touch Screen Design, Easy And Quick Operation, Simple And Generous Appearance. 2) Independent Physiological And Technical Multiple Alarm Lights, So That The Medical Staff Can Quickly Understand The Patient's Condition. 3) The Luminous Start Button Is Convenient For Night Operation. 4) Modular Design: The Modules Can Be Configured And Combined Flexibly And Conveniently, And Can Be Expanded And Upgraded At Any Time To Meet The Monitoring Requirements Of Different Clinical Departments For Different Parameters. 5) Support Dynamic Hot-swappable Parameter Module, No Need To Restart The Monitor, Plug And Play, And Change The Monitoring Parameters According To Clinical Needs At Any Time. 6) Using A High-performance Processor Platform, Information Processing Is Stable, Reliable And Fast. 7) It Can Quickly Enter Patient Information, Quickly Switch Between Adult, Pediatric, And Neonatal Patient Types To Meet The Needs Of Different Departments. 8) Abundant Analysis Software Functions: 23 Kinds Of Arrhythmia And St Segment Analysis In All Leads, With Pacing Analysis Function; With Drug Concentration, Titration Table, Hemodynamics, Ventilation Calculation, Oxygenation Calculation, Renal Function Calculation, Etc. Calculation Function. 9) With Waveform Freezing Function, Holographic Waveform Storage And Review Function; 10) With Power-off Storage Function, And Optional Built-in Memory Card To Achieve Large-capacity Data Storage. 11) With High-definition Hdmi Extended Display Interface, An External Display Screen Can Be Connected According To Clinical Needs. 12) Built-in Large-capacity Removable Rechargeable Lithium Battery To Ensure Uninterrupted Monitoring. 13) Adopting Fan Less Design, No Noise, Low Power Consumption Operation, Allowing Patients To Rest Quietly 14) Optional 3-channel Built-in Recorder To Print Real-time Data Waveforms. 15) It Supports Wifi/wired Connection To The Company's Central Monitoring System, And Real-time Transmission Of Patient Monitoring Information To The Monitoring Central System. 16) Standby Mode, Suitable For Icu Applications, To Avoid Affecting The Patient's Rest, One-key Switching, Reducing The Workload Of Medical Staff. Warranty -at Least 6 Months From Delivery And Installation. 17) Compatible With Agency’s Available Anesthesia Machine Mindray, Aeonmed, Dragger And Superstar. Unit 2 150,000.00 8 Infusion Pump -tci (target Controlled Infusion) Pump . Brand New. Product Specifications> Syringe Size: 60 Ml. Infusion Mode: Time Mode. Weight: 1.5 To 2 Kg. Voltage: 240v. Frequency: 50 Hz. Series: N Series. Dimensions: 540-550 X 320-330 X 230-240mm (w X D X H). Designed For Anesthesia Use. Warranty -at Least 1 Year From Delivery And Installation. Unit 2 400,000.00 9 Infusion Pump. Brand New. Product Specifications. Intravenous. Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h, Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min With Optional Drip Sensor, Creen: 2.7 Inches B/w Lcd, Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Warranty -at Least 1 Year From Delivery And Installation. Unit 11 896,995.00 10 Microscope. Brand New. Product Specifications: Optical System: Infinity Optical System. Illumination System. Built-in Transmitted Illumination System. Köhler Illumination (fixed Field Diaphragm). Led Power Consumption 2.4 W (nominal Value), Pre-centered. Focusing: *stage Height Movement (coarse Movement Stroke: 15 Mm), * Stroke Per Rotation For Coarse Adjustment Knob: 36.8 Mm, Focusing Stopper, * Torque Adjustment For Coarse Adjustment Knob, *fine Focus Knob (minimum Adjustment Gradations: 2.5 Μm). Revolving Nosepiece Fixed Quadruple Nosepiece With Inward Tilt. Stage: *wire Movement Mechanical Fixed Stage, (w × D): 211 Mm × 154 Mm ±5%, *traveling Range (x × Y): 76 Mm × 52 Mm ±5%, *single Specimen Holder (optional: Double Specimen Holder, Sheet Holder), *specimen Position Scale, *stage Xy Movement Stopper. Observation Tube: Type (anti-fungal). *30° Inclined Trinocular Tube (anti-fungal): · Light Path Selector: Eyepiece/camera Port = 100/0 Or 0/100, · Interpupillary Distance Adjusting Range: 48-75 Mm, · Eyepoint Adjustment: 375.0-427.9 Mm. Condenser: · Abbe Condenser Na 1.25 With Oil Immersion, · Built-in Aperture Iris Diaphragm Eyepieces (anti-fungal) · 10x Field Number (fn): 20, · 15x Field Number (fn): 16 (optional). Observation Methods Brightfield, Darkfield. Free Maintenance, Parts Replacement And Service For 2 Years Unit 1 150,000.00 11 Microscope With Camera Port For Digital Imaging. Brand New. Product Specifications: Biological Microscopes With A Camera Port For Digital Imaging. Built-in Transmitted Illumination System, Köhler Illumination (fixed Field Diaphragm), Led Power Consumption 2.4 W (nominal Value), Pre-centered. Optical System: Uis2 (universal Infinity-corrected) Optical System. Focusing: Stage Height Movement (coarse Movement Stroke: 15 Mm). Stroke Per Rotation For Coarse Adjustment Knob: 36.8 Mm. Focusing Stopper. Torque Adjustment For Coarse Adjustment Knob. Fine Focus Knob (minimum Adjustment Gradations: 2.5 Μm). Revolving Nosepiece: Fixed Quintuple Nosepiece With Inward Tilt. Stage: Wire Movement Mechanical Fixed Stage, (w × D): 211 Mm × 154 Mm ±5%. Traveling Range (x × Y): 76 Mm × 52 Mm ±5%. Single Specimen Holder (optional: Double Specimen Holder, Sheet Holder). Specimen Position Scale. Stage Xy Movement Stopper. Condenser: · Abbe Condenser Na 1.25 With Oil Immersion. Universal Condenser With 7 Turret Positions: Bf (4100x), 2x, Df, Ph1, Ph2, Ph3, Fl. Condenser Turret Lock Pin (bf Only). Built-in Aperture Iris Diaphragm. As Lock Pin. Observation Methods Bright Field, Simple Polarization, Fluorescence, Phase Contrast, Darkfield. Fluorescence Light Source Easily Add An Led Reflected Fluorescence Illuminator (peak Excitation Wavelength 470 Nm: B Excitation Only), Pre-centered. Observation Tube: Type (anti-fungal). Eyepiece (antifungal):10x. Field Number (fn):20. Tube Inclination:30°. Light Path Selector: None. Interpupillary Distance Adjusting Range: 48 - 75 Mm Free Maintenance, Parts Replacement, And Service For 2 Years. With Manufacturer’s Iso Certification For Quality Assurance . Unit 1 250,000.00 12 Minor Set. Brand New. Product Specifications: Included In The List Are:5 Mosquito Clamp, 4 St. Clamp, 2 Allis Forcep, 1 Adson With Teeth, 1 Adson Without Teeth, 1 Pick Up Forcep With Teeth, 1 Pick Up Forcep Without Teeth, Needle Holder Small 1, Needle Holder Medium 2, Medicine Cup, Small Kidney Basin, Senns Retractor 1 Pair, Army Navy 1 Pair. Steel Metal Box Casing With Perforated Strainer Case. Warranty At Least 1 Year From Delivery And Installation Set 3 480,000.00 13 Ultrasonic Wound Debridement System. Brand New. Product Description: The Wound Clean System Is An Efficient And Painless Wound Cleaning Treatment Product. It Is Suitable For People Who Need Wound Treatment. This Product Is Mainly Composed Of A Treatment Main Unit, Control System, Liquid Line, Treatment Hand Pieces (including Debridement Hand Piece And Flushing Hand Piece), Foot Switch, Storage Canister, Etc. This Product Can Perform Wound Treatment In Hospitals, Clinics And Other Medical Institutions. It Is Suitable For The Treatment Of Contaminated And Infected Wounds That Can Be Directly Touched, Such As Trauma, Surgical Wound, Infected Wound, Burn Wound, Purulent Wound, Soft Tissue Trauma, Etc. It Also Suits For Chronic Healing Wounds Such As Diabetic Wounds, Pressure Sores, And Traumatic Ulcers Technical Specifications: Device Classification -class Ii. Modes Of Operation -ultrasonic Debridement/flushing. Interface At Least 10-inch Color Lcd Touch Screen. Foot Switch -yes. Storage Basket -yes. Power Cord -hospital Grade Plug. Ultrasonic Debridement. Output Power Of Main Unit -15khz~45khz. Work Frequency -25±1khz. Automatic Frequency Scanning Time -≤5s. Maximum Flow -≥100ml/min. Flow Setting -5 Degrees. Output Power Of Ultrasonic <50w. Power Setting 3 Degrees. Temp Of Debridement Liquid ≤10℃. Ultrasonic Debridement Head Amplitude Range -30um~100um. Flushing: Flushing Flow Range -400ml~700ml/min. Pulse Flushing Pressure ≤0.6±0.05mpa. Controller Dimensions Plus Minus 5% : Height: 45cm, Width: 38.6cm, Depth: 35cm, Controller Weight ~10kg. Power Supply -110-220 Vac,50/60 Hz. Noise Max. -60db. Operating Conditions Temperature: 5°c To 40°c. Relative Humidity: 75% Maximum, Non-condensing. Atmospheric Pressure: 750 Mbar To 1060 Mbar. Transport & Storage Conditions -20°c (-4°f) To 55° C C18131°f).c18. Includes The Following Items: Probe: Cylindrical Probe 1, Hoof Probe 1, Double Ball Probe 1, Spatula Probe 1. Operation Functions: 1. Ultrasonic Wound Debridement, 2. High Pressure Debridement. Warranty -at Least 1 Year From Delivery And Installation. Unit 1 950,000.00 14 Ultrasound Machine. Brand New. Product Specifications: Technical Specification: Standard Features: -up To 25mhz High Frequency In System Platform, Up To 22mhz Probes Are Supported, -rf Platform And Rf Data Processing (raw Data Processing). Up To 600s(10 Mins.) Cine Storage.1 Tb Hdd +256g Ssd. Multiple Language Support Including English Including Control Panel And User Manual. Ergonomics: 20 To 22-inch High Resolution Flat Panel Display, Up To 30cm Up/down Operation Panel, Electrically Controlled, Control Panel Height, Swivel ± 90 Degree, Integrated Foot Switch For Configurable Function, 4+1 Transducer/probe Ports. 5 Removable Transducer Holders +1 Transvaginal Probe. Holder: Integrated Gel Warmer/bottle Holder, Touch Screen Alphabetic And Integrated Keyboard. Keyboards: -14 To 17-inch Led Touch Screen Panel, 8 Tgc And Lgc Slides, Functions At Any Depth, ±90 Degrees Swivel. Backlight Keys, Independent Rotation And Up/down Adjustments. Image Display Screen: 18 To 22-inch High Resolution Led Technology, Pixel Resolution- 1900-1950x1000-1100. Brightness, Contrast And Color. Rotate Or Erase On Projected 3d/4d Image On Touch Screen. System Boot Up. 25-35 Seconds Fast Boot Up And 8-15 Seconds Shut Down. Electrical Power: 240v, Frequency- 50/60hz. Speckle, Auto Optimization, Pwd, Read Zoom, Cfi Function, Pdi, Cf Function, Cf Velocity Profile, Advance Cfi, 8/color Steer. Image Clipboard, V Tissue, Easy Compare, Duplex/triplex, 2d Color/pw, Cwd, Full Screen, T View, P View, Multi Angle M Mode, Curve M Mode, Color M Mode, B+cf Simultaneously, Tdi, Tvi, Tvm, Auto Imt, Auto Ef, Auto Ob, Auto Bladder, Elastic Imaging, Lgc, Cw, Pw, Ecg. Tutorials, Stress Echo, Auto Follicle, Hsg, Zoom, Flow, Scaring Imaging, Msk Package, Remote Exam, Customize Workflow, High Quality 3d, 4d Imaging, Smart Touch 3/4d Operation, Tomographic Display, Dicom Export And Storage, Printer, Worklist, Lan, Network Storage And Printing, Patient Database, Quick Store, Auto Trace In Pw, Vascular Calculations, Cardiac Calculations, Urological And Renal Calculations, Shear Wave Imaging, Free 3d, Needle Enhancement, Auto Measurement Of Arterial Stiffness, Bluetooth Adapter, Hdmi Port Adapter, 1 Tb +256g Ssd, User Manual In English. Special Feature/support: For Thyroid Imaging: Specific Thyroid Measurement Package, Multi Stage Ultra High Density Technology For Higher Image Range Resolution, Trapezoid Efov (extended Field Of View) For Full Showing Of Thyroid. N-focus (spatial Global Focusing Technology) For Higher Resolution. High Resolution Blood Flow And R-flow (3d Blood Flow) For Better Display Of Blood Flow. Si-elasto (strain Elastography). Optional S-1 Thyroid 9real Time Thyroid Analysis, Optional Ai Technology Will Show Cyst. Abnormal Tissue, Tumor Analysis And Level Automatically. For Peripheral Vascular Imaging -s-icall (intelligent One Click Cruise Vascular Application, One Touch B/c/p. W/cw/pw Angle Auto Correction, Auto Trace, Auto Calculation All Finished. Real Time Panoramic Imaging On Both B Mode And C Mode. Hi-flow (high Resolution Blood Flow) And R-flow (3d Blood Flow). Smart Doppler (find Blood Vessel Automatically With Angle And Auto Correction). Auto Imt. Lan Sri (speckle Reduction Imaging, 8 Levels). Multiple Spatial Compound Imaging Up To 11 Lines. Biopsy Enhancement (in Plane/out Plane Biopsy Guideline). Dual Mode: Real Time Comparison, Triplex Mode. Accessories: Ups - 1 Unit, Printer -1 Unit. Integrated Electro Magnetic Harmonizer Installed In Main Unit. Warranty: -12 Months Warranty On Parts And Accessories, -24 Months Warranty On Labor And Services Under Normal Use And Conditions. After Sales: -lifetime Commitment For The Availability Of The Services And Equipment Parts After The Warranty Period With Negotiable Fees, -provide Company Response Within 24-48 Hours In Case Of Technical Problems Or Equipment Breakdown, -parts Availability Within 1 Week. Preventive Maintenance: -quarterly Preventive Maintenance And Services During Warranty Period Which Is 24 Months. Training And Seminar: Training And Seminar At Least Seven (7) Days Will Be Provided For Free Among The End Users And Maintenance Personnel. Certifications: - Training Certificate Of End Users. Warranty -at Least 3 Years From Delivery And Installation. Unit 1 7,000,000.00 15 Upper/lower Limbs Double Pulley Trainer. Brand New. Product Specifications: Dimension At Length 270-300mm X Width 240-260mm X Height 2100-2250mm. Net Weight At 60-70kgs. Features: Accurate Strength Setting. Exercise With In The Space Of Two Square Meters. Two Smooth Pulley Can Load The Weights. Quiet Operation During Usage. Clear Audio Feedback Of Strength, Frequency, And Time Information On Monitor. With 0.5 Increments Weight Stack Plate, And Optional Weight From 1.0 Kgt To 10 Kgs. Optional Pull Distance From: Single-10-200cms (5cms. Increment), Double-5-100cms (5cms Increment). Height Adjustment 30-180 At Least (32 Segments). Warranty At Least 1 Year From Delivery And Installation. Unit 1 260,000.00 Total 15,947,115.60 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meet.google.com/deb-mcrk-wqm. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents May 21, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of June 10, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference May 29, 2024 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids June 10, 2025 (tuesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of June 10, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Noriel H. Gumban/jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Description: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products And/or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Sources Sought Notice In Accordance With (iaw) Far Part 15.201(e) the Purpose Of This Sources Sought Notice Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Products And/or Services Described Below. documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following:
(a) Company Name;
(b) Address;
(c) Point Of Contact;
(d) Phone, Fax, And Email;
(e) Uei Number;
(f) Cage Code;
(g) Tax Id Number;
(h) Type Of Small Business, E.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business, Etc
(i) State If Your Business Has An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Below And Provide The Contract Number; And
(j) Must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below. requirement:
the Va Heartland Network 15 Contracting Office Located At 3450 South 4th Street, Leavenworth, Ks, 66048-5055 Is Seeking A Potential Qualified Contractor To Provide Eyecon 9430 Pill Dispensing System For The Marion Va Medical Center, Located In Marion, Illinois, And The Evansville Health Care Center, Located In Evansville, Indiana. This Is A Brand Name Or Equal Requirement. Please See The Statement Of Work For More Specifics And Details. The North American Industry Classification System Code (naics Code) Is 339112 Surgical And Medical Instrument Manufacturing, Size Standard 1,000 Employees. Based On This Information, Please Indicate Whether Your Company Would Be A Large Or Small Business And Have A Socio-economic Designation As A Small Business, Vosb Or Sdvosb. statement Of Work: Eyecon 9430 description: Provide Eyecon 9430 And Eyecon Interface Controller With Installation And One (1) Year Of Support To Be Used At The Marion, Il Va Medical Center Pharmacy And In The Evansville, In Outpatient Clinic this Solicitation Uses A Brand Name Or Equal Description Of The Product Required. This Permits Prospective Contractors To Offer Products Other Than Those Specifically Referenced By Brand Name. All Offers Must Work With Existing Equipment That Has Already Been Purchased And Is Currently In Use At The Station. minimum Technical Specifications:
the Eyecon 9430 Must Be Assembled Within The Manufactured Country Or Show Significant Proof Of An Internationally Recognized Quality Assurance Program.
scriptpro Is A Distributor Of The Eyecon 9430.
certificate Of Authenticity Will Need To Be Provided the Dispensing System Must Have The Following:
safety
must Use Barcode Verification To Ensure Accuracy Of Dispensing And Must Work With Scriptpro Label Barcode
unit Must Have Means To Track Dispensed Drug Quantities And Contain Image Verification Of Quantities Dispensed. must Come Equipped With Database Of Drug Images For Dispensing Verification. must Include Additional Counting Platters For Penicillin And Sulfa To Avoid Cross Contamination. workflow
must Allow For Integration With Scriptpro/vista To Verify Correct Dispensing Quantities.
must Fit In Existing Space With A Footprint Of 28 H X 11 W X 17.5 D. must Count With A Count Accuracy Of At Least 99.9%.
verification Should Include Easy Work Flow Optics Such As Color Touch Screen.
must Include Large Counting Area Of 48 Sq Inches For Larger Quantity Verification.
information Technology
must Integrate With Current Equipment, Including Scriptpro Dispensing/filling Stations must Interface With Current Scriptpro Equipment.
all Equipment Must Be New description
quantity
eyecon 9430
eyecon Interface Controller
2
2 optional/value Added Features: N/a
required Interfaces: Must Interface With Current Scriptpro Equipment.
delivery Location(s): department Of Veterans Affairs
marion Va Medical Center 2401 West Main Street marion, Il 62959-1188 department Of Veterans Affairs
evansville Va Healthcare Center
6211 E Waterford Blvd
evansville, In 47715 records Management Obligations
applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Â
definitions Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. Â
the Term Federal Record:
includes [agency] Records.â
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their [agency] Contract.
may Include Deliverables And Documentation Associated With Deliverables.
