Scanning Tenders
City Of General Santos , South Cotabato Tender
Others...+2Security and Emergency Services, Electrical and Electronics
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 115 Million (USD 2 Million)
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Traffic Signalization And Cctv Synchronization Program, City Wide, General Santos City (additional) A) Traffic Local Controller 1 Lot @ Php2,501,119.76 1 Pc. Basic Controller 19" 24/40 @ Php996,446.95 1 Pc. 3g & Gps Antenna @ Php26,981.91 1 Pc. 3g 4di/4du With Gps @ Php110,406.81 2 Pcs. Lamp Connection Cable @php32,351.65 = Php64,703.30 4 Pcs. Signal Group Gp 9 @ Php102,154.31 = Php408,617.24 1 Pc. I/o 24 Input @ Php109,480.10 1 Pc. Controller Cabinet @ Php715,035.11 1 Pc. Power Supply 24 V @ Php69,448.34 B) Traffic Signal Head, Led Type Location [1 New Intersection, Upgrading Of Existing 11 Intersections] 1 Lot @ Php27,226,066.64 44 Set 300mm 3 Aspect Ball @ Php126,737.62 = Php5,576,455.28 33 Set 300mm 3 Aspect Arrow @ Php132,784.48 = Php4,381,887.84 46 Set 200mm 3 Aspect Ball @ Php109,456.08 = Php5,034,979.68 37 Set 200mm 3 Aspect Arrow @ Php118,942,44 = Php4,400,870.28 84 Set 300mm Pedestrian Lantern @php93,236.59 = Php7,831,873.56 C) Traffic Sensor And Monitoring Camera 1 Lot @ Php2,506,626.33 1 Pc. Traffic Sensor/monitoring Pole 12m High With Extension Arm Treaded Sensor Bracket @ Php169,050,72 1 Pc. Detection System Processor Hw And Accessories @ Php1,387,657.71 1 Pc. Detection Processor Sw (license) @ Php515,428.25 1 Pc. Fish Eye Camera Sensor @ Php434,489.65 D) Other Monitoring Camera 1 Lot @ Php13,067,828.87 21 Pcs. Ptz Camera @ Php70,712.64 = Php1,484,965.44 21 Pcs. Ptz Camera Bracket @ Php2,000.00 = Php42,000.00 18 Pcs. Anpr Camera @ Php209,528.74 = Php3,771,517.32 18 Pcs. Anpr Camera Bracket @ Php2,500.00 = Php45,000.00 35 Pcs. Face Recognition Camera @ Php146,064.45 = Php5,112,255.75 35 Pcs. Face Recognition Camera Bracket @ Php2,000.00 = Php70,000.00 18 Pcs. White Strobe Lamp @ Php33,081.66 = Php595,469.88 21 Pcs. Ptz Video License @ Php22,164.52 = Php465,454.92 18 Pcs. Anpr License @ Php27,946.52 = Php503,037.36 35 Pcs. Fr Video License @ Php27,946.52 = Php978,128.20 E) Traffic Signal Control Cable (old Existing Traffic Light Locations With Mccain And Peek Controllers) 1 Lot @ Php8,554,874.00 1,800 M. Signal Cable 29c @ Php2,631.55 = Php4,736,790.00 700 M. Signal Cable 19c @ Php1,766.02 = Php1,236,214.00 1,000 M. Signal Cable 12c @ Php1,147.78 = Php1,147,780.00 250 M. Signal Cable 8c @ Php860.16 = Php215,040.00 2,200 M. Signal Cable 4c @ Php430.08 = Php946,176.00 400 M. Signal Cable 3c @ Php397.81 = Php159,124.00 115,000,000.00 Page 2 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 364 M. Signal Cable 2c @ Php312.50 = Php113,750.00 F) Accessories 1 Lot @ Php2,511,044.60 33 Box Mounting Strap (3/4" Ss) @ Php20,160.20 = Php665,286.60 19 Box Buckle (3/4" Ss) @ Php20,160.20 = Php383,043.80 97 Pcs. Rubber Tape @ Php170.00 = Php16,490.00 206 Pcs. Electrical Tape @ Php170.00 = Php35,020.00 21 Lot Circuit Breaker, Housing And Accessories @ Php67,200.20 = Php1,411,204.20 G) Pole 1 Lot @ Php4,985,416.84 (4) Traffic Type A Pole 4m Arm @ Php151,153.50 = Php604,614.00 (4) Traffic Type B Pole @ Php84,353.38 = Php337,413.52 (24) Straight Pole 6m @ Php110,850.38 = Php2,660,409.12 (21) On Pole Comm Box @ Php65,856.20 = Php1,382,980.20 H) Traffic Software Solutions And License 1 Lot @ Php1,164,995.22 Data Collection And Basic Device Monitoring Traffic Control Devices (controllers & Roadside Units) Traffic Control Time Based Plan Selection Adaptive Network Control Strategy Manager Strategy Manager For Traffic Actuated Plan Selection Sw Maintenance Support Bronze Profile (8x5) I) Backbone And Network Connectivity (supply And Installation Of Network Infrastructure Equipment) 1 Lot @ Php40,991,738.56 22 Pcs. Industrial Network