requirements
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â
in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â
in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â
[agency] And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of [agency] Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To [agency]. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To [agency] Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With [agency] Policy.â
the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public [agency] Information That Are Not Specifically Tied To Or Authorized By The Contract.â
the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â
the [agency] Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which [agency] Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
training. Â all Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take [agency]-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â
[note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor.]â
flow Down Of Requirements To Subcontractors
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â
violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
general. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language. Contractors, Contractor Personnel, Subcontractors And Subcontractor Personnel Will Be Subject To The Same Federal Laws, Regulations, Standards, Va Directives And Handbooks, As Va Personnel Regarding Information And Information System Security And Privacy.
va Information Custodial Language. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language.
the Government Shall Receive Unlimited Rights To Data/intellectual Property First Produced And Delivered In The Performance Of This Contract Or Order (hereinafter Contract ) Unless Expressly Stated Otherwise In This Contract. This Includes All Rights To Source Code And All Documentation Created In Support Thereof. The Primary Clause Used To Define Government And Contractor Data Rights Is Far 52.227-14 Rights In Data General. The Primary Clause Used To Define Computer Software License (not Data/intellectual Property First Produced Under This Contractor Or Order) Is Far 52.227-19, Commercial Computer Software License.
information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Will Be Used Only For The Purposes Specified In The Service Agreement, Sow, Pws, Pd, And/or Contract. The Contractor Shall Not Use Va Information In Any Other Manner Without Prior Written Approval From A Va Contracting Officer (co). The Primary Clause Used To Define Government And Contractor Data Rights Is Far 52.227-14 Rights In Data General.
va Information Will Not Be Co-mingled With Any Other Data On The Contractor S Information Systems Or Media Storage Systems. The Contractor Shall Ensure Compliance With Federal And Va Requirements Related To Data Protection, Data Encryption, Physical Data Segregation, Logical Data Segregation, Classification Requirements And Media Sanitization.
va Reserves The Right To Conduct Scheduled Or Unscheduled Audits, Assessments, Or Investigations Of Contractor Information Technology (it) Resources To Ensure Information Security Is Compliant With Federal And Va Requirements. The Contractor Shall Provide All Necessary Access To Records (including Electronic And Documentary Materials Related To The Contracts And Subcontracts) And Support (including Access To Contractor And Subcontractor Staff Associated With The Contract) To Va, Va's Office Inspector General (oig),and/or Government Accountability Office (gao) Staff During Periodic Control Assessments, Audits, Or Investigations.
the Contractor May Only Use Va Information Within The Terms Of The Contract And Applicable Federal Law, Regulations, And Va Policies. If New Federal Information Security Laws, Regulations Or Va Policies Become Applicable After Execution Of The Contract, The Parties Agree To Negotiate Contract Modification And Adjustment Necessary To Implement The New Laws, Regulations, And/or Policies.
the Contractor Shall Not Make Copies Of Va Information Except As Specifically Authorized And Necessary To Perform The Terms Of The Contract. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Shall Be Destroyed In Accordance With Va Directive 6500, Va Cybersecurity Program And Va Information Security Knowledge Service.
if A Veterans Health Administration (vha) Contract Is Terminated For Default Or Cause With A Business Associate, The Related Local Business Associate Agreement (baa) Shall Also Be Terminated And Actions Taken In Accordance With Vha Directive 1605.05, Business Associate Agreements. If There Is An Executed National Baa Associated With The Contract, Va Will Determine What Actions Are Appropriate And Notify The Contactor.
the Contractor Shall Store And Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools Which Are, At A Minimum, Federal Information Processing Standards (fips) 140-2, Security Requirements For Cryptographic Modules (or Its Successor) Validated And In Conformance With Va Information Security Knowledge Service Requirements. The Contractor Shall Transmit Va Sensitive Information Using Va Approved Transport Layer Security (tls) Configured With Fips Based Cipher Suites In Conformance With National Institute Of Standards And Technology (nist) 800-52, Guidelines For The Selection, Configuration And Use Of Transport Layer Security (tls) Implementations.
the Contractor S Firewall And Web Services Security Controls, As Applicable, Shall Meet Or Exceed Va S Minimum Requirements.
except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor May Use And Disclose Va Information Only In Two Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction After Notification To Va Co (ii) With Written Approval From The Va Co. The Contractor Shall Refer All Requests For, Demands For Production Of Or Inquiries About, Va Information And Information Systems To The Va Co For Response.
notwithstanding The Provision Above, The Contractor Shall Not Release Va Records Protected By Title 38 U.s.c. § 5705, Confidentiality Of Medical Quality- Assurance Records And/or Title 38 U.s.c. § 7332, Confidentiality Of Certain Medical Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse Or Infection With Human Immunodeficiency Virus (hiv). If The Contractor Is In Receipt Of A Court Order Or Other Requests For The Above- Mentioned Information, The Contractor Shall Immediately Refer Such Court Order Or Other Requests To The Va Co For Response.
information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract Will Be Protected And Secured In Accordance With Va Directive 6500 And Identity And Access Management (iam) Security Processes Specified In The Va Information Security Knowledge Service.
any Data Destruction Done On Behalf Of Va By A Contractor Shall Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management, Va Handbook 6300.1, Records Management Procedures, And Applicable Va Records Control Schedules.
the Contractor Shall Provide Its Plan For Destruction Of All Va Data In Its Possession According To Va Directive 6500 And Nist 800-88, Guidelines For Media Sanitization Prior To Termination Or Completion Of This Contract. If Directed By The Cor/co, The Contractor Shall Return All Federal Records To Va For Disposition.
any Media, Such As Paper, Magnetic Tape, Magnetic Disks, Solid State Devices Or Optical Discs That Is Used To Store, Process, Or Access Va Information That Cannot Be Destroyed Shall Be Returned To Va.the Contractor Shall Hold The Appropriate Material Until Otherwise Directed By The Contracting Officer S Representative (cor) Or Co. Items Shall Be Returned Securely Via Va-approved Methods. Va Sensitive Information Must Be Transmitted Utilizing Va-approved Encryption Tools Which Are Validated Under Fips 140-2 (or Its Successor) And Nist 800-52. If Mailed, The Contractor Shall Send Via A Trackable Method (usps, Ups, Fedex, Etc.) And Immediately Provide The Cor/co With The Tracking Information. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Shall Be Sent To The Cor/co Within 30 Business Days Of Termination Of The Contract.
all Electronic Storage Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used To Store, Process Or Access Va Information Will Not Be Returned To The Contractor At The End Of Lease, Loan, Or Trade-in. Exceptions To This Paragraph Will Only Be Granted With The Written Approval Of The Va Co.
access To Va Information And Va Information Systems. This Section
applies When Any Person Requires Access To Information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract.
a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees And Subcontractors Only To The Extent Necessary To Perform The Services Specified In The Solicitation Or Contract. This Includes Indirect Entities, Both Affiliate Of Contractor/subcontractor And Agent Of Contractor/subcontractor.
contractors And Subcontractors Shall Sign The Va Information Security Rule Of Behavior (rob) Before Access Is Provided To Va Information And Information Systems (see Section 4, Training, Below). The Rob Contains The Minimum User Compliance Requirements And Does Not Supersede Any Policies Of Va Facilities Or Other Agency Components Which Provide Higher Levels Of Protection To Va S Information Or Information Systems. Users Who Require Privileged Access Shall Complete The Va Elevated Privilege Access Request Processes Before Privileged Access Is Granted.
all Contractors And Subcontractors Working With Va Information Are Subject To The Same Security Investigative And Clearance Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information, At No Cost To Scriptpro. The Level And Process Of Background Security Investigations For Contractors Shall Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office Of Human Resources And Administration/operations, Security And Preparedness (hra/osp) Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To Classified Information Or Information Systems Shall Have An Appropriate Security Clearance. Verification Of A Security Clearance Shall Be Processed Through The Special Security Officer Located In Hra/osp. Contractors Shall Conform To All Requirements Stated In The National Industrial Security Program Operating Manual (nispom).
all Contractors And Subcontractors Shall Comply With Conditions Specified In Vaar 852.204-71(d); Contractor Operations Required To Be In United States. All Contractors And Subcontractors Working With Va Information Must Be Permanently Located Within A Jurisdiction Subject To The Law Of The United States Or Its Territories To The Maximum Extent Feasible. If Services Are Proposed To Be Performed Abroad The Contractor Must State Where All Non-u.s. Services Are Provided. The Contractor Shall Deliver To Va A Detailed Plan Specifically Addressing Communications, Personnel Control, Data Protection And Potential Legal Issues. The Plan Shall Be Approved By The Cor/co In Writing Prior To Access Being Granted.
the Contractor Shall Notify The Cor/co In Writing Immediately (no Later Than 24 Hours) After Personnel Separation Or Occurrence Of Other Causes. Causes May Include The Following:
contractor/subcontractor Personnel No Longer Has A Need For Access To Va Information Or Va Information Systems. contractor/subcontractor Personnel Are Terminated, Suspended, Or Otherwise Has Their Work On A Va Project Discontinued For Any Reason.
contractor Believes Their Own Personnel Or Subcontractor Personnel May Pose A Threat To Their Company S Working Environment Or To Any Company- Owned Property. This Includes Contractor-owned Assets, Buildings, Confidential Data, Customers, Employees, Networks, Systems, Trade Secrets And/or Va Data.
any Previously Undisclosed Changes To Contractor/subcontractor Background History Are Brought To Light, Including But Not Limited To Changes To Background Investigation Or Employee Record.
contractor/subcontractor Personnel Have Their Authorization To Work In The United States Revoked.
agreement By Which Contractor Provides Products And Services To Va Has Either Been Fulfilled Or Terminated, Such That Va Can Cut Off Electronic And/or Physical Access For Contractor Personnel.
in Such Cases Of Contract Fulfillment, Termination, Or Other Causes; The Contractor Shall Take The Necessary Measures To Immediately Revoke Access To Va Network, Property, Information, And Information Systems (logical And Physical) By Contractor/subcontractor Personnel. These Measures Include (but Are Not Limited To): Removing And Then Securing Personal Identity Verification (piv) Badges And Piv Interoperable (piv-i) Access Badges, Va-issued Photo Badges, Credentials For Va Facilities And Devices, Va-issued Laptops, And Authentication Tokens. Contractors Shall Notify The Appropriate Va Cor/co Immediately To Initiate Access Removal.
contractors/subcontractors Who No Longer Require Va Accesses Will Return Va- Issued Property To Va. This Property Includes (but Is Not Limited To): Documents, Electronic Equipment, Keys, And Parking Passes. Piv And Piv-i Access Badges Shall Be Returned To The Nearest Va Piv Badge Issuance Office. Once They Have Had Access To Va Information, Information Systems, Networks And Va Property In Their Possessions Removed, Contractors Shall Notify The Appropriate Va Cor/co.
training. This Entire Section Applies To All Acquisitions Which Include Section 3.
all Contractors And Subcontractors Requiring Access To Va Information And Va Information Systems Shall Successfully Complete The Following Before Being Granted Access To Va Information And Its Systems:
va Privacy And Information Security Awareness And Rules Of Behavior Course (talent Management System (tms) #10176) Initially And Annually Thereafter. sign And Acknowledge (electronically Through Tms #10176) Understanding Of And Responsibilities For Compliance With The Organizational Rules Of Behavior, Relating To Access To Va Information And Information Systems Initially And Annually Thereafter; And
successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Or Information Access [to Be Defined By The Va Program Official And Provided To The Va Co For Inclusion In The Solicitation Document I.e., Any Role- Based Information Security Training].
the Contractor Shall Provide To The Cor/co A Copy Of The Training Certificates And Certification Of Signing The Organizational Rules Of Behavior For Each Applicable Employee Within Five Days Of The Initiation Of The Contract And Annually Thereafter, As Required.
failure To Complete The Mandatory Annual Training Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Required Training Is Complete.
security Incident Investigation. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language.
the Contractor, Subcontractor, Their Employees, Or Business Associates Shall Immediately (within One Hour) Report Suspected Security / Privacy Incidents To The Va Oit S Enterprise Service Desk (esd) By Calling (855) 673-4357 (tty: 711). The Esd Is Oit S 24/7/365 Single Point Of Contact For It-related Issues. After Reporting To The Esd, The Contractor, Subcontractor, Their Employees, Or Business Associates Shall, Within One Hour, Provide The Cor/co The Incident Number Received From The Esd.
to The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved And The Circumstances Surrounding The Incident, Including The Following:
the Date And Time (or Approximation Of) The Security Incident Occurred.
the Names Of Individuals Involved (when Applicable).
the Physical And Logical (if Applicable) Location Of The Incident.
why The Security Incident Took Place (i.e., Catalyst For The Failure).
the Amount Of Data Belonging To Va Believed To Have Been Compromised.
the Remediation Measures The Contractor Is Taking To Ensure No Future Incidents Of A Similar Nature.
after The Contractor Has Provided The Initial Detailed Incident Summary To Va, They Will Continue To Provide Written Updates On Any New And Relevant Circumstances Or Facts They Discover. The Contractor, Subcontractor, And Their Employes Shall Fully Cooperate With Va Or Third-party Entity Performing An Independent Risk Analysis On Behalf Of Va. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
va It Contractors Shall Follow Va Handbook 6500, Risk Management Framework For Va Information Systems Va Information Security Program, And Va Information Security Knowledge Service Guidance For Implementing An Incident Response Plan Or Integrating With An Existing Va Implementation.
in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig, And The Va Office Of Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.
the Contractor Shall Comply With Va Handbook 6500.2, Management Of Breaches Involving Sensitive Personal Information, Which Establishes The Breach Management Policies And Assigns Responsibilities For The Oversight, Management And Reporting Procedures Associated With Managing Of Breaches.
with Respect To Unsecured Protected Health Information (phi), The Contractor Is Deemed To Have Discovered A Data Breach When The Contractor Knew Or Should Have Known Of Breach Of Such Information. When A Business Associate Is Part Of Vha Contract, Notification To The Covered Entity (vha) Shall Be Made In Accordance With The Executed Baa.
if The Contractor Or Any Of Its Agents Fails To Protect Va Sensitive Personal Information Or Otherwise Engages In Conduct Which Results In A Data Breach Involving Any Va Sensitive Personal Information The Contractor/subcontractor Processes Or Maintains Under The Contract; The Contractor Shall Pay Liquidated Damages To The Va As Set Forth In Clause 852.211-76, Liquidated Damages Reimbursement For Data Breach Costs.
information System Design And Development. This Entire Section
applies To Information Systems, Systems, Major Applications, Minor Applications, Enclaves, And Platform Information Technologies (to Include The Subcomponents Of Each) Designed Or Developed For Or On Behalf Of Va By Any Non-va Entity.
information Systems Designed Or Developed On Behalf Of Va At Non-va Facilities Shall Comply With All Applicable Federal Law, Regulations, And Va Policies. This Includes Standards For The Protection Of Electronic Protected Health Information (phi), Outlined In 45 C.f.r. Part 164, Subpart C And Information And System Security Categorization Level Designations In Accordance With Fips 199, Standards For Security Categorization Of Federal Information And Information Systems And Fips 200, Minimum Security Requirements For Federal Information Systems. Baseline Security Controls Shall Be Implemented Commensurate With The Fips 199 System Security Categorization (reference Va Handbook 6500 And Va Trusted Internet Connections (tic) Architecture).
contracted New Developments Require Creation, Testing, Evaluation, And Authorization In Compliance With Va Assessment And Authorization (a&a) Processes In Va Handbook 6500 And Va Information Security Knowledge Service To Obtain An Authority To Operate (ato). Va Directive 6517, Risk Management Framework For Cloud Computing Services, Provides The Security And Privacy Requirements For Cloud Environments.
va It Contractors, Subcontractors And Third-party Service Providers Shall Address And/or Integrate Applicable Va Handbook 6500, Va Handbook 6517, Risk Management Framework For Cloud Computing Services And Information Security Knowledge Service Specifications In Delivered It Systems/solutions, Products And/or Services. If Systems/solutions, Products And/or Services Do Not Directly Match Va Security Requirements, The Contractor Shall Work Though The Cor/co To Identify The Va Organization Responsible For Governance Or Resolution. Contractors Shall Comply With Far 39.1, Specifically The Prohibitions Referenced.
the Contractor (including Producers And Resellers) Shall Comply With Office Of Management And Budget (omb) M-22-18 And M-23-16 When Using Third-party Software On Va Information Systems Or Otherwise Affecting The Va Information. This Includes New Software Purchases And Software Renewals For Software Developed Or Modified By Major Version Change After The Issuance Date Of M- 22-18 (september 14, 2022). The Term Software Includes Firmware, Operating Systems, Applications And Application Services (e.g., Cloud-based Software), As Well As Products Containing Software. The Contractor Shall Provide A Self- Attestation That Secure Software Development Practices Are Utilized As Outlined By Executive Order (eo)14028 And Nist Guidance. A Third-party Assessment Provided By Either A Certified Federal Risk And Authorization Management Program (fedramp) Third Party Assessor Organization (3pao) Or One Approved By The Agency Will Be Acceptable In Lieu Of A Software Producer's Self- Attestation.
the Contractor Shall Ensure All Delivered Applications, Systems And Information Systems Are Compliant With Homeland Security Presidential Directive (hspd) 12 And Va Identity And Access Management (iam) Enterprise Identity Management Requirements As Set Forth In Omb M-19-17, M-05-24, Fips 201-3, Personal Identity Verification (piv) Of Federal Employees And Contractors (or Its Successor), M-21-31 And Supporting Nist Guidance. This Applies To Commercial Off-the-shelf (cots) Product(s) That The Contractor Did Not Develop, All Software Configurations And All Customizations.
the Contractor Shall Ensure All Contractor Delivered Applications And Systems Provide User Authentication Services Compliant With Va Handbook 6500, Va Information Security Knowledge Service, Iam Enterprise Requirements And Nist 800-63, Digital Identity Guidelines, For Direct, Assertion-based Authentication And/or Trust-based Authentication, As Determined By The Design And Integration Patterns. Direct Authentication At A Minimum Must Include Public Key Infrastructure (pki) Based Authentication Supportive Of Piv And/or Common Access Card (cac), As Determined By The Business Need And Compliance With Va Information Security Knowledge Service Specifications.
the Contractor Shall Use Va Authorized Technical Security Baseline Configurations And Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems In Compliance With Va Baselines Prior To Acceptance Or Connection Into An Authorized Va Computing Environment. If The Defense Information Systems Agency (disa) Has Created A Security Technical Implementation Guide (stig) For The Technology, The Contractor May Configure To Comply With That Stig. If Va Determines A New Or Updated Va Configuration Baseline Needs To Be Created, The Contractor Shall Provide Required Technical Support To Develop The Configuration Settings. Far 39.1 Requires The Population Of Operating Systems And Applications Includes All Listed On The Nist National Checklist Program Checklist Repository.
the Standard Installation, Operation, Maintenance, Updating And Patching Of Software Shall Not Alter The Configuration Settings From Va Approved Baseline Configuration. Software Developed For Va Must Be Compatible With Va Enterprise Installer Services And Install To The Default Program Files Directory With Silently Install And Uninstall. The Contractor Shall Perform Testing Of All Updates And Patching Prior To Implementation On Va Systems.
applications Designed For Normal End Users Will Run In The Standard User Context Without Elevated System Administration Privileges.
the Contractor-delivered Solutions Shall Reside On Va Approved Operating Systems. Exceptions To This Will Only Be Granted With The Written Approval Of The Cor/co.
the Contractor Shall Design, Develop, And Implement Security And Privacy Controls In Accordance With The Provisions Of Va Security System Development Life Cycle Outlined In Nist 800-37, Risk Management Framework For Information Systems And Organizations: A System Life Cycle Approach For Security And Privacy, Va Directive And Handbook 6500, And Va Handbook 6517.
the Contractor Shall Comply With The Privacy Act Of1974 (the Act), Far 52.224- 2 Privacy Act, And Va Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish A Va Function.
the Contractor Shall Ensure The Security Of All Procured Or Developed Information Systems, Systems, Major Applications, Minor Applications, Enclaves And Platform Information Technologies, Including Their Subcomponents (hereinafter Referred To As Information Systems ) Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes Security Configurations, Workarounds, Patches, Hotfixes, Upgrades, Replacements And Any Physical Components Which May Be Necessary To Remediate All Security Vulnerabilities Published Or Known To The Contractor Anywhere In The Information Systems (including Systems, Operating Systems, Products, Hardware, Software, Applications And Firmware). The Contractor Shall Ensure Security Fixes Do Not Negatively Impact The Information Systems.
when The Contractor Is Responsible For Operations Or Maintenance Of The Systems, The Contractor Shall Apply The Security Fixes Within The Timeframe Specified By The Associated Controls On The Va Information Security Knowledge Service. When Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Contractor Shall Provide Written Notice To The Va Cor/co That The Patch Has Been Validated As To Not Affecting The Systems Within 10 Business Days.
information System Hosting, Operation, Maintenance Or Use.
this Entire Section Applies To Information Systems, Systems, Major Applications, Minor Applications, Enclaves, And Platform Information Technologies (cloud And Non- Cloud) Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities.
the Contractor Shall Comply With All Federal Laws, Regulations, And Va Policies For Information Systems (cloud And Non-cloud) That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities. Security Controls For Collecting, Processing, Transmitting, And Storing Of Va Sensitive Information, Must Be In Place. The Controls Will Be Tested By Va Or A Va Sanctioned 3pao And Approved By Va Prior To Hosting, Operation, Maintenance Or Use Of The Information System Or Systems By Or On Behalf Of Va. This Includes Conducting Compliance Risk Assessments, Security Architecture Analysis, Routine Vulnerability Scanning, System Patching, Change Management Procedures And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Shall Be The Same As Procedures Used To Secure Va-operated Information Systems.
outsourcing (contractor Facility, Equipment, Or Staff) Of Systems Or Network Operations, Telecommunications Services Or Other Managed Services Require Assessment And Authorization (a&a) Of The Contractor S Systems In Accordance With Va Handbook 6500 As Specified In Va Information Security Knowledge Service. Major Changes To The A&a Package May Require Reviewing And Updating All The Documentation Associated With The Change. The Contractor S Cloud Computing Systems Shall Comply With Fedramp And Va Directive 6517 Requirements.
the Contractor Shall Return All Electronic Storage Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) On Non-va Leased Or Non-va Owned It Equipment Used To Store, Process Or Access Va Information To Va In Accordance With A&a Package Requirements. This Applies When The Contract Is Terminated Or Completed And Prior To Disposal Of Media. The Contractor Shall Provide Its Plan For Destruction Of All Va Data In Its Possession According To Va Information Security Knowledge Service Requirements And Nist 800-88. The Contractor Shall Send A Self-certification That The Data Destruction Requirements Above Have Been Met To The Cor/co Within 30 Business Days Of Termination Of The Contract.
all External Internet Connections To Va Network Involving Va Information Must Be In Accordance With Va Trusted Internet Connection (tic) Reference Architecture And Va Directive And Handbook 6513, Secure External Connections And Reviewed And Approved By Va Prior To Implementation. Government-owned Contractor-operated Systems, Third Party Or Business Partner Networks Require A Memorandum Of Understanding (mou) And Interconnection Security Agreements (isa).
contractor Procedures Shall Be Subject To Periodic, Announced, Or Unannounced Assessments By Va Officials, The Oig Or A 3pao. The Physical Security Aspects Associated With Contractor Activities Are Also Subject To Such Assessments. The Contractor Shall Report, In Writing, Any Deficiencies Noted During The Above Assessment To The Va Cor/co. The Contractor Shall Use Va S Defined Processes To Document Planned Remedial Actions That Address Identified Deficiencies In Information Security Policies, Procedures, And Practices. The Contractor Shall Correct Security Deficiencies Within The Timeframes Specified In The Va Information Security Knowledge Service.
all Major Information System Changes Which Occur In The Production Environment Shall Be Reviewed By The Va To Determine The Impact On Privacy And Security Of The System. Based On The Review Results, Updates To The Authority To Operate (ato) Documentation And Parameters May Be Required To Remain In Compliance With Va Handbook 6500 And Va Information Security Knowledge Service Requirements.
the Contractor Shall Conduct An Annual Privacy And Security Self-assessment On All Information Systems And Outsourced Services As Required. Copies Of The Assessment Shall Be Provided To The Cor/co. The Va/government Reserves The Right To Conduct Assessment Using Government Personnel Or A Third-party If Deemed Necessary. The Contractor Shall Correct Or Mitigate Any Weaknesses Discovered During The Assessment.
va Prohibits The Installation And Use Of Personally Owned Or Contractor-owned Equipment Or Software On Va Information Systems. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow, Pws, Pd Or Contract. All Security Controls Required For Government Furnished Equipment Must Be Utilized In Va Approved Other Equipment (oe). Configuration Changes To The Contractor Oe, Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Use A Va-approved Antivirus Software And A Personal (host-based Or Enclave Based) Firewall With A Va-approved Configuration. The Contractor Shall Ensure Software On Oe Is Kept Current With All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-virus Software And The Firewall On The Non-va Owned Oe. Approved Contractor Oe Will Be Subject To Technical Inspection At Any Time.
the Contractor Shall Notify The Cor/co Within One Hour Of Disclosure Or Successful Exploits Of Any Vulnerability Which Can Compromise The Confidentiality, Integrity, Or Availability Of The Information Systems. The System Or Effected Component(s) Need(s) To Be Isolated From The Network. A Forensic Analysis Needs To Be Conducted Jointly With Va. Such Issues Will Be Remediated As Quickly As Practicable, But In No Event Longer Than The Timeframe Specified By Va Information Security Knowledge Service. If Sensitive Personal Information Is Compromised Reference Va Handbook 6500.2 And Section 5, Security Incident Investigation.
for Cases Wherein The Contractor Discovers Material Defects Or Vulnerabilities Impacting Products And Services They Provide To Va, The Contractor Shall Develop And Implement Policies And Procedures For Disclosure To Va, As Well As Remediation. The Contractor Shall, Within 30 Business Days Of Discovery, Document A Summary Of These Vulnerabilities Or Defects. The Documentation Will Include A Description Of The Potential Impact Of Each Vulnerability And Material Defect, Compensating Security Controls, Mitigations, Recommended Corrective Actions, Fbonotice Cause Analysis And/or Workarounds (i.e., Monitoring). Should There Exist Any Backdoors In The Products Or Services They Provide To Va (referring To Methods For Bypassing Computer Authentication), The Contractor Shall Provide The Va Co/co Written Assurance They Have Permanently Remediated These Backdoors.
all Other Vulnerabilities, Including Those Discovered Through Routine Scans Or Other Assessments, Will Be Remediated Based On Risk, In Accordance With The Remediation Timelines Specified By The Va Information Security Knowledge Service And/or The Applicable Timeframe Mandated By Cybersecurity & Infrastructure Security Agency (cisa) Binding Operational Directive (bod) 22- 01 And Bod 19-02 For Internet-accessible Systems. Exceptions To This Paragraph Will Only Be Granted With The Approval Of The Cor/co.
security And Privacy Controls Compliance Testing, Assessment
and Auditing. This Entire Section Applies Whenever Section 6 Or 7 Is Included.
should Va Request It, The Contractor Shall Provide A Copy Of Their (corporation S, Sole Proprietorship S, Partnership S, Limited Liability Company (llc), Or Other Business Structure Entity S) Policies, Procedures, Evidence And Independent Report Summaries Related To Specified Cybersecurity Frameworks (international Organization For Standardization (iso), Nist Cybersecurity Framework (csf), Etc.). Va Or Its Third-party/partner Designee (if Applicable) Are Further Entitled To Perform Their Own Audits And Security/penetration Tests Of The Contractor S It Or Systems And Controls, To Ascertain Whether The Contractor Is Complying With The Information Security, Network Or System Requirements Mandated In The Agreement Between Va And The Contractor.
any Audits Or Tests Of The Contractor Or Third-party Designees/partner Va Elects To Carry Out Will Commence Within 30 Business Days Of Va Notification. Such Audits, Tests And Assessments May Include The Following: (a): Security/penetration Tests Which Both Sides Agree Will Not Unduly Impact Contractor Operations; (b): Interviews With Pertinent Stakeholders And Practitioners; (c): Document Review; And (d): Technical Inspections Of Networks And Systems The Contractor Uses To Destroy, Maintain, Receive, Retain, Or Use Va Information.
as Part Of These Audits, Tests And Assessments, The Contractor Shall Provide All Information Requested By Va. This Information Includes, But Is Not Limited To, The Following: Equipment Lists, Network Or Infrastructure Diagrams, Relevant Policy Documents, System Logs Or Details On Information Systems Accessing, Transporting, Or Processing Va Data.
the Contractor And At Its Own Expense, Shall Comply With Any Recommendations Resulting From Va Audits, Inspections And Tests. Va Further Retains The Right To View Any Related Security Reports The Contractor Has Generated As Part Of Its Own Security Assessment. The Contractor Shall Also Notify Va Of The Existence Of Any Such Security Reports Or Other Related Assessments, Upon Completion And Validation.
va Appointed Auditors Or Other Government Agency Partners May Be Granted Access To Such Documentation On A Need-to-know Basis And Coordinated Through The Cor/co. The Contractor Shall Comply With Recommendations Which Result From These Regulatory Assessments On The Part Of Va Regulators And Associated Government Agency Partners. product Integrity, Authenticity, Provenance, Anti-counterfeit
and Anti-tampering. This Entire Section Applies When The Acquisition Involves Any Product (application, Hardware, Or Software) Or When Section 6 Or 7 Is Included.
the Contractor Shall Comply With Code Of Federal Regulations (cfr) Title 15 Part 7, Securing The Information And Communications Technology And Services (icts) Supply Chain , Which Prohibits Icts Transactions From Foreign Adversaries. Icts Transactions Are Defined As Any Acquisition, Importation, Transfer, Installation, Dealing In Or Use Of Any Information And Communications Technology Or Service, Including Ongoing Activities, Such As Managed Services, Data Transmission, Software Updates, Repairs Or The Platforming Or Data Hosting Of Applications For Consumer Download.
when Contracting Terms Require The Contractor To Procure Equipment, The Contractor Shall Purchase Or Acquire The Equipment From An Original Equipment Manufacturer (oem) Or An Authorized Reseller Of The Oem. The Contractor Shall Attest That Equipment Procured From An Oem Or Authorized Reseller Or Distributor Are Authentic. If Procurement Is Unavailable From An Oem Or Authorized Reseller, The Contractor Shall Submit In Writing, Details Of The Circumstances Prohibiting This From Happening And Procure A Product Waiver From The Va Cor/co.
all Contractors Shall Establish, Implement, And Provide Documentation For Risk Management Practices For Supply Chain Delivery Of Hardware, Software (to Include Patches) And Firmware Provided Under This Agreement. Documentation Will Include Chain Of Custody Practices, Inventory Management Program, Information Protection Practices, Integrity Management Program For Sub-supplier Provided Components, And Replacement Parts Requests. The Contractor Shall Make Spare Parts Available. All Contractor(s) Shall Specify How Digital Delivery For Procured Products, Including Patches, Will Be Validated And Monitored To Ensure Consistent Delivery. The Contractor Shall Apply Encryption Technology To Protect Procured Products Throughout The Delivery Process.
if A Contractor Provides Software Or Patches To Va, The Contractor Shall Publish Or Provide A Hash Conforming To The Fips Security Requirements For Cryptographic Modules (fips 140-2 Or Successor).
the Contractor Shall Provide A Software Bill Of Materials (sbom) For Procured (to Include Licensed Products) And Consist Of A List Of Components And Associated Metadata Which Make Up The Product. Sboms Must Be Generated In One Of The Data Formats Defined In The National Telecommunications And Information Administration (ntia) Report The Minimum Elements For A Software Bill Of Materials (sbom). contractors Shall Use Or Arrange For The Use Of Trusted Channels To Ship Procured Products, Such As U.s. Registered Mail And/or Tamper-evident Packaging For Physical Deliveries.
throughout The Delivery Process, The Contractor Shall Demonstrate A Capability For Detecting Unauthorized Access (tampering).
the Contractor Shall Demonstrate Chain-of-custody Documentation For Procured Products And Require Tamper-evident Packaging For The Delivery Of This Hardware. viruses, Firmware And Malware. This Entire Section Applies When The Acquisition Involves Any Product (application, Hardware, Or Software) Or When Section 6 Or 7 Is Included.
the Contractor Shall Execute Due Diligence To Ensure All Provided Software And Patches, Including Third-party Patches, Are Free Of Viruses And/or Malware Before Releasing Them To Or Installing Them On Va Information Systems.
the Contractor Warrants It Has No Knowledge Of And Did Not Insert, Any Malicious Virus And/or Malware Code Into Any Software Or Patches Provided To Va Which Could Potentially Harm Or Disrupt Va Information Systems. The Contractor Shall Use Due Diligence, If Supplying Third-party Software Or Patches, To Ensure The Third-party Has Not Inserted Any Malicious Code And/or Virus Which Could Damage Or Disrupt Va Information Systems.
the Contractor Shall Provide Or Arrange For The Provision Of Technical Justification As To Why Any False Positive Hit Has Taken Place To Ensure Their Code S Supply Chain Has Not Been Compromised. Justification May Be Required, But Is Not Limited To, When Install Files, Scripts, Firmware, Or Other Contractor-delivered Software Solutions (including Third-party Install Files, Scripts, Firmware, Or Other Software) Are Flagged As Malicious, Infected, Or Suspicious By An Anti-virus Vendor.
the Contractor Shall Not Upload (intentionally Or Negligently) Any Virus, Worm, Malware Or Any Harmful Or Malicious Content, Component And/or Corrupted Data/source Code (hereinafter Virus Or Other Malware ) Onto Va Computer And Information Systems And/or Networks. If Introduced (and This Clause Is Violated), Upon Written Request From The Va Co, The Contractor Shall:
take All Necessary Action To Correct The Incident, To Include Any And All Assistance To Va To Eliminate The Virus Or Other Malware Throughout Va S Information Networks, Computer Systems And Information Systems; And
use Commercially Reasonable Efforts To Restore Operational Efficiency And Remediate Damages Due To Data Loss Or Data Integrity Damage, If The Virus Or Other Malware Causes A Loss Of Operational Efficiency, Data Loss, Or Damage To Data Integrity.
cryptographic Requirement. This Entire Section Applies Whenever The Acquisition Includes Section 6 Or 7 Is Included.
the Contractor Shall Document How The Cryptographic System Supporting The Contractor S Products And/or Services Protect The Confidentiality, Data Integrity, Authentication And Non-repudiation Of Devices And Data Flows In The Underlying System.
the Contractor Shall Use Only Approved Cryptographic Methods As Defined In Fips 140-2 (or Its Successor) And Nist 800-52 Standards When Enabling Encryption On Its Products.
the Contractor Shall Provide Or Arrange For The Provision Of An Automated Remote Key-establishment Method Which Protects The Confidentiality And Integrity Of The Cryptographic Keys.
the Contractor Shall Ensure Emergency Re-keying Of All Devices Can Be Remotely Performed Within 30 Business Days.
the Contractor Shall Provide Or Arrange For The Provision Of A Method For Updating Cryptographic Primitives Or Algorithms.
patching Governance. This Entire Section Applies Whenever The Acquisition Includes Section 7 Is Included
the Contractor Shall Provide Documentation Detailing The Patch Management, Vulnerability Management, Mitigation And Update Processes (to Include Third- Party) Prior To The Connection Of Electronic Devices, Assets Or Equipment To Va S Assets. This Documentation Will Include Information Regarding The Follow:
the Resources And Technical Capabilities To Sustain The Program Or Process (e.g., How The Integrity Of A Patch Is Validated By Va); And
the Approach And Capability To Remediate Newly Reported Zero-day Vulnerabilities For Contractor Products.
the Contractor Shall Verify And Provide Documentation All Procured Products (including Third-party Applications, Hardware, Software, Operating Systems, And Firmware) Have Appropriate Updates And Patches Installed Prior To Delivery To Va.
the Contractor Shall Provide Or Arrange The Provision Of Appropriate Software And Firmware Updates To Remediate Newly Discovered Vulnerabilities Or Weaknesses For Their Products And Services Within 30 Days Of Discovery. Updates To Remediate Critical Or Emergent Vulnerabilities Will Be Provided Within Seven Business Days Of Discovery. If Updates Cannot Be Made Available By Contractor Within These Time Periods, The Contractor Shall Submit Mitigations, Methods Of Exploit Detection And/or Workarounds To The Cor/co Prior To The Above Deadlines.
the Contractor Shall Provide Or Arrange For The Provision Of Appropriate Hardware, Software And/or Firmware Updates, When Those Products, Including Open-source Software, Are Provided To The Va, To Remediate Newly Discovered Vulnerabilities Or Weaknesses. Remediations Of Products Or Services Provided To The Va S System Environment Must Be Provided Within 30 Business Days Of Availability From The Original Supplier And/or Patching Source. Updates Toremediate Critical Vulnerabilities Applicable To The Contractor S Use Of The Third- Party Product In Its System Environment Will Be Provided Within Seven Business Days Of Availability From The Original Supplier And/or Patching Source. If Applicable Third-party Updates Cannot Be Integrated, Tested And Made Available By Contractor Within These Time Periods, Mitigations And/or Workarounds Will Be Provided To The Cor/co Before The Above Deadlines.
specialized Devices/systems (medical Devices, Special Purpose
systems, Research Scientific Computing). This Entire Section Applies When The Acquisition Includes One Or More Medical Device, Special Purpose System Or Research Scientific Computing Device. If Appropriate, Ensure Selected Clauses From Section 6 Or 7 And 8 Through 12 Are Included.
contractor Supplies/delivered Medical Devices, Special Purpose Systems- Operational Technology (sps-ot) And Research Scientific Computing Devices Shall Comply With All Applicable Federal Law, Regulations, And Va Policies. New Developments Require Creation, Testing, Evaluation, And Authorization In Compliance With Processes Specified On The Specialized Device Cybersecurity Department Enterprise Risk Management (sdcd-erm) Portal, Va Directive 6550, Pre-procurement Assessment And Implementation Of Medical Devices/systems, Va Handbook 6500, And The Va Information Security Knowledge Service. Deviations From Federal Law, Regulations, And Va Policy Are Identified And Documented As Part Of Va Directive 6550 And/or The Va Enterprise Risk Analysis (era) Processes For Specialized Devices/systems Processes.
all Contractors And Third-party Service Providers Shall Address And/or Integrate Applicable Va Handbook 6500 And Information Security Knowledge Service Specifications In Delivered It Systems/solutions, Products And/or Services. If Systems/solutions, Products And/or Services Do Not Directly Match Va Security Requirements, The Contractor Shall Work Though The Cor/co For Governance Or Resolution.
the Contractor Shall Certify To The Cor/co That Devices/systems That Have Completed The Va Enterprise Risk Analysis (era) Process For Specialized Devices/systems Are Fully Functional And Operate Correctly As Intended. Devices/systems Must Follow The Va Era Authorized Configuration Prior To Acquisition And Connection To The Va Computing Environment. If Va Determines A New Va Era Needs To Be Created, The Contractor Shall Provide Required Technical Support To Develop The Configuration Settings. Major Changes To A Previously Approved Device/system Will Require A New Era.