Switch For Outdoor Control Panel @php560,696.84 = Php12,335,330.48 22 Pcs. Din Rail Poe Power Supply Industrial Grade @ Php110,524.04 = Php2,431,528.88 44 Pcs. Sfp Module For Fiber Connectivity For The Industrial Network Switch @ Php75,726.54 = Php3,331,967.76 44 Pcs. Modular Industrial Patch Panel @ Php117,721.16 = Php5,179,731.04 44 Pcs. Singlemode Lc Lc Fiber Patch Cord, 1 Meter @ Php6,653.00 = Php292,732.00 8,000 Lm. 24 Core Single Mode Os2 Fiber Optic Cable Figure 8 (outdoor) Accessories And Consummables @ Php1,381.83 = 11,054,640.00 20 Rolls Category 6 4 Pairs Stp Outdoor 305 Meters Per Roll (black) @ Php56,515.40 = Php1,130,308.00 10 Pcs. Cat6 Stp Rj 45 Connector For Outdoor / Industrial Use @ Php29,232.20 = Php292,322.00 20 Pcs. Foc Dome Splice Closure Aerial 24 Core @ Php20,267.52 = Php405,350.40 1 Unit Firewall Hw & Sw @ Php2,968,000.00 1 Lic License For Network Comunication Monitoring Software @ Php1,569,828.00 J) Supply And Installation Of Network Infrastructure Equipment (cddrmdo/ Cmo/ Pso) 1 Lot @ Php10,889,653.18 2 Pcs. Industrial Network Switch For Command Center @ Php1,300,918.62 = Php2,601,837.24 2 Pcs. Power Supply For Industrial Network Switch @ Php170,285.00 = Php340,570.00 3 Pcs. Workstation @ Php302,400.20 = Php907,200.60 3 Pcs. Ups @ Php26,880.20 = Php80,640.60 1 Pc. Indoor Comm Box @ Php65,856.20 7 Pcs. 55’’ Fhd Video Wall Display Unit (ultra Narrow Bezel 0.88mm) @ Php691,389.31 = Php4,839,725.17 7 Pcs. Bracket For 55" Screen @ Php58,095.50 = Php406,668.50 1 Pc. Decoding Card @ Php136,194.55 1 Lot Cables & Accessories @ Php60,842.10 1 Pc. Hd Network Control Keyboard @ Php234,721.72 1 Pc. Ultra Hd Network Video Decoder @ Php585,771.50 2 Pcs. 43" Fhd Monitor & Accessories @ Php240,000.00 = Php480,000.00 1 Lot Roughing In Materials For City Hall, Pso, Cdrrmc @ Php149,625.00 K) Road Signages 1 Lot @ Php304,284.00 4 Pcs. Rectangular Traffic Signages 750mmx500mm (with Post) @ Php28,493.00 = Php113,972.00 Page 3 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 4 Pcs. Do Not Block Intersection 750mmx500mm (with Post) @ Php28,493.00 = Php113,972.00 4 Pcs. Pedestrian Crossing @ Php19,085.00 = Php76,340.00 L) Thermoplastic Pavement Markings With Directional Arrow Within 50 Meter Radius 1 Lot @ Php296,352.00 94 Sq.m. White @ Php2,016.00 = 189,504.00 53 Sq.m. Yellow @ Php2,016.00 = Php106,848.00 Page 4 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. Conditions: Scope Of Work On Interoperability Traffic Signalization System The Contractor Shall Ensure That The Proposed Traffic Controller Is Fully Interoperable With The Existing Management Platform, Traffic Modules And Traffic Detection System Currently In Use By The City Government Of General Santos. The Integration Must Facilitate Seamless Communication, Real Time Control, And Data Exchange Across The System. Cctv The Contractor Shall Ensure That The Proposed Cctv Cameras Are Fully Interoperable With The Existing Cctv Module Used By The City Government Of General Santos. The Integration Must Allow The New Cameras To Seamlessly Function With The Current Video Management Platform And Provide Real Time Monitoring, Recording, And Data Management Capabilities. Fiber Optics Network The Contractor Shall Ensure That The Proposed Fiber Optic Network Components Are Fully Interoperable With The Existing Network Infrastructure Used By The City Government Of General Santos. The Integration Must Enable The New Network Elements To Seamlessly Operate Within The Current Network Management System, Ensuring Reliable Data Transmission, Real Time Monitoring, And Efficient Communication Between Devices. The System Should Support Optimal Data Transfer Speeds, Low Latency, And Robust Network Connectivity, Contributing To The Overall Performance And Functionality Of The City’s Communication Infrastructure. Performance And Technical Specifications: 1.0) Traffic Signalization And Cctv Synchronization • Furnishing And Installing Intersection And Pedestrian Crossing Signal Systems Shall Conform To Industry Standards Commonly Accepted In One Of The Major Countries Such As The U.k., U.s.a, Europe Or Japan, Who Achieved An International Quality Standard, I.e., Iso, Ul, Etc. • The Contractor Shall Furnish And Install All Necessary Wiring, Conduits And Handholes, Between The Local Controller, Signal Heads, And Detectors. The Contractor Shall Also Switch And Install All Necessary Power Supply Wiring And Power Switch Between The Meter Box And The Local Controller Cabinet. • The Four Major Components Of The Traffic Control System Namely The Traffic Management Platform, Traffic Management Module, Traffic Controller And Traffic Signal Heads/pedestrian Lanterns Shall Be One Brand Only. However, The System Shall Be An Open Architecture/non Proprietary For Integration With Other Suppliers/manufacturers. 1.1) Traffic Signalization And Cctv Synchronization Traffic Management Platform The Platform Shall Have A High Level Framework Providing User Friendly Access To All The Its Applications Deployed In A City Or Region. Key Features Are: • Open Platform With Modular Architecture For Multiple Its Applications; • Shared Maps And Database; • A Common Gui For The Supervision And Management Of Different Its Applications; • Easy To Use Web Browser Based On Graphical Interface. 1.2) Traffic Management Module It Shall Be Able To Operate In The Following Traffic Control Mode: • Time Based Traffic Control • Traffic Actuated Plan Selection Traffic Control. • Adaptive Network Traffic Control The Traffic Management Software Shall Contain The Following Features And Functions: • System Access Login And Localization O The Platform Access Should Be Done By A Protected Login, Where The Access To The System Is Subordinated To The Verification Of The Operator Access Rights. The Authentication Shall Be Based On Three Parameters: User Name, Password And Access Level (role). O The System Shall Keep The Access (user, Password, Date, Hour Classification, Workstation) And Operation Logs. O The Platform Shall Support Multi Language. • System Configuration O The Platform Shall Allow The Configuration Of The Following Parameters: User Profile, Users And Roles, Areas And Privileges, Function And Access Levels, Fully Customizable User Profiling. • System Monitoring Module Functionalities: The Platform Shall Present The System On A Cartographic View To Help The System Operator With The Following Activities: O Device Monitoring, Interact With The Equipment On Field, O Access To Traffic Archives O Data And Measures Shall Be Displayed In A Cartographic Background (steady And Moving Objects) O Objects Icons Color Code Should Reflect Availability Status O Object Specific Applications And Commands Should Be Accessible Directly From Object Icon Page 5 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. O Fully Configurable Display Options Should Be Available • System Availability O System Availability Reports Presented In Grid Form, Connected Devices Historical Availability, System Modules Historical Availability, Report Filter And Sort, Report Print And Export • Traffic Data Archives (if Detectors Are Present) O Data Presented In Grid And Chart Forms, Historical Data Reports, Data Aggregation And Profiles, Data Report Print And Export • Data Aggregation And Profiling (if Detectors Are Present) O Automatic Aggregation Of Traffic Counts At Sections Level, Automatic Creation Of Traffic Profiles For Collected Traffic Measures • Intersection Real Time Monitoring O Real Time Signal Groups And Detectors Activity Feedback On Intersection Layout, Object Specific Applications And Commands Accessible Directly From Object Icon, Fully Configurable Display Options. • Signaling Real Time