the Contractor Shall Comply With All Practices Documented By The Food Drug And Administration (fda) Premarket Submission For Management Of Cybersecurity In Medical Devices And Postmarket Management Of Cybersecurity In Medical Devices. the Contractor Shall Design Devices Capable Of Accepting All Applicable Security Patches With Or Without The Support Of The Contractor Personnel. If Patching Can Only Be Completed By The Contractor, The Contractor Shall Commit The Resources Needed To Patch All Applicable Devices At All Va Locations. If Unique Patching Instructions Or Packaging Is Needed, The Contractor Shall Provide The Necessary Information In Conjunction With The Validation/testing Of The Patch. The Contractor Shall Apply Security Patches Within 30 Business Days Of The Patch Release And Have A Formal Tracking Process For Any Security Patches Not Implemented To Include Explanation When A Device Cannot Be Patched.
the Contractor Shall Provide Devices Able To Install And Maintain Va-approved Antivirus Capabilities With The Capability To Quarantine Files And Be Updated As Needed In Response To Incidents. Alternatively, A Va-approved Whitelisting Application May Be Used When The Contractor Cannot Install An Anti-virus / Anti- Malware Application.
the Contractor Shall Verify And Document All Software Embedded Within The Device Does Not Contain Any Known Viruses Or Malware Before Delivery To Or Installation At A Va Location.
devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Solid State, And Storage Via Chips/firmware) With Va Sensitive
information Will Be Returned To The Contractor With Media Removed. When The Contract Requires Return Of Equipment, The Options Available To The Contractor Are The Following:
the Contractor Shall Accept The System Without The Drive, Firmware And Solid State.
va S Initial Device Purchase Includes A Spare Drive Or Other Replacement Media Which Must Be Installed In Place Of The Original Drive At Time Of Turn- In; Or
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With The Device, If It Is Not Possible For Va To Retain The Hard Drive, Firmware, And Solid State, Then:
the Equipment Contractor Shall Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact.
any Fixed Hard Drive, Complementary Metal-oxide-semiconductor (cmos), Programmable Read-only Memory (prom), Solid State And Firmware On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Solicitation, Contract, Or Order.
data Center Provisions. This Entire Section Applies Whenever The Acquisition Requires An Interconnection To/from The Va Network To/from A Non-va Location.
the Contractor Shall Ensure The Va Network Is Accessed By In Accordance With Va Directive 6500 And Iam Security Processes Specified In The Va Information Security Knowledge Service.
the Contractor Shall Ensure Network Infrastructure And Data Availability In Accordance With Va Information System Business Continuity Procedures Specified In The Va Information Security Knowledge Service.
the Contractor Shall Ensure Any Connections To The Internet Or Other External Networks For Information Systems Occur Through Managed Interfaces Utilizing Va Approved Boundary Protection Devices (e.g., Internet Proxies, Gateways, Routers, Firewalls, Guards Or Encrypted Tunnels).
the Contractor Shall Encrypt All Traffic Across The Segment Of The Wide Area Network (wan) It Manages And No Unencrypted Out Of Band (oob) Internet Protocol (ip) Traffic Will Traverse The Network.
the Contractor Shall Ensure Tunnel Endpoints Are Routable Addresses At Each Va Operating Site.
the Contractor Shall Secure Access From Local Area Networks (lans) At Co- Located Sites In Accordance With Va Tic Reference Architecture, Va Directive And Handbook 6513, And Mou/isa Process Specified In The Va Information Security Knowledge Service.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
United States
Closing Date17 Apr 2025
Tender AmountRefer Documents
Details: This Request For A-e Firm Qualifications Packages Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns Under Vaar 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) this Is Not A Request For Proposal. This Is A Request For Sf 330s Architect- Engineer Qualification Packages Only. Public Announcement For Procurement Of Architect-engineering (a-e) Services: This Is A Request For Standard Form 330, Architect-engineer Qualifications Only. A-e Services Are Being Procured In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) Subpart 36.6. All Submissions Will Be Evaluated In Accordance With The Below Selection Criteria. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. Any Resulting Award For The Proposed A-e Services Will Be Procured Under A Negotiated Firm-fixed Price Contract. at The Time The Request For Proposal Is Issued, All Offerors Shall Adhere To Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. (jan 2023) (deviation) General Information: The Department Of Veterans Affairs, Fayetteville Veterans Administration Medical Center (vamc), Is Seeking Sources And Intends To Award A Firm Fixed-price Contract For Architect-engineering (a-e) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project #565-25-152, Replace Fire Pump Located At 2300 Ramsey Street, Fayetteville, North Carolina 28301. the A-e Services Listed Herein Is Being Procured In Accordance With The Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Potential Contractors Must Be Registered In Sam (www.sam.gov) And Visible/certified In The Sba Certification Database At Https://veterans.certify.sba.gov/ At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. As A Prospective Offeror For This Service-disabled Veteran-owned Small Business (sdvosb) Set Aside, You Are Verifying Your Company Meets The Status Requirements Of A Sdvosb Concern As Established By Vaar 852.219-73. the Fayetteville Va Medical Center Is A Working Facility And Phasing Plans For Minimizing Downtime, And Provisions For Continuation Of Service During Outages Is Critical To This Project. point Of Contact: Elaine Belber, Contract Specialist Email: Elaine.belber@va.gov project Information: project No. 565-25-152
project Title: Replace Fire Pump (ae)
fayetteville Va Medical Center
2300 Ramsey Street
fayetteville, Nc 28301 the Naics Code For This Procurement Is 541330, Engineering Services, And The Applicable Small Business Size Standard Is $25.5 Million Annual Revenue. The Projected Award Date For The Anticipated A-e Contract Is On Or Around August 29, 2025. the Naics Code For The Anticipated Construction Project Is Projected To Be 237110 And Magnitude Of Construction Is Predicted To Be Between $1,000,000 And $2,000,000. The Anticipated Award Date Of The Construction Phase Of The Project Is To Be Determined (tbd). an Architect & Engineer (a-e) Contract Will Be Negotiated For The Development Of Complete Construction Documents Which Include Working Drawings, Specifications, Reports, And Construction Period Services. This Will Require Performing Site Investigations Using 3d Scanning, Revit/bim, And Supporting Information. The A-e Will Be Given Written Information; Participate In Project Planning Meetings, Pre-proposal Meeting, And Pre-construction Meeting As Required; Communicate With Va Personnel Via Telephone Or E-mail; And Is Expected To Coordinate So That The Final Documents Include All Requirements In Accordance With Industry Standard Practices, Va Standards, Va Design Manuals, And Review Comments. statement Of Task/scope Of Work: i. General Intent: Provide Professional Engineering Services To Perform Planning, Investigations, Surveys, Reports, Consultations, Site Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Construction Cost Estimates, Construction Schedule And Provision Of Construction Period Services As Necessary For All Demolition, Modification, Construction, Inspection, Testing And Certification For All Construction Components For Project 565-25-152, Replace Fire Pump. The Construction Budget Is Between $1,000,000 And $2,000,000. the Intent Of This Project Is To Work Under Review Authority Of The Vamc Staff To Design And Prepare A Set Of Complete Construction Documents For All Architectural, Structural, Civil, Mechanical, Plumbing, Electrical, Life Safety And Other Applicable Components Of This Project. ii. Scope Of Work: This Project Will Engage An Architectural Engineering (ae) Firm To Provide A Memorandum Of Agreement, Contract Drawings (concept Drawings Already Completed, See Attachments), Functional Layouts, Specifications, Construction Cost Estimates, Template Construction Schedule, Draft Submittal Register, Engineering Calculations, And Subsequent Construction Period Services. The Design Team Is Responsible For Coordinating With The Contracting Officer S Representative (cor) And Appropriate Va Personnel To Determine A Plan For The New Building(s). the Ae Firm Shall Hire A Third-party Commissioning Agent (cxa) To Be Involved From Project Kickoff Through Final Design And Throughout Construction. Ae To Coordinate For The Cxa To Develop The Commissioning Plan And Be Involved Throughout The Design And Construction. demolition/site Work: Demolition Of Utilities As Needed. Clearing Vegetation And Grading As Required. Removal Of Existing And Abandoned Utilities In The Space Is Required. new Work: This Project Will Replace The Existing Main Building Fire Pump To Meet Current Capacity And Code Requirements. The Fire Pump Is Currently In Mechanical Room No. B78, Located In Building No. 1, Basement Floor, A-wing. The New Fire Pump And The Ancillary Equipment Is To Be Located In Building No.56, Which Is In The Vicinity Of Room No. B78 And Would Be More Accessible For Va Maintenance Staff. The Concept Phase Of The Contract Will Involve The A/e Designer First Meeting With Va Staff To Include Facilities Management Services To Go Over Basic Plans And Expectations For The Replacement Of The Fire Pump. the Concept Phase Of The Contract Will Involve The A/e Designer Providing Two To Four (maximum Of Four) Separate Concept Plans For The Area. The Concept Design Will Take Into Consideration All Impacts To Surrounding Areas. Once The Concept Design Is Selected, Construction Documents For All Architectural, Civil, Mechanical, Plumbing, Electrical, And Other Applicable Components Will Be Required. Energy Reviews Will Be Conducted At The 65% Design Review Stage By A Va Energy Engineer. Fire/life Safety Code Review Will Be Conducted At The 65% Design Review Stage By A Va Contracted Firm. All Provided Findings Must Be Addressed To The Satisfaction Of The Va Cor. The New Area Shall Meet All Va Standards. iii. Materials Provided To Ae After Award: plans: Facility Record Drawings And Autocad Files Are Available For The Ae S Use. Note: Not All Record Drawings Exist In Autocad Format. Additionally, It Is Emphasized That The Accuracy Of Facility Record Or As-built Drawings Will Need To Be Completely Field Verified By The Ae. specifications, Standards, Etc: The Project Design Shall Be Completed In Accordance With This Ae Scope And All Appropriate Department Of Veterans Affairs (va) Standards, Specifications, And Other Criteria Otherwise Required By The Va. The Ae Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.cfm.va.gov/til/index.asp). Station Level Modified Specifications For Certain Specification Sections Will Be Provided By The Va After The Notice To Proceed As Been Issued. These Documents And All National, State And Local Codes Adopted And Used By The Va Shall Be Incorporated In The Design Of This Project And Reflected In The Construction Cost Estimate. The Following References, As Applicable, Shall Be Utilized For Planning And Design Purposes: master Construction Specifications (pg-18-1) Design And Construction Procedures (pg-18-3) Standard Details And Cad Standards (pg-18-4) Equipment Guide List (pg-18-5) Space Planning Criteria, And Va-space & Equipment Planning System (pg-18-9) Design Manuals (pg-18-10) Design Guides (pg-18-12) Barrier Free Design Guide (pg-18-13) Room Finishes, Door, And Hardware Schedules (pg-18-14) Minimum Requirements For A/e Submissions (pg-18-15) Environmental Planning Guidance (pg-18-17) National Electric Code Life Safety Codes Government-furnished Record Drawings (ae To Field Verify Conditions) National Fire Protection Underwriters Laboratory Cultural Resource Management Procedures, Handbook 7545 (h-7547) Cultural Resource Management, Directive 7545 (d-7545) Cultural Resource Management Checklist (section 106) iv. Design Requirements: It Is A Recommendation That The A/e Designer Visit And Inspect The Project Site Prior To Providing Their A/e Proposal For This Project Design. general: These Descriptions Are To Give A General Scope And Scale Of Efforts Required And Do Not Necessarily Cover All Va Design Guide Requirements. the Project Shall Be Designed With Viable Deductive Alternates Equal To Or Greater Than 10 Percent Of The Construction Funding Limitation To Ensure Construction Award Within Program Budget Limitations. The Number Of Deductive Alternates Shall Be Between Three And Five (or As Approved By The Va Contracting Officer). construction Cost Estimate: Construction Cost Estimate Shall Be Organized Using The Fifty (50) Division Format Developed By The Construction Specifications Institute (c.s.i.). The Cost Estimate Shall Include Various Categories Of Work Involved, Quantities, And Unit Cost. The Estimate Shall Also Be Based On The Anticipated Start Date For Construction, Plus An Inflation Allowance For The Fayetteville, Nc Area For The Anticipated Time Of Bidding. This Must Meet Current Va Cost Estimate Guidelines And Is Subject To Va Cor Final Approval/acceptance At Each Submission. Each Submission Must Reflect All Current Bid Deducts. construction Schedule Outlining All Major Projects Tasks And Phases With Estimated Durations For Each. This Shall Include Notice To Proceed Date, Submittal Process, Mobilization, Major Tasks And/or Discipline Work Events, Phasing, Significant Inspections/commissioning Events, Closeout, Turn-over And De-mobilization. Provide An Excel Type Project Schedule Chart Outlining A Generic Construction Schedule For This Project. Final Schedule To Be Approved By Va Cor. meeting Agendas And Minutes: The Ae Shall Provide An Agenda For Every Meeting And Take Minutes Of All Meetings, Conferences, Site Visits, Etc. A Copy Of The Agenda And Minutes For Each Meeting Or Site Visit Shall Be Provided To The Va Cor For Acceptance. The Va Cor Must Approve All Formats And Content. contract Drawings: Provide Fully Developed Contract Drawings In Revit Bim To The Minimum Level Of Detail (lod) 300 (in A Current Revit Version Accessible By The Va) And Provide Revit Drawings And Pdf Drawings Electronically And In Hard Copy. Hard Copy Drawings Shall Be Plotted At 1/8" Or 1/4" Scale, Minimum. A Larger, More Appropriate Scale Shall Be Used For Sections And Details. The Final Contract Drawings (as-builts) Shall Be Black Ink On E Size (30" X 42") Paper. (see Also Cad Requirements Of Sections V And Viii.). specifications: Provide Fully Developed And Edited Specifications In A Microsoft Word Format Accessible By The Va. Specifications Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. construction Statement Of Work: Provide Fully Developed Executive Summary Of The Construction Work Required In Microsoft Word Format Accessible By The Va. The Sow Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. submittal Register: Provide A Submittal Register In An Approved Formatted Excel Spreadsheet With All A&e/designer Of Record (dor) Required Submittals Per Final Plans And Specifications For This Project. This Is Intended To Be Provided To A Construction Contractor To Use And Complete With The Expectation That The A&e Has Reviewed And Considers Complete With Maybe Minor Omissions Needing Addressed By A Gc. v. Review Requirements And Time Frames concept Design Review one Full Size Arch E Plotted Drawing Set For Each Concept Plus Electronic Pdf Format Copies Of Everything Required. This Shall Be All Two To Four Concepts And Must Include A Construction Cost Estimate Per Concept. Estimate Is Understood To Be A Rough Ballpark Only For Each Major Discipline With Allowable Escalations. each Should Depict An Area Layout With Ancillary Features As Described In The Scope For Outside Areas. design Checklist Review With Va Cor To Cover Concept Submittal And Verify All Follow On Submittal Stages And Requirements For Design Development And Construction Drawing Package Submittals. 35% Review: Schematic Contract Drawings, And Specification Sections two (2) Arch E And One (1) Half Size Printed Copies Of Work Completed To Date. Indicate Work Remaining To Be Done And/or Information Yet To Be Incorporated. one Electronic Copy Of Proposed Specification Sections To Date. Indicate Work Remaining To Be Done And/or Information Yet To Be Incorporated. email Autocad Drawings, And Specification Sections. 65% Review: Design Development Dd-1 provide 65% Level Of Efforts For All Disciplines Required. one (1) Arch E (30 X42 ) Copy Of Work Completed To Date. one Electronic Copy Of Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. provide Electronically Transferred Copy Of Any Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate And Any Other Draft Documents Ready For Review At This Level. 95% Review: Design Development Dd-2 this Shall Represent A Complete Design With Little Or No Remaining Issues Or Missing Data. This Submittal Should Have All Required Number Of Drawings To Clearly Indicate To Bidders All Requirements. one (1) Arch E (30 X42 ) Copy. one Electronic Copy Of Proposed Specification Sections To Date. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. provide Electronically Transferred Copy Of The 65% Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate, Template Construction Schedule And All Required Documents For A Complete Design Package. this Submission Shall Include 3d Renderings Of Interior And Exterior Significant Features And Views Of This Future Building. One Or More Of These Will Be Intended To Be Used By The Construction Contractor For Construction Signs. final Submission: Construction Documents (cd): all Drawings And Documents Shall Indicate Issued For Construction. Va Cor Shall Review Electronic Copies Prior To Giving Approval To Print/plot This Package As A Final Check For Significant Errors. One (1) Arch E (30 X42 ) And One (2) Half Size Xerox Copies Of Final Drawings. One (1) Printed Out Set Of Final Indexed And Bound Specifications Double Sided One (1) Printed Copy Of The Final Description Of Work Including Base Bid And All Deduct Alternates. One (1) Printed Copy Of The Construction Cost Estimate With Bid Deducts Broken Out Or Readily Identifiable And Separable From Base Bid Work. One (1) Printed Copy Of The Submittal Register. One (1) Printed Copy Of The Template Construction Schedule. One (1) Printed Copy Of All Design Review Comments And A&e Responses For The Entire Process. Electronically Transferred To Va Pdf, Word And Revit/cadd Copies Of All Documents And Files. All Shall Be In A Combined Copy As Well As Separated By Sheet Or Book. vi. Schedule concept Design Submission 21 Calendar Days From Ntp
va Concept Design Review 14 Calendar Days From Concept Design Submission
35% Schematic Design Submission 28 Calendar Days From Concept Design Review