Monitoring O Real Time/playback Signal Groups And Detectors Activity Feedback, Magnifier Tool (1 Sec, 0.5 Sec And 0.1 Sec Resolution), Measurement Tool, Search Tool, Diagram Notes, Fully Configurable Display Options • Real Time Monitoring O Real Time/playback Signal Groups Feedback For Multiple Intersections O Coordination Monitoring On Both Directions • Classified Data Achieves (if Detectors Are Present) O Collection Of Classified Traffic Data, Programmable Classes • Manual Command O Scheduled And Immediate Commands, Operative Status Commands (dark, Flash, Etc.), Time Plan/time Situation Commands, Special Commands (emergency, Priority, Etc.) According Connected Device, Commands To Group Of Devices • Commands Monitoring O Sent Commands Log, Status Of The Commands (received, Acknowledge, Rejected, Etc.), Device Status Changes After Command Issuing • Alarms Notification O Sms And Email Notification, Maintenance Groups, Maintenance Areas, Fully Configurable Notification Service • Traffic Control Module Functionalities: The Its Platform Should Include The Following Functionalities: O Time Based Plan Selection. The System Determines The Signal Plan To Be Activated Basing On The Current Date And Time (calendar) O Graphical Tool For Timetable Configuration By Time Of The Day And Day Of The Week O Capability To Configure Calendar Patterns, Control Actions And Weekly Calendar O The Platform Has To Be Able To Upload And Download To/from The Traffic Controller O The Platform Has To Be Able To Program Special Control Modes Like Emergency Routes, Priority To Special Vehicles, Etc O The Platform Shall Allow The Programming Of Green Waves For Certain Corridors • System Architecture, The Its Platform Architecture Shall Include: O Map And Web Server; O Database, Application And Communication Server. O The Server Will Run The Following Basic Software: 1. Windows® Server 2016 (standard Edition) + 5cal (or Higher) Operating System; 2. Microsoft Sql® Server 2017 Standard +5cal (or Higher), As Dbms. 1.3) Traffic Signal Controller All Signal Controllers To Be Installed Under This Contract Shall Be Of The Microprocessor Type Design And Have Been Field Tested And Shown To Be Highly Reliable. It Shall Consist Of Main Cpu, Safety Cpu And Signal Group Cards On A Rack Solution. The Rack Layout Shall Have A Design That Accommodates Scalability Up To 24 Signal Groups And Interchangeability Of Group Cards. Controller Adjustment And Verification Of Programs And Timing Parameters Can Only Be Accessed Through Command Center Or An Engineer's Laptop Computer To Ensure That Only Authorized Personnel Can Have Access. Controllers Shall Have Communication Ports Rs232, Rs485, Rs422, Can, Ethernet, Usb. Controllers Shall Be Able To Run Different Types Of Lamps Or Signal Heads And Pedestrian Lanterns. It Shall Be Able To Acknowledge Devices Of Signal And Pedestrian Signal Requests From A Known Range Of Diverse Brands/suppliers. Controller Shall Be Equipped With Gps To Ensure Clock Synchronization. Page 6 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. Controllers Shall Be Able To Monitor Signal Conflicts, Mains Voltage, Mains Voltage Dip, Mains Frequency, Flash Periods, Plan Cycles, Signal State Timings, Lamp Minimum / Maximum Loads. International Commercial Warranties Must Be Provided On The Traffic Controllers. • Compatibility The Traffic Controller Shall Be State Of The Art; Non Proprietary; Shall Be Open Architecture; Shall Run A Range Of Traffic Control Philosophies And Systems; And Can Be Controlled By The World's Most Common Adaptive/external Systems Such As: O Scats O Scoot/utmc O Artic O Itaka O Ccol O Spot/utopia • Certifications O Ce Markings (includes Emc And Low Voltage Directive O En 12675: 2017 – Traffic Signal Controller, Functional Safety Requirements O En 50293: 2012 – Road Traffic Signal Systems, Electromagnetic