va 35% Schematic Design Review 14 Calendar Days From 35% Design Submission
65% Design Development Submission 28 Calendar Days From 35% Design Review
va 65% Design Development Review 14 Calendar Days From 65% Design Submission
95% Design Development Submission 28 Calendar Days From 65% Design Review
va 95% Design Development Review 14 Calendar Days From 95% Design Submission
100% Final Design Submission 14 Calendar Days From 95% Design Review total Calendar Days From Notice To Proceed To 100% Final Design Submission: 175 Days. procurement Timeframe: 180 Days From The Time Engineering Submits Package To Contracting. during This Timeframe, Designer Shall Answer Pre-bid Rfis And Provide Updated Construction Documents To Capture Any Changes Made Through The Procurement Process. construction Period Services: 365 Calendar Days From Construction Award Date total Contract Period: 720 Calendar Days vii. Construction Services (starts Once Construction Notice To Proceed Is Issued) preconstruction Meeting: Participate And Facilitate This Meeting In Conjunction With The Contracting Officer, Cor And Contractor. Topics Shall Include Standard Contract Requirements, Facility Specific Requirements, Safety Discussion, Design And Specifications Review, Schedule Review, Quality Assurance/quality Control Processes, Submittal And Rfi Process, Changes Process. biweekly Site Inspections: Designer Shall Meet Biweekly With The Contractor, Cor And Others Needed To Inspect The Progress Of The Construction And Report Any Deficiencies To The Same. Designer To Plan On 4 Site Visits To Inspect The Work And Progress (these Are In Addition To The Pre-con, Pre-final And Final Inspections). construction Change Orders: Designer Shall Prepare The Statement Of Work And Cost Estimates (returned Within 7 Calendar Days) As Needed. submitttal Review And Logs: Designer Shall Prepare And Maintain A Log Of Submittals And Rfis And Provide The Same To The Contracting Officer And Cor. Reviewed Submittals Are To Be Returned Within 10 Working Days To The Cor. Designer Is Fully Responsible For Review Of All Submittals, Retaining A Record Copy Of Submittals For Turn Over To The Owner Upon Project Completion, And Communication With The Contractor Regarding Any Deficiencies Or Changes Required To The Submittals. weekly Progress Meetings: Designer Shall Hold Formal Progress Meetings With Contractor, Contracting Officer, And Cor. At These Meetings The Agenda Shall Contain A Narrative Of Work Completed The Previous Month, Work Upcoming, Submittals Or Rfis Outstanding, Schedule Update, Any Special Coordination Items Requiring Actions, And Discussion Of Change Orders Or Time Extension Requests. Again, Minutes Of This Meeting Shall Be Issued Within 3 Working Days Of The Meeting. project Admistration: Designer Shall Utilize A Web-based Project Tracking/administration Software During Construction Period Services. Software Will Track Inspections Reports, Construction Change Orders, Submittals, Rfis, Rfps, Progress Meeting Reports, And Any Other Applicable Documents. Application Shall Be Accessible By Construction Contractor, Va Cor, And Va Co. Recommended Applications: Submittal Exchange, Procore, Or Equal. project Closeout: Designer Shall Receive Notice Of Intent For Pre-final And Final Inspections From The Contractor. The Contractor Shall Propose A Time And Place For This To Occur In Conjunction With The Contracting Officer And The Cor. Following Both The Pre-final And The Final Inspections, The Designer Shall Issue A Punch List. Contract Documents Shall Specify That The Contractor Has 15 Working Days To Complete The Punch List And Notify The Designer For Re-inspection. Following Re-inspection And Project Acceptance The Closeout Phase Will Occur. Release Of Claims For Design Project: Prior To The Final Payment Under This Design Contract Or Prior To Settlement Upon Termination Of The Design Contract, And As A Condition Precedent Thereto, The Ae Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The Ae From The Operation Of The Release In Stated Amounts To Be Set Forth Therein. project Documentation: Designer Shall Coordinate With The Contractor To Gather Record Copies Of Submittals, As-built Documents, Mechanical Test And Balance Reports, Maintenance Manuals, Coordinate Owner Training Sessions, And Provide The Same To The Owner. Upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted: 1 Set Of Original Reproducible As-built Plans (30 X 42 ) Plus An Electronic Copy In Revit/cad And Pdf Formats. 1 Set Of All O&m Manuals In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. 1 Set Of All Other Project Documents In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. viii. Cad Requirements: drawings: See Also Final Design Submission Requirements. Full Size Two-dimensional Drawings Electronically Submitted. The Completed Drawing Files Shall Be Fully Operational In Revit/cad; A Pdf Copy Will Additionally Be Provided. delivery Format: Media And Archive Procedure For Transfer Of All Drawing Files To The Office Of Engineering Project Section Shall Be Via A Shared Site That Can Transfer These Files And Accessible From A Va/u.s. Government Computer. Naming Conventions: Files Will Be Unique And Use A Maximum Of 8 Alphanumeric Characters (or As Approved By The Va Cor), The File Name And Extension Will Be Separated By A Period. The File Layer Structure Will Follow The Va Approved Standard "cad Layer Guidelines" Recommended Designations For Architecture, Engineering, And Facility Management Computer-aided Design As Prepared By The Task Force On Cad Layer Guidelines. ix. Attachments: Facility Site Plan (including Building Nos. 1 And 56) Mechanical Room B78 Floor Plan (bldg. 1, Basement Floor) note: There Are A Total Of 15 Days For A/e Site Visits For Design And Construction Period Services. (end Statement Of Work) a-e Selection Process: the Agency Has Convened An Evaluation Board For The Evaluation Of Responses To This Notice. Responses Will Be Evaluated In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. Specifically, Sf 330 Submissions Will Be Evaluated To Identify The Most Highly Qualified Firms, Using The Selection Criteria Identified Below. Discussions Will Be Held With At Least Three (3) Of The Most Highly Qualified Firms, In Accordance With Far 36.602-3(c). The Processes At Far 36.602-4 And Far 36.606 Will Then Be Followed. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. selection Criteria: Evaluation And Selection Of Firms Will Be Based On Submissions And Direct Responses To The Following Criteria Which Are Numbered In Descending Order Of Importance: specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Electrical And Plumbing Work. specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Design To Replace A Fire Pump Or Types Of Similar Projects. Experience With Operating A Fire Pump. Coordination Of Disciplines/subcontractors Other Specialized Experience Includes Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More Or Less Than Three (3) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is De-fined As Services Provided Within The Past 5 (five) Years. Familiarity With Va Design Guides/manuals And Master Specifications professional Qualifications Necessary For Satisfactory Performance Of Required Services Showing Recent Experience With Projects In A Medical Facility And Similar Projects With The Same Complexity As The Project Above. At A Minimum, The Offeror Shall Describe The Professional Qualifications And Not Less Than Five (5) Years Of Experience In Disciplines Required For This Project, But Not Limited To. Project Management Architectural Structural Plumbing Electrical Mechanical Cost Estimation experience In Construction Period Services (cps) Professional Field Inspections During Construction Review Of Construction Documents Support In Answering Requests For Information During The Construction Period Support Of Construction Contract Changes To Include Drafting Statement And Work And Cost Estimates. Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Production Of As-built Documentation past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance. Past Performance As It Relates To Cost Control, Quality Of Work, And Compliance With Performance Schedules. Submit Past Performance Evaluations For Each Project Provided Under Criterion 1, "specialized Experience And Technical Competence." The Following Evaluations Are Acceptable: Contractor Performance Assessment Report System (cpars), Or Past Performance Questionnaire (ppq) Evaluation (if No Cpars Data Is Available. The Following Information Is Required For All Projects: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Evaluations May Also Include Additional Performance-related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. capacity To Accomplish The Work In The Required Time. Ability To Meet The Schedule Of The Overall Project. Provide The Available Capacity Of Required Disciplines By Providing Current Project Workload Including Sub-consultants, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. List Current Projects With A Design Fee Of Greater Than $200,000 Being Designed. Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates. Volume Of Va Contract Awards In The Last 12 Months. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. knowledge Of Locality. Specific Knowledge Of Certain Local Conditions Or Project Site Features Specific Knowledge Of Working With And Local Construction Methods Or Local Laws And Regulations Specific Knowledge Of Climatic Conditions If Evaluations Of Sf330 S Result In The Same Rating, Proximity To The Facility Will Be Used As A Tiebreaker. The Distance Will Be Determined According To Http://maps.google.com/. For Firms That Have Multiple/regional Offices, The Location Of The Primary Project Team Will Be Used To Calculate The Distance And Should Be Provided In The Sf330 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 Sf-330 Part 1 Section G. Each Resume Shall Include A Minimum Of Two (2) Specific Completed Projects Through Construction. Firm Shall Provide A Table Of A Minimum Of 3 Comparable Projects Comparing Their Estimate With The Bid/award Amount During Construction. the Department Of Veterans Affairs Shall Evaluate Each Potential Contractor In Terms Of The Following As M Firm Meeting The Synopsized Selection Criterion And "nm" Means That The Firm Did Not Meet The Synopsized Selection Criterion.: selection Criteria specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Electrical And Plumbing Work. Submissions Shall Include No More Or Less Than Three (3) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above. Professional Qualifications Necessary For Satisfactory Performance Of Required Services Showing Recent Experience With Projects In A Medical Facility And Similar Projects With The Same Complexity As The Project Above. Experience In Construction Period Services (cps). Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance. Capacity To Accomplish The Work In The Required Time. The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors Knowledge Of Locality please Note: The A-e Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The A-e Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The A-e Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations: 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses. 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. submission Criteria/requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) Electronically To The Contract Specialist, Elaine Belber, Via Email At Elaine.belber@va.gov No Later Than 11:00 A.m. Eastern Daylight Time On Thursday, April 17, 2025. interested Firms Are Responsible For Ensuring Electronic Delivery Of Submission By The Time And The Date Specified. It Is Highly Recommended Interested Firms Confirm Electronic Submissions Have Been Received By The Contracting Officer. size Limits Of E-mails Are Restricted To 10mb. If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . (example: Sf330 Submission 36c24625r0027 Replace Fire Pump, Project 565-25-152 (1 Of N, 2 Of N, Etc.). all Sf330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Procurement Number And Project Title (abbreviated Or Shortened Is Okay). Interested Firms Are Responsible For Ensuring Delivery Of Submission. all Sf 330 Submissions Must Include The Following Information, Either On The Sf 330 Or By Accompanying Document: 1) Cage Code
2) Sam Unique Entry Id Number (uei)
3) Tax Id Number
4) The E-mail Address And Phone Number Of The Primary Point Of Contact
5) Sf 330 Must Indicate The Percentage Of The Contract Performance Cost That Will Be Expended By The Prime Firm S Employees And In Which Discipline(s) And Subcontracted Percentage Of Contract Performance Cost To Be Expended (and In What Disciplines). Any Subcontracted Or Otherwise Business Entity Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, Large, Etc.).
6) References Noted In Selection Criteria 4 the Firm And Or A-e On Staff Representing The Project Must Follow State Of North Carolina Guidelines Under State Law For All Licensing Requirements To Sign And Seal Drawings. each Respondent Must Be Able To Demonstrate The Ability To Comply With The Limitations On Subcontracting, In Accordance With Far Clause 52.219-14 And Vaar Clauses 852.219-73 And 852.219-75. electronic Submittals Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Considered. All Information Must Be Included In The Sf330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. Vendor Questions: All Questions Shall Be Submitted To The Contract Specialist, Elaine Belber, Via Email At Elaine.belber@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Wednesday, March 26, 2025.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date23 Apr 2025
Tender AmountRefer Documents
Details: 36c25225q0403
effective Date: 03/15/2023
revision: 01
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Deviations Feb 2025 Caac Letters 2025-01/02 (eff.02/18/2025). this Solicitation Is Unrestricted. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 621512, Diagnostic Imaging Centers. The Small Business Size Standard Of $19m. The Fsc/pscs W065, Lease Or Rental Of Equipment-medical, Dental, And Veterinary Equipment And Supplies. the Department Of Veterans Affairs, Network Contracting Office 12 (nco 12), Veterans Integrated Services Network 12 (visn 12), Clement J. Zablocki Va Medical Center Located At 5000 W. National Avenue, Milwaukee, Wi 53295-0001 Has A Requirement To Lease A Fully Equipped Mobile Digital Pet/ct System (including The Mobile Trailer/scanner) Designed To Perform Oncology Related Pet/ct Exams, Brain Imaging With 18f-fdg, Static Emission Scans, Prostate Imaging (with Appropriate Radiopharmaceuticals) And Whole-body Scans. It Is Estimated The Mobile Pet/ct Unit Will Be Needed For A Base Period And Four 12-month Option Periods. the Government Is Seeking To Lease A Mobile Unit Only; No Personal Services Are Required. Va Diagnostic Imaging Staff Will Run The Equipment And Read The Images. Mobile Pet/ct Scans Will Be Performed 2 Days A Week (mondays And Tuesdays) During Milwaukee Vamc Medical Imaging Clinic Hours (7:00 A.m. 3:30 P.m.). Trailer Delivery And Setup Procedures Shall Not Delay The Start Of Examinations Scheduled For Monday Mornings At 7:00am. this Is A Non-personal Services Requirement. The Contractor Will Be Responsible For All Management, Oversight, Supervision, Labor, Transportation, Tools, Materials, Parts, Other Items, And The Support Necessary To Perform Work, Execute Services, And To Successfully Complete All Deliverables As Contained Within This Statement Of Work. all Interested Contractors Should Provide Quotations For The Following: price/cost Schedule & Item Information base Period 05/01/2025 04/30/2026
line Item description qty
unit Of Measure
unit Price
total
0001
mobile Pet/ct Unit
12
mo 0002
on-site Training
8
hr option Year One 05/01/2026 04/30/2027
line Item description qty
unit Of Measure
unit Price
total
1001
mobile Pet/ct Unit
12
mo option Year Two 05/01/2027 04/30/2028
line Item description qty
unit Of Measure
unit Price
total
2001
mobile Pet/ct Unit
12
mo option Year Three 05/01/2028 04/30/2029
line Item description qty
unit Of Measure
unit Price
total
3001
mobile Pet/ct Unit
12
mo option Year Four 05/01/2029 04/30/2030
line Item description qty
unit Of Measure
unit Price
total
4001
mobile Pet/ct Unit
12
mo pricing Overview Total Cost For Each Period Of Performance base Period
$
option Year One
$
option Year Two
$
option Year Three
$
option Year Four
$
total
$ statement Of Work/description/specifications overview contractor Shall Provide All Equipment And Tools Necessary To Perform On-site Mobile Pet/ct Digital Scans At The Clement J. Zablocki Va Medical Center (herein Referred To As The Milwaukee Vamc). Requirement Includes Maintenance And Repair Of All Contractor Furnished Equipment (including The Mobile Trailer/scanner). mobile Pet/ct Scans Will Be Performed 2 Days A Week (mondays And Tuesdays) During Milwaukee Vamc Medical Imaging Clinic Hours (7:00 A.m. 3:30 P.m.). Trailer Delivery And Setup Procedures Shall Not Delay The Start Of Examinations Scheduled For Monday Mornings At 7:00am. this Is A Non-personal Services Requirement. The Contractor Shall Provide All Management, Oversight, Supervision, Labor, Transportation, Tools, Materials, Parts, Other Items, And The Support Necessary To Perform Work, Execute Services, And To Successfully Complete All Deliverables As Contained Within This Statement Of Work. Contractor Shall Be Responsible For All Proper Maintenance Of The Mobile Unit. The Government Will Not Exercise Any Supervision And/or Control Over Contractor Personal (which Includes Contractor Service Providers, Contractor Representatives, And Subcontractors Employed With And/or Being Utilized By The Prime Contractor) During All Active Performance Periods Of The Final Contract. All Contractor Personal Shall Be Accountable Solely To The Contractor, Who In Turn Is Responsible To The Government. scope the Government Is Seeking To Lease A Fully Equipped Mobile Digital Pet/ct System (including The Mobile Trailer/scanner) Designed To Perform Oncology Related Pet/ct Exams, Brain Imaging With 18f-fdg, Static Emission Scans, Prostate Imaging (with Appropriate Radiopharmaceuticals) And Whole-body Scans. Lease Required Includes A Base Period And Four 12-month Option Periods. place Of Performance work Will Be Performed, Services Will Be Executed, And Deliverables Will Be Completed At The Clement J. Zablocki Vamc Located At 5000 W. National Avenue, Milwaukee, Wi, 53295-0001. period Of Performance the Expected Period Of Performance For This Acquisition Is The Following: base Period: 05/01/2025 Thru 04/30/2026 option Period One: 05/01/2026 Thru 04/30/2027
option Period Two: 05/01/2027 Thru 04/30/2028 option Period Three: 05/01/2028 Thru 04/30/2029 option Period Four: 05/01/2029 Thru 04/30/2030 option Years May Or May Not Be Exercised Based On The Needs Of (and At The Discretion Of) The Government. The Contract Is Subject To The Availability Of Va Funds. The Contractor Shall Perform No Services After September 30 Of Any Year Until The Contracting Officer Authorizes Such Services In Writing. federal Holidays the 11 Holidays Observed By The Federal Government Are: New Year S Day (january 1st), Martin Luther King S Birthday (3rd Monday In January), Presidents Day (3rd Monday In February), Memorial Day (last Monday In May), Juneteenth (june 19th), Independence Day (july 4th), Labor Day (1st Monday In September), Columbus Day (2nd Monday In October), Veterans Day (november 11), Thanksgiving Day (4th Thursday In November), Christmas Day (december 25th) And Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. when One Of The Above Designated Legal Holidays Falls On A Sunday, The Following Monday Will Be Observed As A Legal Holiday. When A Legal Holiday Falls On A Saturday, The Preceding Friday Is Observed As A Holiday By U.s. Government Agencies. when A Federal Holiday Or Designated Legal Holiday Occurs On A Monday Or Tuesday, The Contractor Shall Provide The Pet/ct Scanner On A Mutually Agreed Upon Alternate Day Of The Week The Same Week The Holiday Occurs If Requested By The Milwaukee Vamc. The Milwaukee Vamc Shall Provide 30 Days Notice To The Contractor Should An Alternate Day Be Required. contractor Furnished Equipment general: All Equipment To Be Used During The Performance Of The Contract Must Be Fda Approved Imaging Equipment And Placed At A Location Designated By The On-site Imaging Supervisor At The Milwaukee Vamc. Contractor Will Be Required To Make Whatever Adaptions Necessary To Ensure The Contractor S Equipment Is Compatible With The Va Physical Space And Information Systems. Milwaukee Vamc Has A Designated Mobile Pad/dock (with Data Lines Nearby) That Connects To The Facility. mobile Pet/ct Trailer: Contractor Shall Furnish A Handicapped Accessible Pet/ct Mobile Trailer. The Pet/ct Mobile Trailer Must Meet All Local, State, Federal, Industry, Fda, Joint Commission, Nec, Nffpa, Va, Osha, And Other Applicable Regulatory Standards Internal Or External To The Milwaukee Vamc. The Pet/ct Mobile Trailer Must Provide The Space Sufficient For Conducting Cpr And Emergency Code Procedures, If Needed. The Pet/ct Mobile Trailer Must Have An Intercom System Between The Control Room And Scanning Room, Cd-r Burning Capabilities As A Backup To Network Transfer Of Data, And Optical Disk Archival System. The Patient Data And Optical Disk Is The Property Of The Milwaukee Vamc. The Pet/ct Trailer Must Maintain A Temperature That Provides Patient Comfort And Ensures Proper Operation Of The Scanner Without Frequent Calibration. The Pet/ct Mobile Trailer Must Possess Sufficient Space And Design To Contain A Quiet Room Where The Radiopharmaceuticals Can Be Administered, And Where Patients Can Rest Comfortably With No Physical Activity And Minimum Possible External Stimuli Such As Noise And Light During The Uptake Period Of The Radiopharmaceutical. pet/ct Scanner System: Contractor Shall Furnish A Fully Equipped Digital Pet/ct System Designed To Perform Oncology Related Pet/ct Exams, Brain Imaging With 18f-fdg, Static Emission Scans, Prostate Imaging (with Appropriate Radiopharmaceuticals) And Whole-body Scans. The Pet/ct Must Possess A Pet Detector Crystal With A High Light Output And Short Decay Constant Such As Lutetium Oxyortho-silicate (lso) In Order To Shorten The Pet Data Acquisition Time To The Minimum Possible. The Pet/ct Must Be Capable Of Acquiring 2-dimensional And/or 3-dimensional Pet Images Or True 3-dimensional Images. The Ct Component Of The Pet/ct Must Contain A Multi-slice Detector And Capable Of Acquiring The Transmission Images Within One Breath Hold. The Ct Component Must Also Be Capable Of Acquiring Data For Anatomic Localization And Attenuation Correction. The Pet/ct System Must Include Attenuation Correction Algorithms Designed To Use Non-contrast Enhanced, Intravenous Contrast Enhancement, Oral Contrast Enhancement With Positive Contrast (iodinated Contrast) And Oral Contrast Enhancement With Negative Contrast (water) Data. The Pet/ct Scanner Must Not Be More Than 3-years Old. accessory Equipment: Contractor Shall Provide New Hardware And Software, And Upgrades When New Hardware/software Becomes Available (as Long As Performance Is Not Adversely Impacted), To Ensure Ability To Read Pet/ct Images And Create And Export Jpeg And Mpeg Files. The Mobile Unit Must Be Equipped With A Fully Functional Hot Lab That Complies With State, Federal, And Joint Commission Standards To Receive And Store Radioisotopes And Radioactive Waste. Additionally, The Contractor Must Furnish Two Independent Mims Workstations With The Mobile Pet/ct For Post Processing And Manipulation Of The Acquired Pet/ct Images To Be Connected And Located Within The Milwaukee Vamc. Workstations Must Contain A Full System Of The Following Elements: Cpus, Monitors, Keyboards, Mouse, All Software, And Applicable Licenses He Interpreting Radiologist Will Need To Successfully Dictate The Exam. Software Must Be Capable Of Image Fusion, Providing Three Orthogonal Planes Of The Ct Images Alone, The Pet Images Alone And The Superimposed Pet/ct Images And An Additional Set Of Noncorrected Pet Images, Multimodality Display Capability, Including Magnetic Resonance Imaging, Computerized Tomography, Radiography, And Ultrasonography. Workstations Will Be Placed Within The Imaging Department At Milwaukee Vamc, Next To A Pacs Dictation System For Comparison And Post Processing By The Interpreting Radiologist, As Well As In The Nuclear Medicine Department At The Milwaukee Vamc. telecommunications: The Mobile Scanner Must Be Equipped With An Outlet Connection Capable Of Transmitting Data And Voice Through A Government Provided Category Six (6) Cable. The Government Will Provide The Connection Required For The Transmission Of Images, Data, And Voice. The Contractor S Mobile Scanner System Must Be Compatible With Dicom 3 Imaging Pacs Standards (pacs Interface Contact Person Will Be Provided To The Contractor, If Necessary). maintenance: Contractor Shall Be Responsible For The Proper Preventative Maintenance Of The Mobile Unit And Pet/ct Scanner So That It Stays In Good Working Order. Contractor Will Provide Evidence Of The Required Preventative Maintenance And Calibration Of Equipment As Required By The Manufacturer, Joint Commission, And/or Regulations. The Imaging Supervisor, Cor, And/or Designee Shall Be Allowed Access To Proof Of Maintenance During The Performance Of The Contract. contractor Shall Provide A Pet/ct System That Maintains A Minimum Of 95% Up-time Performance Rate, Which Is Based On The Normal Pet/ct Duty Days And Hours. No Routine Maintenance Will Be Scheduled Or Performed Such That It Conflicts With The Required Schedules Of The Pet/ct Unit, Except To Address Emergency Failures Of The Unit. Contractor Shall Provide An Emergency Telephone Service Line To Be Answered Upon Initial Call, Or If A Message Is Left, The Return Call To The Milwaukee Vamc Shall Be Within 30 Minutes Of Notification. Service Response Times To Emergency Failures Shall Be Within Two Hours Of Notification. in The Event Of Equipment Failure Or Unavailability Of The Pet/ct Mobile Trailer And/or Equipment, The Contractor Must Make A Sound Effort To Get The Unit Fully Operational Within 12 Hours. Additionally, Contractor Must Make Alternate Accommodations For The Va For Lost Time Resulting From Equipment Failure. As A Result Of Normal Duty Time Lost During The Downtime, The Contractor May Be Required To Provide Availability Outside Regular Business Hours And/or Weekends, At No Additional Costs To The Government, To Reduce Patient Backlog. Va Personnel, Including The Imaging Supervisor, Shall Be Notified Immediately Of Any Equipment Malfunctions That Would Hinder The Completion Of Patient Scans. In The Event Of A System Failure, The Contractor And Milwaukee Vamc Imaging Supervisor Or Designee Shall Work Cooperatively To Remedy The Situation As Quickly As Possible. government Furnished Equipment, Facilities, Utilities contractor Shall Be Held Responsible For Any Damages, Which May Be Done To The Va Property During Hookup And/or Removal Of Equipment At The Site. proper Installation/staging Of The Contractor S Furnished Equipment Including The Mobile Trailer Must Be Completed In Accordance With Industry Standards, All Osha Regulations, And Applicable Manufacturer S Recommendations. Installing And Staging By The Contractor Shall Be Completed Prior To Commencement Of Services. The Mobile Trailer Can Be Left On-site And Hooked Up To Electricity During Non-operational Hours Starting The Night Before Services Are Required Through Wednesday At 5:00 P.m. Local, Unless Other Arrangements Are Prearranged And Approved By The Milwaukee Va. the Government Will Provide The Following Utilities/services To The Contractor, If Required, For The Operation Of The Mobile Pet/ct Unit. water
electricity*
steam
sewage
natural Gas
telephone Line(s) **
data Port
housekeeping *** * In Accordance With The Original Equipment Manufacturers (oem) Electrical Specifications. The Milwaukee Vamc Has 480-volt And 200-amp Power Hook Ups Available. ** Use Of A Telephone Extension While Mobile Unit Is On-site To Make And Receive Telephone Calls And To Facilitate The Movement Of Patients To And From The Unit Is Permissible. Telephone Calls Placed And Received Shall Be Restricted To The Appropriate Free Dialing Areas And Long Distance Without Charge To The Va. *** The Va Shall Be Responsible For Areas Within The Hospital Facility Prior To Entrance Of The Pet/ct Mobile Trailer. radioactive Materials Handling Requirements the Milwaukee Vamc Will Procure All Radioactive Materials Directly Under Its National Health Physics Program (nhipp) Radioactive Materials Permit. the Milwaukee Vamc Shall Be Solely Responsible For The Receipt, Dispensing, Administration, Storage, Surveys, Decontamination, Waste Management, Proper Disposal And Record Keeping. contractor Key Personal the Contractor Shall Identify Its Contact Person(s), Who Shall Serve As Liaison Between The Contractor And The Milwaukee Vamc, And Who Shall Ensure The Contractor Performs Services In Accordance With Contract Specifications. The Contractor S Liaison Must Contact The Cor And The Milwaukee Vamc Imaging Supervisor For All Delays And Cancellations By The Contractor Immediately. The Contractor S Contact Person(s) Shall Be Available 30 Minutes Prior To First Scheduled Scan And 30 Minutes After Last Scheduled Scan. personal Performing Work/services - Required Core Competencies personal Performing Work, Executing Services, And Completing Deliverables During The Active Performance Periods Of The Contract Must Possess The Knowledge, Skills, And Abilities Required To Successfully Complete The Requirement. No Unqualified Individual Shall Be Allowed To Perform Work, Execute Services, And To Complete Deliverables At Any Time Under The Final Contract. Contractor Personal Shall Not Be Considered Va Employees For Any Purpose. deliverables required Deliverables deliverable #1: mobile Pet/ct Unit
mobile Pet/ct Scans Will Be Performed 2 Days A Week (mondays And Tuesdays) During Milwaukee Vamc Medical Imaging Clinic Hours (7:00 A.m. 3:30 P.m.). Trailer Delivery And Setup Procedures Shall Not Delay The Start Of Examinations Scheduled For Monday Mornings At 7:00am. Contractor Is Responsible For The Transportation, Delivery, Set-up, And Connection Of The Mobile Pet/ct Unit. Such Delivery, Set-up, And Connection Must Be At A Level That Enables Full Start Up, Operation, Use, And Full Functionality Of The Mobile Pet/ct Unit (in Accordance With Original Equipment Manufacturer (oem) Guidelines). A Fully Functioning Mobile Pet/ct Unit Operates/functions As Intended For Its Stated Purpose. deliverable #2: training
contractor Must Provide A Minimum Of Eight (8) Hours Of Applications Training. deliverable #4: key Personnel
immediately Following Contract Award The Contractor Must Provide A Key Personal Contact Person Designated By The Contractor (to Be Contacted By The Government When Needed) Regarding Performance Of Work, Execution Of Services, And Completion Of Deliverables As Contained Within This Statement Of Work And Covered By The Final Contract. This Key Personal Person Must Have Sufficient Knowledge To Be Able To Respond To Technical Questions By The Government. deliverable #5:
progress Reporting, Documentation, And Service Logs
on A Monthly Basis Or When Incidents Occur The Contractor Must Provide Status/progress Reports, Documentation, And/or Service Logs Which Capture And/or Which Otherwise Encompass The Operation, Functionality, And Status Of The Mobile Unit. Such Information Includes But Is Not Limited To Maintenance, Preventive Maintenance, Service, Repairs Conducted/performed On The Mobile Unit. Other Information Includes Software Or Other Enhancements, Upgrades, & Updates That May Be Needed (or Which May Be Incorporated) On The Mobile Unit At A Later Date. va Information & Information System Security & Privacy Language refer To Attached: Va Information & Information System Security & Privacy Language special Contract Requirements contract Administration: The Contracting Officer (co) Is The Only Person Authorized To Approve Changes Or Modify Requirements. Contractor Shall Communicate With Co On All Matters Pertaining To Contract Administration. Only The Co Is Authorized To Make Commitments Or Issue Changes, Which Will Affect Price, Quantity, Or Qualify Of Performance Of This Contract. Services Specified May Be Changed By Written Modification To This Contract. Modification Will Be Prepared By The Va Co. designation Of Contracting Officer S Representative (cor): A Representative Of The Co Will Be Designated To Represent The Co In Furnishing Technical Guidance And Advice Regarding The Work Performed Under This Contract. The Foregoing Is Not To Be Construed As Authorization To Interpret Or Furnish Advice And Information To The Contractor Relative To Financial Or Legal Aspects Of The Contract, But The Technical Matter Experts Reside In The Serviced Departments And As Such They Are Authorized To Give Technical Assistance And Guidance. The Services To Be Performed By The Contractor Will Be Under The Direction Of The Chief Of Staff, And The Chief, Radiology Services. the Radiology Service Cor Will Be The Primary Point Of Contact At The Milwaukee Va For Communication Between The Va And The Contractor Regarding Technical Aspects Of Imaging Protocols And Medical Aspects Of Patient Studies. The Contractor Will Communicate To The Cor Any Possible And Actual Disruptions Of Service. Upon Becoming Aware Of Possible Or Actual Disruption Of Service, The Contractor Will Communicate Such Service-disruption Information To The Cor As Soon As Possible (asap) So The Patient And Service Schedule Can Be Appropriately Modified With As Little Inconvenience As Possible To Patients And Services. contract Termination: A Contract Award Can Be Terminated By The Milwaukee Va If A Contractor Does Not Adequately Meet The Requirements Of This Statement Of Work. A 30-day Notice Detailing One Or Several Inadequacies Will Precede Termination. Termination Will Occur If Inadequacies Are Not Rectified Within 60 Days Of Notification, Or The Milwaukee Va Determines Corrections Are Not Sufficient For Resolution. identification And Badges: Any Individual Performing Work Under This Contract Shall Wear A Badge Or Other Identification While On Site That Is Clearly Displayed At All Times. Badges Must Have An Identification Picture, Name Of The Individual And The Represented Company. While On Site, Any Person Performing Work Directly Or Indirectly Must Be In A Position To Specify Their Authorized Purpose For Their Presence At The Facility In The Event That Such Information Is Requested By Va Facility Personal. parking: It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas, To Avoid Ticketing Or Towing (if/when On Site At The Facility). Information On Parking Is Available From The Facility If Requested By The Contractor. invoicing And Payment: Contractor Is Authorized Prompt Payment Iaw Applicable Regulation Following The Successful Performance Of Work, Execution Of Services, And Completion Of Required Deliverables. Contractor Invoices Shall Be Submitted Iaw Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. Invoices Submitted For Payment Must Be Detailed To The Extent Necessary To Reflect The Work Done And The Services Performed During The Time Periods When Completed So An Accurate Assessment Can Be Made By The Facility For Certification Of These Invoices For Payment. Advance Payments Are Not Authorized, And Contractor Is Not Authorized Payment For Planned Or Anticipated Work Not Performed And/or For Work That Has Not Been Successfully Completed. supplemental Insurance Requirements: In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract:
(a) Workers' Compensation And Employers Liability: Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes. If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage. Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers.
(b) General Liability: $500,000 Per Occurrences.
(c) Automobile Liability: $200,000 Per Person; $500,000 Per Occurrence And $20,000 Property Damage.
(d) The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. option To Extend Services: The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 60 Days Of The Expiration Of The Current Performance Period. option To Extend The Term Of The Contract: The Government May Extend The Term Of This Contract By Written Notice To The Contractor; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years. (end Statement Of Work) period Of Performance
base Period: 05/01/2025 Thru 04/30/2026 option Period One: 05/01/2026 Thru 04/30/2027
option Period Two: 05/01/2027 Thru 04/30/2028 option Period Three: 05/01/2028 Thru 04/30/2029 option Period Four: 05/01/2029 Thru 04/30/2030 place Of Performance/place Of Delivery
address:
clement J. Zablocki Va Medical Center
5000 W. National Avenue
milwaukee, Wi postal Code:
53295-0001
country:
united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition:
far 52.201-1, Acquisition 360: Voluntary Survey (sept 2023)
far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sep 2023) refer To Attachment 2 Addendum To Far 52.212-1 Instructions To Offerors--commercial Products And Commercial Services
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
far 52.204-7, System For Award Management (nov 2024)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-20, Predecessor Of Offeror (aug 2020)
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023)
far 52.209-7, Information Regarding Responsibility Matters (oct 2018)
far 52.214-21, Descriptive Literature (apr 2002), Alternate I (jan 2017)
far 52.233-2, Service Of Protest (sept 2006)
vaar 852.209-70, Organizational Conflicts Of Interest (oct 2020)
vaar 852.233-70, Protest Content/alternative Dispute Resolution (oct 2018)
vaar 852.233-71, Alternate Protest Procedure (oct 2018)
vaar 852.239-71, Information System Security Plan And Accreditation (feb 2023)
vaar 852.239-75, Information And Communication Technology Notice (feb 2023)
vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
end Of Addendum To 52.212-1
far 52.212-2, Evaluation-commercial Items (nov 2021) Refer To Attachment 3: Tailored 52.212-2 Evaluation Commercial Products And Commercial Services.