Compatibility O En 50556: 2011 – Road Traffic Signal Systems O Iec 60950 1:2005 Cb Test Certificate O En 50581:2012 O Certificate Of Registration Topas Tr2500a • Mode Of Operation The Traffic Controller Shall Be State Of The Art And Should Be Capable Of Running Different Modes Of Operations Namely: O Central Control Mode For Road Traffic O Local Mode, Fixed Timelocal Control, Traffic Actuated O Manual Mode O Vehicle Actuated O Group Control O Phase/stage Coordination O Master/slave O Adaptive Local Green/corridor O Automatic Annual Switching Routine • Other Functional Requirements The Signal Controller Shall Be Capable Of: O Automatic Switching To Flashing Operation According To A Time Of Day (tod) Schedule And On Major Fault Conditions. O Performing Lantern Off Operation O Executing Phase Skip (or Phase Recall) And Extension Type Operations Based On Detector Actuation In Two Or More Phases • Mounting Facilities The Signal Controller Cabinet Shall Be Mounted On A Concrete Pedestal. • Terminal Panel An Insulated Terminal Panel Shall Be Provided. The Terminal Shall Be Easily Accessible And Connection Or Removal Of The Cable Shall Be Made Without Special Tools. All Panel Wiring Shall Be Neat And Firm And All Flying Leads Shall Be Clearly Identified Either By Color Or Number Code. In Either Case, Full Information Shall Be Given On The Wiring Diagram, Which Shall Be Provided To Each Complete Unit. O The Following Terminals, As A Minimum, Shall Be Provided And Clearly Identified On The Panel: § Power Supply Hot Side; § Power Supply Grounded Side; § Ground, Which Shall Be Connected To The Cabinet; § Signal Return Or Common; § Lantern Circuit Terminals; § Vehicle Detectors. O A Second Terminal Panel, Physically Separated From The First, Shall Be Supplied For Terminating Communication Cable Wiring. • Power Outlet A Fused 2 Amperes, 220 Volt Ac Power Outlet Shall Be Provided In The Signal Controller Cabinet For Maintenance And Test Equipment Use. • Controller Cabinet O The Controller Cabinet Shall Be Made Of Aluminum Metal To Provide Mechanical And Environmental Protection. The Cabinet Shall Be Weather Proof And Free From Rust. It Shall Be Made Of High Quality Sea Water Resistant Aluminum Cabinet With All The Needed Plinths, Fuses And Electrical Wiring. O The Main Door And Manual Panel Door Shall Each Be Fitted With A Different Cylinder Lock System. Page 7 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 1.4) Signal Heads And Pedestrian Lanterns All Vehicle Signal Heads To Be Installed In This Contract Shall Be Fitted With Polycarbonate Type Visors And An Aluminum Powder Coated Target Board. Where The Material Of The Body Is Self Colored, It Need Not Be Painted If It Can Be Shown That It Will Retain The Required Color And Finish For At Least Five Years When Exposed To The Weather. All Lenses Shall Be Polycarbonate Type. All Mast Arm Mounted Signal Heads Shall Be 300mm Signal Except The Signal Attached To The Pole Section. All Pole Mounted Signal Heads Shall Be 200mm Signal. The Weight Of A Finished 3 Section Assembly With Visors Shall Not Extend 15 Kg For A 200mm Signal And 18kg For A 300mm Signal. The Signal Heads Are To Be Mounted Vertically By The Use Of Mounting Brackets Or Straps. The Minimum Height Above The Pavement To The Bottom Of The Signal Head Assembly Shall Be 3.0 Meters For A Pole Mounted Head And 5.0 Meters For A Mast Arm Mounted Head. Mounting Brackets And Attachment Facilities For Multi Head Installations Shall Provide: An Unobstructed View Of The Signal Face To The Driver On Any Intended Approach, And Sufficient Clearance So That Ready Access Is Maintained To The Interior Of Each Section Of The Signal Heads. The Mounting Arrangements Of The Signal Head Shall Be Such As To Enable It To Be Directed To A Point Located At A Height Of 1.4 Meters Within A Distance Range Of 15 