far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)(deviation Feb 2025) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services. Contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce Requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023)
addendum To Far 52.212-4
far 52.252-2, Clauses Incorporated By Reference (feb 1998)
far 52.203-16, Preventing Personal Conflicts Of Interest (jun 2020)
far 52.204-9, Personal Identity Verification Of Contractor Personal (jan 2011)
far 52.204-13, System For Award Management Maintenance (oct 2018)
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.217-8, Option To Extend Services (nov 1999)
far 52.217-9, Option To Extend The Term Of The Contract (mar 2000)
far 52.223-10, Waste Reduction Program (may 2024)(deviation Feb 2025)
far 52.224-1, Privacy Act Notification (apr 1984)
far 52.224-2, Privacy Act (apr 1984)
far 52.227-14, Rights In Data-general (may 2014)
far 52.227-17 , Rights In Data-special Works (dec 2007)
far 52.228-5, Insurance-work On A Government Installation (jan 1997)
cl-120, Supplemental Insurance Requirements far 52.232-18, Availability Of Funds (apr 1984)
far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984)
vaar 852.203-70, Commercial Advertising (may 2018)
vaar 852.204-70, Personal Identity Verification Of Contractor Personal (may 2020)
vaar 852.204-71, Information And Information Systems Security (feb 2023)
vaar 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018)
vaar 852.211-72, Technical Industry Standards (nov 2018)
vaar 852.211-76, Liquidated Damages-reimbursement For Data Breach Costs (feb 2023)
vaar 852.212-71, Gray Market And Counterfeit Items (feb 2023)
vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) Refer To Attachment 4: Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.237-74, Nondiscrimination In Service Delivery (oct 2019)
vaar 852.237-75, Key Personal (oct 2019)
vaar 852.239-70, Security Requirements For Information Technology Resources (feb 2023)
vaar 852.239-73, Information System Hosting, Operation, Maintenance, Or Use (feb 2023)
vaar 852.239-74, Security Controls Compliance Testing (feb 2023)
vaar 852.239-76, Information And Communication Technology Accessibility (feb 2023)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
vaar 852.246-71, Rejected Goods (oct 2018)
end Of Addendum To 52.212-4
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025) Refer To Attachment 5: Tailored 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services invoicing
the Contractor Will Submit Each Invoice Online, Including All Back-up Data, To Va S Electronic Invoice Presentment And Payment System. The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. Additional Information Can Be Found At Http://www.fsc.va.gov/einvoice.asp. protests
protests, As Defined In Section 33.101 Of The Federal Acquisition Regulation, That Are Filed Directly With An Agency, And Copies Of Any Protests That Are Filed With The Government Accountability Office (gao), Shall Be Served On The Contracting Officer (addressed As Follows) By Obtaining Written And Dated Acknowledgment Of Receipt From The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. The Copy Of Any Protest Shall Be Received In The Office Designated Above Within One Day Of Filing A Protest With The Gao. all Quoters Shall Submit The Following: Refer To Attachment 2: Tailored Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services when Preparing Offers/quotes In Response To This Solicitation Offerors Shall Refer To Far 52.212-1 (instructions To Offerors Commercial Items), Far 52.212-2 (evaluation-commercial Items) And Addendum Far Part 52.212-2. These Sections Contain Specific Instructions, Guidance, Format, And Exact Requirements For What Constitutes A Complete And Responsive Offer/quote. As Specified In These Sections An Incomplete And/or Non-responsive Offer/quote Shall Not Be Considered For A Contract Award By The Contracting Officer. all Quotes Shall Be Sent To The Contracting Officer At Stacy.massey@va.gov. evaluation
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Price And Other Factors Resulting In A Contracting Officer S Decision For The Quote That Is Most Favorable To The Government. Refer To Attachment 3: Tailored 52.212-2 Evaluation Commercial Products And Commercial Services. the Following Are The Decision Factors: technical Specifications And Compliance With Requirement
delivery Schedule, contractor Capability And Past Performance, veteran Involvement, And
price the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms And Conditions. The Government Reserves The Right To Select A Response That Provides Benefit To The Government That Exceeds The Minimum. The Government Is Not Required To Select A Response That Exceeds The Minimum. Responses May Exceed Requirements. Each Response Must At A Minimum Meet The Solicitation Requirement. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 5:00pm On April 23, 2025. Responses Should Be Sent To The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact
stacy Massey
contracting Officer
network Contracting Office 12
stacy.massey@va.gov
Province Of Cavite Tender
Electronics Equipment...+2Telecommunication Services, Electrical and Electronics
Philippines
Closing Date25 Mar 2025
Tender AmountPHP 2.2 Million (USD 38.8 K)
Details: Description 1. 20 Pcs. 5w Two Way Radio Walkie Talkie Specifications: Ultra Clear Sound Quality High Capacity Lithium-ion Battery 16 Channel Super Receive Strong Anti-interference The Cable Copy Signal Prompt High Quality Compact And Portable Design Lightweight And Easy To Carry Scanning Sound Dustproof Unit Cost: Php 523.00 Warranty: One (1) Year 2. 50 Pcs. Atx Casing With 550w Psu Specifications: Motherboard Support Atx, Micro-atx, Itx Cpu Cooler Max Height ≤ 155 Mm Gpu Max Length ≤ 300 Mm (with Front Fan) ≤ 325 Mm(without Front Fan) 2.5" 2 3.5”/2.5” Drive Mounts 2/3 (with Hdd Cage) 2/2 (without Hdd Cage)≤ 210 Mm Power Supply Max Length ≤ 165 Mm (with Hdd) ≤ 325 Mm (without Hdd) Unit Cost: Php 3,770.00 Warranty: One (1) Year 3. 26 Pcs. Cable Tie (black) Specifications: (black) 10 Cm 100pcs Unit Cost: Php 99.00 4. 20 Pcs. Clamps Zip Tie Mount Wire Specifications: 100pcs Self-adhesive Fixing Seat Clamps Zip Tie Mount Wire Wall Holder 2cm X 2cm Cable Tie Base Unit Cost: Php 75.00 5. 10 Pcs. Contact Cleaner 400ml Specifications: Cleans Precision Electronic Parts Degreases Removes Dirt & Flux Improves Electrical Conductivity Fast Drying Safe On Most Surfaces Low Toxicity Cfc Free Hcfc Free Non-flammable Propellant Unit Cost: Php 590.00 6. 5 Pcs. Dvi 18+ To Hdmi Cable Specifications: Dvi-d To Hdmi Cable Is Bi-directional And So Will Allow A Dvi-d Source To Connect To An Hdmi Tv Or From An Hdmi Source To A Dvi-d Equipped Display. The Dvi Plug Will Plug Into A Dvi-d Or Dvi-i Socket (not Dvi-a But That's Quite Rare). Hdmi Is Digital Only. Dvi Can Be Digital Or Analogue. This Cable Will Connect The Digital Of The Dvi To The Digital Hdmi. Unit Cost: Php 140.00 7. 5 Pcs. Digital Multimeter, Portable 6000 Counts Auto Specifications: This Digital Multimeter Is Designed To Offer Users Better Performance And A Higher Safety Rating. Do Not Input Voltage Exceeding 36v Or 25v Ac When You Are At The Measuring Current Setting. Features: 6000 Counts & Multi-function: Can Display 6000 Counts And Measure Ac/dc Voltage, Ac/dc Current, Resistance, Capacitance, Frequency, Duty Cycle, Diode, Continuity Testing And Temperature. Portable Design: There Is A Back Bracket For Supporting The Multimeter, And Also Can Collect Test Probe For Your Convenience. Wide Range Of Applications: It’s Perfect Home Tools For The Laboratory, Factories,radio Enthusiasts. Easy To Use & Clear To Read: Convenient To Use And Read In A Dark Environment. Auto Power Off:15 Minutes After The Rotary Switch Is Opened, The Meter Automatically Enters The Sleep State To Reduce Energy Consumption. Specification Number:zt102 Material: Abs Color: Gray&blue Sample Rate: 3 Times Per Second Display:6000 Counts Auto Range: Yes Ture Rms:yes Date Hold: Yes Low Voltage Indication: Yes Auto Power Off Unit Cost: Php 754.00 Warranty: One (1) Year 8. 16 Pcs. Docking Station Dual-bay Hard Drive 2.5/3.5 Specifications: Material: Abs Material Output: Usb3.0 Type-b Hdd Supported: 2.5/3.5 Inch Hdd And Ssd Data Cable: 1m Capacity: 8tb Power Supply: 12v2a Supported System: Windows / Mac / Linux Data Cable: 1m Dimension: 142*74.5*57.5mm Unit Cost: Php 985.00 Warranty: One (1) Year 9. 10 Pcs. Fingerprint Scanner Specifications: Pixel Resolution: 500dpi (native),1000dpi (interpolated) Scan Capture Area: 12.8 Mm X 16.5 Mm 8-bit Grayscale (256 Gray Levels) Reader Size (approximate): 72 Mm X 39 Mm X 21.7 Mm Ip64 Rated Usb 2.0 (high Speed) Unit Cost: Php 6,496.00 Warranty: One (1) Year 10. 2 Pcs. Fish Tape Reel Wire Cable Puller 50m Specifications: 3mm 10-50m Yellow Cable Puller Fish Shaped Tape Reel Glass Fiber Trilobal Wire Through Wall Wire Metal Wall Unit Cost: Php 760.00 11. 5 Pcs. Rtxtm 3050 6gb 1click Oc Ex Gddr6 * Specifications: Cuda Cores 2304 Boost Clock 1470 Mhz 1-click Oc Clock 1485 Mhz (via Xtreme Tuner Plus Software) Memory Specs Memory Speed 14 Gbps Standard Memory Config 6 Gb Memory Interface Width 96-bit Gddr6 Memory Bandwidth 168 Gb/sec Feature Support Pci-e 4.0 Os Support Windows 10/11 64-bit Fan Feature Number Of Fans 2 X 92mm Fan Stop At Idle Yes (all Fans) Display Support Displayport 1.4a Hdmi 2.1 Dvi-d Yes Dimensions With Bracket 224 X 133 X 44 Mm Without Bracket 209 X 118 X 41.5 Mm Unit Cost: Php 13,340.00 Warranty: One (1) Year * Or Its Equivalent 12. 11 Pcs. Hdmi 3mtrs Specifications: 8k Hdmi Cable Application:computer, Hdtv, Home Theater, Multimedia, Monitor, Projector Connector Type: Hdtv Conductor: Bare Copper, Gold Plated Length: 1m/3m/5m Resolution: 8k@60hz Material: Pvc + Pure Copper Unit Cost: Php 155.00 13. 2 Pcs. Hdmi 4k 60m Extender Wireless Specifications: 60 Meters Long Distance Hdmi & Vga-receiver 5ghz Wireless Transmission Wide Compatibility Hdmi Port Transmitter For: Laptop, Desktop, Ps5/4, Switch... Hdmi & Vga Port Receiver For: Projector, Monitor, Tv.. Point-to-point Connection One Transmitter To One Receiver, More Accurate And Smooth Transmission, More Convenient To Use 50 Meters Long Distance Transmission With 2 External High-performance Antennas Ensure Stable And Low-latency Transmission Over A Distance Of 60 Meters, Making It Easier For You To Work Or Teach At A Distance 5ghz Wireless Transmission Adopt 5g Transmission Protocol, Signal Enhancement, More Smooth And Stable In The Process Of Video Screen Projection And Screen Projection, Say Goodbye To Problems Such As Freeze, Delay, Screen Splash, Etc Multi-interface Design Hdmi & Vga Dual Video Interface 3.5mm Audio Interface, Support External Audio Devices 2 Display Modes Available Mirror Mode: Show The Same Pictures On A Big Screen Extended Mode: Show Different Pictures, Working & Entertainment At The Same Time Unit Cost: Php 6,048.00 Warranty: One (1) Year 14. 16 Pcs. Internal Desktop Hard Disk Drive 1tb Sata 3.5 Specifications: Interface Sata 6gb/s Sata Transfer Rates Supported (gb/s) 6.0/3.0/1.5 Max Sustained Data Rate, Od Read (mb/s) 210mb/s Cache, Multisequence (mb) 64mb Rotational Speed (rpm) 7200rpm Recording Technology Cmr Unit Cost: Php 3,364.00 Warranty: One (1) Year 15. 30 Pcs. Keyboard/ Mouse Combo (wired) Usb Specifications: Keyboard Kk-3 Keycaps Traditional Hotkeys 12 Fn Multimedia Hotkeys Character Laser Engraving Splash Proof Yes Adjustable Keyboard Legs Yes Rating 5 V / 100 Ma Cable Length 150 Cm Hardware Connectivity Usb Illuminated No Mouseop-330 / Op-330s Type Wired Ergonomic Design Symmetric Sensor Optical Resolution 1200 Dpi Buttons No 3 Port Usb Cable Length 150 Cm System Requirements Windows 7 / 8 / 8.1 / 10 Unit Cost: Php 696.00 Warranty: One (1) Year 16. 30 Pcs. Keyboard (wired) Usb Specifications: Keyboard Krs-83 Keycaps A-shape, Round Edge Hotkeys 12 Fn Multimedia Hotkeys Character Laser Engraving Splash Proof Yes Adjustable Keyboard Legs Yes Rating 5 V / 30 Ma Dimension449 × 150 × 23 Mm Weight 510 G Cable Length 150 Cm Hardware Connectivity Usb Illuminated No System Requirements Windows Xp / Vista / 7 / 8 / 8.1 / 10 Unit Cost: Php 472.00 Warranty: One (1) Year 17. 5 Pcs. Lan Network Lcd Phone Telephone Wire Tracker Specifications: 1. Three Scan Modes: Normal Mode, Poe Mode, High Power Mode. 2. Testing Open, Short, Cross, And Split Pair For Rj11 Rj45 Bnc Cable. 3. Using Tdr Theory To Measure Cable Length And Provide Distance Of The Fault Information. 4. Measuring The Length Of Network Cables, Telephone Cables, Bnc Coaxial Cables, And Other Multi-core Cables (such As Power Cables, Power Cables, Etc.) 5. Port Blink Function: Port Blink For Locating Network Port By The Flashing Port Light On Hub/switch. 6. Scan Function: Finding The Targeted Cable Among Unknown Cables Also Roughly Locate Short Position By Tone. 7. Ping Function: To Test Network Performance, Data Packet, Min &max Time. 8. Poe Function: To Identify Which Pins Are Providing Power And Also Detect How Much Voltage. 9. Carry Out Crosstalk Test On The Network Cable To Solve The Potential Failure Of Slow Internet Access. 10. Receiver Can Also Be Used To Detect Ac Voltage Presence. 11. Tf Card Function: Import And Export Data From Computer(50 Sets Txt Format) 12. Lighting Function, Convenient To Work In Dark Environment. 13. Rechargeable Lithium Battery For Long-time Work. Adjustable Auto-off Time. 14. Set Function: Set Up Backlight/ Backlight Time/ Auto-off Time/ Export Record/ Delete Record/ System Information(version No.) Etc. Unit Cost: Php 6,610.00 Warranty: One (1) Year 18. 16 Pcs. M.2 Pcle Nvme Sata Ssd Hard Disk Enclosure With Rubber Cover Specifications: 10gbps Usb C 3.2 Gen2, Thunderbolt 3 Compatible, Nvme Ssd Enclosure Supports M And B&m Keys 2280/2230/ 2242/2260 Ssds Unit Cost: Php 1,218.00 Warranty: One (1) Year 19. 16 Pcs. Memmory Ddr4 16gb 3200 Mhz With Heatsink Specifications: Internal Memory: 16gb Internal Memory Type: Ddr4 Clock Memory Speed: 3200 Mhz Component For: Pc / Server Memory Factor Form: 288-pin Dimm Memory Design (modules X Size): 1 X 4 Gb Cas Latency: 15 Memory Voltage: 1.2 V Lead Plate: Gold Module Configuration: 512m X 64 Row Cycle Time: 45 Ns Row Cycle Update Time: 260 Ns Active Time In Line: 29,125 Ns Spd Profile: Yes Intel® Extreme Memory Profile (xmp): Yes Memory Type: Pc-19200 Memory Without Buffer: Yes Compatible Chipset: Intel X99 Memory Rating: 1 Unit Cost: Php 2,088.00 Warranty: One (1) Year 20. 47 Pcs. Memmory Ddr4 8gb 3200 Mhz With Heatsink Specifications: Internal Memory: 8gb Internal Memory Type: Ddr4 Clock Memory Speed: 3200 Mhz Component For: Pc / Server Memory Factor Form: 288-pin Dimm Memory Design (modules X Size): 1 X 4 Gb Cas Latency: 15 Memory Voltage: 1.2 V Lead Plate: Gold Module Configuration: 512m X 64 Row Cycle Time: 45 Ns Row Cycle Update Time: 260 Ns Active Time In Line: 29,125 Ns Spd Profile: Yes Intel® Extreme Memory Profile (xmp): Yes Memory Type: Pc-19200 Memory Without Buffer: Yes Compatible Chipset: Intel X99 Memory Rating: 1 Unit Cost: Php 1,276.00 Warranty: One (1) Year 21. 50 Pcs. Monitor 1080p 70hz 24"~24 Ips Panel Hdmi Vga Specifications: Screen Size (class) 24 Flat / Curved Flat Active Display Size (hxv) (mm) 527.04 X 296.46 Aspect Ratio 16:9 Panel Type Ips Brightness (typical) 250 Cd/㎡ Brightness (min) 200 Cd/㎡ Contrast Ratio Static 1000:1 (typical) Resolution 1,920 X 1,080 Response Time 4 (gtg) Viewing Angle (h/v) 178°/178° Colour Support Max 16.7m Colour Gamut (ntsc 1976) 72% (cie 1931) Srgb Coverage 0.95 Refresh Rate Max 100hz Eco Saving Plus Yes Eye Saver Mode Yes Flicker Free Yes Game Mode Yes Image Size Yes Windows Certification Windows 10 Freesync Yes Auto Source Switch Yes Display Port 1 Ea Display Port Version 1.2 Hdcp Version (dp) 1.2 Display Port Out Version No Hdmi 1 Ea Hdmi Version 1.4 Hdcp Version (hdmi) 1.4 Usb Hub Version No Usb-c Charging Power No Temperature 0 ~ 40 ℃ Humidity 10~80, Non-condensing Front Colour Black Rear Colour Black Stand Colour Black Stand Type Simple Tilt -2.0°(±2.0°)~22.0°(±2.0°) Wall Mount 75.0 X 75.0 Recycled Plastic Yes Power Supply Ac100~240v Power Consumption (max) 25w Type External Adaptor Set Dimension With Stand (wxhxd) 539.5 X 422.4 X 253.5 Mm Set Dimension Without Stand (wxhxd) 539.5 X 320.7 X 53.8 Mm Package Dimension (wxhxd) 670.0 X 156.0 X 390.0 Mm Set Weight With Stand 2.9 Kg Set Weight Without Stand 2.5 Kg Package Weight 4.9 Kg Power Cable Length 1.5 M Hdmi Cable Yes Unit Cost: Php 6,380.00 Warranty: One (1) Year 22. 45 Pcs. Motherboard H610m-h/v3 Specifications: Socket Lga1700 Cpu Support 14th, 13th, And 12th Generation Intel® Core™, Pentium® Gold, And Celeron® Processors Chipset Intel® H610 Express Chipset Memory Ddr4 3200/3000/2933/2666/2400/2133 Mt/s Max Memory 64 Gb (32 Gb Single Dimm Capacity) Memory Channels Dual Channel Graphics Intel® Hd Graphics Video Outputs 1 X D-sub Port (1920x1200@60 Hz), 1 X Hdmi Port (4096x2160@60 Hz) Audio Realtek® Audio Codec, High Definition Audio, 2/4/5.1/7.1-channel Lan Realtek® Gbe Lan Chip (1 Gbps/100 Gbps/10 Mbps) Expansion Slots Cpu: 1 X Pcie 4.0 X16 Slot, Chipset: 1 X Pcie 3.0 X1 Slot Storage 1 X M.2 Connector (socket 3, M Key, Type 2280/2260 Pcie 3.0 X4/x2 Ssd Support), 4 X Sata 6gb/s Connectors Usb Chipset: 4 X Usb 3.2 Gen 1 Ports, 4 X Usb 2.0/1.1 Ports Internal Connectors Various Headers For Power, Fans, M.2, Sata, Usb, Rgb, Audio, Etc. Back Panel Connectors Ps/2 Keyboard/mouse Port, D-sub Port, Hdmi Port, Usb Ports, Rj-45 Port, Audio Jacks I/o Controller Ite® I/o Controller Chip Bios 128 Mbit Flash, Ami Uefi Bios Unique Features Support For App Center, @bios, Easytune, Smart Backup, System Information Viewer, Q-flash Bundled Software Norton® Internet Security (oem Version), Lan Bandwidth Management Software Operating System Windows 11 64-bit, Windows 10 64-bit Form Factor Micro Atx; 22.3cm X 19.3cm Unit Cost: Php 5,278.00 Warranty: One (1) Year 23. 2 Pcs. Otdr Reflectometer 9-function Specifications: 9 Functions In 1 Device 1 Otdr 2 Event Map (similar To Exfo Ilom) 3 Optical Light Source 4 Optical Power Meter 5 Visual Fault Locator 6 Rj45 Ethernet Cable Sequence 7 Ethernet Cable Distance 8 Ethernet Cable Tracker 9 Led Light Cleaning Pen 2.5mm(sc/fc/ste2000) 1.12mm(lc/mu) Unit Cost: Php 12,296.00 Warranty: One (1) Year 24. 16 Pcs. Pass Through Crimping Tool 9 In 1 Specifications: Pass Through Crimping Tool 9 In 1 Pass Through Ethernet Crimper(/rj45/rj12/rj11) × 1pc , Punch Down Tool × 1pc, Stripping Tool × 2pc, Flush Cutter× 1pc; Hook And Loop Cable Management Strap(black) × 1pc; 50u Gold Plating Cat6 Rj45 Plug × 10pc; Rj45 Boots × 10pc; Replaceable Extra Blade For Network Crimper × 2pc; Eva Waterproof, Chemincal Resistant Bag × 1pc Unit Cost: Php 1,288.00 25. 16 Pcs. Plier Set 3pcs Specifications: 1pc 8" Combination Pliers 1pc 6" Long Nose Pliers 1pc 6" Diagonal Cutting Pliers Cr-v, Black Finish Two-component Plastic Handle Packing: Double Blister Unit Cost: Php 893.00 26. 30 Pcs. Power Supply 500watts 80+ Specifications: Dc Output: 500w Power Density: 277w Per Liter Load Range: +3.3v +5v +12v +5vsb -12v (amps): 18a 17a 38a 2.5a 0.3a Peak (amps): (amps): 0a 0a 0a 0a 0a Range (%): ±5% ±5% ±5% ±5% ±10% Line Reg.(%): ±1% ±1% ±1% ±1% ±1% Ripple(mvp-p): 50mv 50mv 120mv 50mv 120mv Combined +3.3v & +5v: 110w Combined +12v: 456w Input Voltage: 180 ~ 264vrms Input Frequency Range: 47hz ~ 63hz Pfc : Active Pfc.(pf>0.9 At Full Load) Efficiency: 82%~85% @ 20% ~ 100% Loading Mtbf: 100,000 Hours Operating Temperature: 0°c ~ 40°c Protection: Over Power Protection Over Voltage Protection Short Circuit Protection Connectors 1 X 24 / 20-pin Motherboard Connector(500mm) 1 X 8 / 4-pin Eps / Atx 12v Connector(750mm) 2 X 8 / 6-pin Pcie Connector("500mm / 150mm") 2 X Sata Connector And 1 X 4-pin Peripheral Connector And 1 X 4-pin Floppy Connector (500mm / 150mm / 150mm / 150mm) 2 X Sata Connector And 2 X 4-pin Peripheral Connector(500mm / 150mm / 150mm / 150mm) Cooling System: Silent 120mm Fan Noise Level : 18 Dba Minimum Dimension: 150 Mm (w) X 86 Mm (h) X 140 Mm (d): 5.91" (w) X 3.39" (h) X 5.51" (d) Weight: 1.31kg Certification: 80 Plus Other: Gpu Support List Compatible With Atx12v V2.4 Features: High Efficiency With 80 Plus Certifications 24/7 Continuous Power Output With 40℃ Operating Temperature Class-leading Single +12v Rail Active Pfc Circuitry Pci-e 8pin And Pci-e 6pin Connector Support Silent Running 120mm Fan With 18dbap Powerful Single +12 Rail Design, Perfect For The Future High-end Component Upgrades Or Overclocking Unit Cost: Php 2,378.00 Warranty: One (1) Year 27. 16 Pcs. Precision Screwdriver 115 In 1 Screwdriver Set Specifications: 115 In 1 For A Wide Range Of Applications (computer, Smartphone, Laptops, Xbox, Tablets, Camera, Toy) Anti-silp Handle In Silicone Quality And Ergonomic Design. Made Of Chrome Vanadium Steel, Which Are Not Easy To Break And Are Durable. Reasonable Package Design, Easy To Use And Carry. 90 X Bits Unit Cost: Php 288.00 28. 45 Pcs. Processor 4 Cores 8 Threads With Cpu Fan Specifications: Vertical Segment Desktop Processor Number I3-14100 Lithography 7 Use Conditions Pc/client/tablet Cpu Specifications Total Cores 4 # Of Performance-cores 4 # Of Efficient-cores 0 Total Threads 8 Max Turbo Frequency 4.7 Ghz Performance-core Max Turbo Frequency 4.7 Ghz Performance-core Base Frequency 3.5 Ghz Cache 12 Mb Intel® Smart Cache Total L2 Cache 5 Mb Processor Base Power 60 W Maximum Turbo Power 110 W Unit Cost: Php 8,642.00 Warranty: One (1) Year 29. 20 Pcs. Rj45 Pass Through (100pcs/box) Specifications: Rj45 Cat5e Shielded 50 Micron Gold Plating 100pcs Works With Most Rj45 Crimp Tools Used For Computer Networking Unit Cost: Php 290.00 30. 45 Pcs. Solid State Drive 512gb 2.5" Sata Specifications: Capacity 512gb Form Factor 2.5" Nand Flash 34 Nand Dimensions (l X W X H) 100.45 X 69.85 X 7mm / 3.95 X 2.75 X 0.27inch Weight 59.5g / 2.1oz Interface Sata 6gb/s Sequential Read (max*) Up To 520mb/s Sequential Write (max*) Up To 450mb/s Operating Temperature 0°c - 70°c Storage Temperature -40°c - 85°c Shock Resistance 1500g / 0.5ms Mtbf 2,000,000 Hours Terabytes Written (tbw)(max Capacity*) 600tb Unit Cost: Php 1,972.00 Warranty: One (1) Year 31. 50 Pcs. Solid State Drive 512gb M.2 Nvme 2280 Specifications: Capacity 512gb Form Factor M.2 2280 Nand Flash 3d Nand Controller Rts5766dl Dimensions (l X W X H) - 80 X 22 X 3.13mm / 3.15 X 0.87 X 0.13 Inch (with Heat Sink) - 80 X 22 X 2.15mm / 3.15 X 0.87 X 0.09 Inch (without Heat Sink) Weight - 9g / 0.32oz (with Heat Sink) - 6.2g / 0.22oz (without Heat Sink) Interface Pcie Gen3 X4 Sequential Read (max) Up To 2,400mb/s* Sequential Write (max) Up To 1,800mb/s* 4kb Random Read Iops (max) Up To 200k* 4kb Random Write Iops (max) Up To 150k* Operating Temperature 0°c - 70°c Storage Temperature -40°c - 85°c Shock Resistance 1500g/0.5ms Mtbf 1,500,000 Hours Terabytes Written (tbw) 520tb** Unit Cost: Php 2,320.00 Warranty: One (1) Year 32. 1 Pcs. Speaker With Mic Specifications: 2-way Active Speaker Usb/sd/bt/tws/fm Guitar & Wired Mic Input Dc 12v Input Feedback Reducer Rechargeable Battery 2 Wireless Microphone 450w Unit Cost: Php 11,019.00 Warranty: One (1) Year 33. 2 Pcs. Tool Set Fiber Optical Specifications: Tool Kit Opm(rechargeable) 15mw(rechargeable) Fiber Clever Leather Wire Stripper #port Fiber Stripper Forceps Aramid Scissors Anti Falling Bag Vfl Accessory Fixed Length Device Alchohol Bottle Wrench Unit Cost: Php 2,436.00 34. 16 Pcs. Tool Storage Bag Specifications: Nam Portable Tool Kit Material High-density Oxford Cloth Siz 16 Inch(36*18*25cm) Colo Grey 6 Pocket Unit Cost: Php 254.00 35. 40 Pcs. Uninterrupted Power Supply (ups) 650va 230v Specifications: Output Max Configurable Power (watts) 375 Watts / 650va Output Frequency (sync To Mains) 50/60 Hz +/- 1 Hz Unsynchronised Topology Line Interactive Waveform Type Stepped Approximation To A Sinewave Transfer Time 6 Ms Typical : 10 Ms Maximum Input Input Frequency 50/60 Hz +/- 5 Hz Auto-sensing Input Voltage Range For Main Operations 170 - 280v Number Of Power Cords 1 Batteries & Runtime Battery Type Lead-acid Battery Typical Recharge Time 8 Hour(s) Nominal Battery Voltage 12 V Expected Battery Life 3 - 5 Communications & Management Control Panel Led Status Display With On Line : On Battery Audible Alarm Alarm When On Battery : Distinctive Low Battery Alarm Surge Protection And Filtering Surge Energy Rating 156joules Physical Maximum Height 93mm, 9.25cm Maximum Width 161mm, 16.05cm Maximum Depth 305mm, 30.5cm Net Weight 4.5kg Color Black Unit Cost: Php 4,444.00 Warranty: One (1) Year 36. 60 Pcs. Ups Battery 12v, 7.2ah Specifications: Ups Battery Heavier Build Thicker And Better Terminals Flame Retardant Voltage: 12 Volts Capacity: 7.2 Ampere Valve Regulated Sealed Lead-acid Battery Unit Cost: Php 1,159.00 37. 2 Pcs. Utp Cable Cat5e (305/box) Specifications: Number Of Pairs: 4 Total Number Of Conductors: 8 Awg: 24 Stranding: Solid Conductor Material: Bc - Bare Copper Insulation Material: Po - Polyolefin Outer Shield Material: Unshielded Outer Jacket Material: Pvc - Polyvinyl Chloride Plenum (y/n): N Plenum Number: Bl-1585a Tested To 100mhz And Meets Or Exceeds The Tia/eia 568a Standard And Is Third Party Party Verified.24 Awg Solid Bare Copper, 4 Twisted Pairs, Jacket Sequentially Marked At Two Foot Intervals.suitable Applications: Premise Horizontal Cable,gigabit Ethernet,100basetx,100basevg Anylan,155atm,622atm,ntsc/pal Component Or Composite Video,aes/ebu Digital Video,rs-422. Cat5e (200mhz), 4-pair, U/utp-unshielded, Riser-cmr, Premise Horizontal Cable, 24 Awg Solid Bare Copper Conductors, Polyolefin Insulation, Ripcord, Pvc Jacket. Unit Cost: Php 8,815.00 38. 20 Pcs. Vga To Hdmi Adapter Specifications: Product: Vga To Hd Adapter With Audio Usb Cable Color: Black Conductor: High Purity Copper Packing: Polybag Connector: Nickel Plated Type: Vga Male/hd Female/usb/3.5mm Audio Port Shielding: Aluminum Foil Jacket: Pvc Input Signal: Vga Signal + Audio Output Signal: Standard Hd Signal Supports Vga Formats: Vga, Xga, Svga, Sxga And Uga Supports Audio Format: Analog Stereo 2.1ch Hdmi Signal: Supports 1080p At 60hz Supports Hdcp 1.2 Version Easy Install, Does Not Need Software Support, Plug-and-play Aluminum Enclosure: Black, Simple, And Elegant Unit Cost: Php 255.00 39. 15 Pcs. Web Cam Full Hd 1080p Specifications: Full Hd 1080p, 1920*1080 Pixels | Full Hd Glass Lens | 70 Degrees | Fixed Focus | 60cm And Beyond | Digital Hd Omni-directional Mic | Color Black Unit Cost: Php 1,218.00 Warranty: One (1) Year 40. 20 Pcs. Wireless Device Dual 2.4ghz/ 5ghz Specifications: Interface Usb 2.0 Dimensions 15 X 7.1 X 18.6 Mm Antenna Type Omni Directional Wireless Features Wireless Standards Ieee 802.11ac, Ieee 802.11a, Ieee 802.11n, Ieee 802.11g, Ieee 802.11b Frequency 5ghz, 2.4ghz Signal Rate 5ghz 11ac: Up To 433mbps(dynamic) 11n: Up To 150mbps(dynamic) 11a: Up To 54mbps(dynamic) 2.4ghz 11n: Up To 200mbps(dynamic) 11g: Up To 54mbps(dynamic) 11b: Up To 11mbps(dynamic) Reception Sensitivity See Provided Dbm Values For Different Modes And Frequencies Transmit Power <20dbm (eirp) Wireless Modes Ad-hoc / Infrastructure Mode Wireless Security Support 64/128 Bit Wep, Wpa-psk/wpa2-psk, 802.1x Modulation Technology Dbpsk, Dqpsk, Cck, Ofdm, 16-qam, 64-qam, 256-qam Others Certification Ce, Fcc, Rohs Package Contents Ac600 Nano Wireless Usb Adapter Archer T2u Nano Resource Cd Quick Installation Guide System Requirements Windows 10/8.1/8/7/xp (32/64bits), Mac Os X 10.9-10.13 Unit Cost: Php 580.00 Warranty: One (1) Year Note: Bidder Shall Bid For The Entire Lot. Bid For Selected Lot Only Will Be Disqualified. Invitation To Bid For This Project Is Also Posted At Www.cavite.gov.ph
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date26 Mar 2025
Tender AmountUSD 282.1 K This is an estimated amount, exact amount may vary.
Details: Requirements For Pcr Testing - Microbiology
pathology And Laboratory Medicine Service Wpb Vahcs introduction: the Microbiology Department Of The Pathology And Laboratory Service Within The Wpb Vahcs Needs A Lease/reagent Rental (cost Per Kit/test) Agreement To Cover Equipment, Service Calls (including Routine Maintenance Beyond Manufacturer Recommended User Maintenance), Reagents And Consumables. Testing Is For Real-time Pcr Nucleic Acid Analysis To Rapidly Detect (at The Minimum): Clostridium Difficile Including The Epidemic 027 Strain From Stool (cdt), Methicillin Resistant Staphylococcus Aureus (mrsa) From Nasal Swabs, Sars-cov-2, Flu A&b/rsv Virus And Chlamydia Trachomatis (ct)/neisseria Gonorrhoeae (ng) From Male And Female Urine, Vaginal Or Endocervical Swabs. The Contract Shall Be For Six (6) Month Base And Up To Four (4) Option Years. ii.scope Of Procurement: vendor Shall Provide The Test Menu Listed On The Fss. Annual Test Volumes Provided With This Contract Are Based Upon Prior History And Are Not A Guaranteed Minimum. If At Any Time During The Contract Period, Tests Are Not Available On This List, The Vendor Shall Reimburse The Wpb Vamc Any Additional Costs Associated With The Procurement Of Another Source Of Test Performance. testing Required In This Contract For The Wpb Vamc Are Listed Below:
cdiff- Clostridium Difficile
mrsa- Methicillin Resistant Staphylococcus Aureus
ct/ng
sars-cov-2/flua&b/rsv the Wpb Vamc Facility Runs Approximately 7500 Test Per Year. Estimated Annual Test Kit Volumes Are Listed Below:
gxcdiff/epi-10 6
gxmrsa-nxg-10 120
ct/ng,gx,ivd 115
sars-cov2/flua&b/rsv 575
collection Swab Kit 24
urine Collection Kit 24 period Of Performance: 6 Month Base: 1 April 2025 30 September 2025
option Year 1: 1 October 2025 30 September 2026
option Year 2: 1 October 2026 30 September 2027
option Year 3: 1 October 2027 30 September 2028
option Year 4: 1 October 2028 30 September 2029 iv. Testing Menu Requirement: vendor Shall Provide The Test Menu Listed On The Fss. Annual Test Volumes Provided With This Contract Are Based Upon Prior History And Are Not A Guaranteed Minimum. If At Any Time During The Contract Period, Tests Are Not Available On This List, The Vendor Shall Reimburse The Wpb Vamc Any Additional Costs Associated With The Procurement Of Another Source Of Test Performance. vi Maintenance And Service 1. Business Hours Service Provided For Length Of Contract. All Service, Repair And Maintenance (other Than User Performed Maintenance) Will Be Performed By The Contractor With No Additional Expense To The Government (service Cost Included In Cprr). Vendor Service Must Be Available Within 2 Hours Of Notification By Customer During Business Hours. Vendor Will Ensure That Maintenance Is Scheduled With Customer In Advance Of Arrival On Site. Vendor To Provide Hazardous Waste Determination With Proposal. The Hazardous Waste Determination Is A Procedure Used To Determine Whether The By-products Of An Analytical Process Are Characterized As A Hazardous Waste. This Information To Be Provided Based On The Estimated Workload As Noted Above. vii. Information Security va Handbook 6500.6, Appendix B.doc va Acquisition Regulation Solicitation Provision And Contract Clause note: This Clause Will Undergo Official Rule Making By The Office Of Acquisitions And Logistics. The Below Language Will Be Submitted For Public Review Through The Federal Register. The Final Wording Of The Clause May Be Changed From What Is Outlined Below Based On Public Review And Comment. Once Approved, The Final Language In The Clause Can Be Obtained From The Office Of Acquisitions And Logistics Programs And Policy. 1. Subpart 839.2 Information And Information Technology Securityrequirements 839.201 Contract Clause For Information And Information Technology Security: a. Due To The Threat Of Data Breach, Compromise Or Loss Of Information That Resides O Neither Va-owned Or Contractor-owned Systems, And To Comply With Federal Laws And Regulations, Va Has Developed An Information And Information Technology Security Clause To Be Used When Va Sensitive Information Is Accessed, Used, Stored, Generated, Transmitted, Or Exchanged By And Between Va And A Contractor, Subcontractor Or A Third Party In Any Format(e.g., Paper, Microfiche, Electronic Or Magnetic Portable Media).
b. In Solicitations And Contracts Where Va Sensitive Information Or Information Technology Will Be Accessed Or Utilized, The Co Shall Insert The Clause Found At 852.273-75, Security Requirements For Unclassified Information Technology Resources. 2. 852.273-75 - Security Requirements For Unclassified Information
technology Resources (interim- October 2008) as Prescribed In 839.201, Insert The Following Clause:
the Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract. (end Of Clause) va Handbook 6500.6, Appendix C .doc va Information And Information System Security/privacy Language For Inclusion Into Contracts, As Appropriate general contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. access To Va Information And Va Information Systems a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. custom Software Development And Outsourced Operations Must Be In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor.
the Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. va Information Custodial Language contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. 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. a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct Onsite Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Follow 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 During 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 Enough Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. if A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated, And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. the Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. the Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above-mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. for Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr. records Management Contract Language the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Electronic Information Systems (eis) Procurement Contract: 1. Citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. 2. Contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. 3. Contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. 4. Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. 5. Contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. 6. The Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. 7. The Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. 8. Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. 9. No Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. 10. Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. information System Design And Development information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cotr, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. the Contractor/subcontractor Shall Certify To The Cotr That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. the Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default Program Files Directory And Silently Install And Uninstall. applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. the Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle.
the Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. the Contractor/subcontractor Agrees To: Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: (a) The Systems Of Records (sor); And (b) The Design, Development, Or Operation Work That The Contractor/subcontractor Is To Perform; Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. in The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is An Employee Of The Agency. Operation Of A System Of Records Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. Record Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical history, And Criminal Or Employment History And Contains The Person S Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. System Of Records Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Assigned To The Individual. 7 the Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As Systems ), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. the Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 2 Days. when The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 5 Days. all Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. information System Hosting, Operation, Maintenance, Or Use for Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerability Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cotr And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va S Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor S Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government-owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. the Contractor/subcontractor S System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va S Poa&m Management Process. The Contractor/subcontractor Must Use Va S Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re-authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. the Contractor/subcontractor Must Conduct An Annual Self-assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cotr. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. va Prohibits The Installation And Use Of Personally Owned Or Contractor/subcontractor-owned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va-approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: Vendor Must Accept The System Without The Drive; Va S Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; The Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And Any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract. A Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed.â The Iso Needs To Maintain The Documentation. security Incident Investigation the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The 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: Nature Of The Event (loss, Theft, Unauthorized Access); 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 Considering 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 Compliance Testing on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All 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. training all Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] the Contractor Shall Provide To The Contracting Officer And/or The 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. 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 The Training And Documents Are Complete.
Province Of Iloilo Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date24 Jun 2025
Tender AmountPHP 95 K (USD 1.6 K)
Details: Description Price Schedule / Bid Tender Name Of Bidder: _____________________________________________ Bid No.: Spo-25-728-b Complete Bid Partial Bid 1 2 3 4 5 6 7 8 9 10 11 12 Item Description Quantity Unit Estimated Unit Cost Brand Name (indicate Model Number If Equipment) (indicate N/a If No Brand) Unit Price Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Unit Price (col 7+8+9+10) Total Price Delivered Final Destination (col 11) X (col 3) 1 Digital Copier 1 Unit 95,000.00 Abc: Ninety Five Thousand Pesos (₱95,000.00) _______________________________________________ Name Of Establishment ______________________________________________ Signature Over Printed Name Of Proprietor Or Authorized Representative Bids And Awards Committee Iloilo Provincial Government Procurement Of Digital Copier Bid No. Spo-25-728-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………… Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 7 7. Subcontracts ……………………………………………………………………… 7 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 9 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………16 Section Viii. Checklist Of Technical And Financial Documents …………..18 Section 1. Invitation To Bid Purchase Of Digital Copier Bid No. Spo-25-728-b The Iloilo Provincial Government Through The Capital Outlay (office Equipment)2022 Intends To Apply The Sum Of Ninety Five Thousand Pesos (₱95,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Digital Copier. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (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). 2. 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. 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. 3. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 3, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (₱500.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Iloilo Provincial Government Will Hold A Pre-bid Conference On June 10, 2025 And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, New Capitol Iloilo Provincial Capitol, Bids And Awards Committee On Or Before June 24, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On June 24, 2025 At 9:01 A.m. At The 5th Floor, New Capitol Iloilo Provincial Capitol, Bids And Awards Committee. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 10. The Iloilo Provincial Government 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 Sections35.6 And 41 Of The2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 12. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com May 23, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Procurement Of Digital Copier With Bid No. Spo-25-728-b The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Capital Outlay (office Equipment) 2022 In The Amount Of Ninety Five Thousand Pesos (₱95,000.00). 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp[hon. June S. Mondejar] Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Office Of Hon. June S. Mondejar 6th Floor, Iloilo Provincial Capitol. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Digital Copier 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 _________________ Signa Section Vii. Technical Specifications Bid No.: Spo-25-728-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Digital Copier Copier, Printer And Scanner, Minimum A3 (11’’x17”) Printing And Scanning Area, Minimum. Warm Up Time: 19 Seconds Or Less First Output Speed: 6.5 Seconds Or Less Multiple Copying: 999 Copies, Minimum Resolution: 600 Dpi Or Higher Continuous Output Speed: 27 Copies Per Minute, Minimum Memory: 512mb Standard Memory, Minimum Paper Bypass Tray Capacity: 100 Sheets, Minimum Back To Back Copying And Printing, Minimum Paper Weight: 52-216g/m², Minimum With Automatic Reverse Document Feader,minimum With Metal Stand, Minimum Lan Ready, Minimum Sorting, Minimum Accessories: 1 Crg, Toner, 1 Unit Machine Cabinet, Minimum Terms & Conditions: 1.one (1) Year Limited Warranty On Parts 2. Lifetime Free Service 3. Free Monthly Check-up 4.free Basic Operators Training 5. Free Delivery & Installation 6. No Service Charge 7. No Transportation Free Charge _________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
2631-2640 of 2655 archived Tenders