To 150 Meters On The Approach To Which The Signal Is Directed. All Positioning Attachments Shall Permit The Signal Head To Be Locked In Position By A Mounting Bracket Or Equivalent Means. All Pedestrian Lanterns To Be Installed In The Project Shall Be Of Round Shape Type And Shall Be Fitted With Polycarbonate Visors. The Traffic Signal Heads And Pedestrian Lanterns Shall Be Led Type With Low Power Consumption And High Light Output. The Housing And Lens Of The Signal Head And Pedestrian Lantern Shall Be Made Of Uv Stabilized Polycarbonate And Shall Have Anti Vandal Features. The Lens Of The Signal Heads Shall Be Colored And Curved. The Housing Shall Have A Slim Design Only Built For Led Technology. The Led Module Shall Have A Central Light Source And Symbols Shall Not Change Shape In Case Of Led Failure. The Pedestrian Lantern Shall Be Smart Ready And Shall Be Able To Attach An Optional 1/2 Aspect Housing That Can Include Smart Features. • Smart Signal Head Housing O The Housing And Lens Of The Signal Head Shall Be Made Of Uv Stabilized Polycarbonate For 300mm And 200mm Diameter, The Housing Shall Have A Slim Design Only Built For Led Technology The Signal Head Shall Be Designed As A Snap Construction Without Any Metal Parts Besides The Threads For Fixing The Brackets To The Housing O Only Authorized Persons Shall Be Able To Open The Housing O Housing Color Ral 9005. O Environmental Protection Shall Be Minimum Ip54 O The Signal Head Has A Stop And A Bottom Gear Rim For The Fixing With Two Mounting Brackets To The Pole O The Mounting Brackets Shall Be Done From Polycarbonate With L Shape O Smart Functions (optional) Can Be Integrated To The 200mm Signal For 300mm Signal Heads. Head/pedestrian Lantern Housing By Attaching 1/2 Aspect Version For 200mm On Top And/or Bottom For Future Upgrades/enhancements. Optional Smart Features Are As Follows: • Ground Projection For Pedestrian Safety • Acoustic Signal For Pedestrian Orientation • Environmental Station For Measuring Air Quality • Sensors For Detecting People And Objects • Led Module O The Led Board Should Be Mounted Into An Aluminum Cooling Plate Integrated Into The Plastic Housing And Neat Losses Should Be Directly Transported Out Of The Housing. O Environmental Protection Shall Be Minimum Ip65. O Front Lens Covers To Be Tinted As Per The Aspect Color (red/yellow/green); Transparent Lenses Are Not Acceptable. O All Module Lens Diameters Shall Be 300mm And 200mm O The Design Of The Module Should Ensure Efficient Removal Of Heat From The Hermetically Sealed Casing. O Symbols For Arrows Shall Be Done By Principle As The Full Ball Using A Central Light With A Polycarbonate Dynamic Mask In Between Two Lenses. O The Leds Shall Be A Minimum 4th Generation Or Latest Generation, If Such Is Available. O The Signal Light Emitted From The Central Optical Source Should Be Homogenous, And Shall Give A Uniform Optical Signal. No Visible Dark Spots Are Allowed To Appear In The Event Of Failure Of One Or More Diodes O The Light Source Shall Consist Of No More Than Three Pieces Of High Flux Leds Combined At The Center Of The Lens. O The Led Should Be High Flux Providing A Very High Light Output And Supplied By A Special Designed Constant Current Dc Switch Mode Power Supply With High Efficiency. O Leds Distributed In The Inner Surface Of The Lens Are Not Acceptable Page 8 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. O The Luminous Intensity Issued By The Leds For The 300 Diameters Shall Exceed 400 Candelas O Phantom Class 5 According To European Norm En12368 The Electrical Connections Shall Be Of First Quality Bearing Repetitive Connections And Dismantlement O The Electrical Wires Shall Be Of First Quality, Flexible, And Shall Be Specified For A Temperature 40 Degree Centigrade Up To 65 Degree Centigrade O The Operating Voltage Of The Led Signal Head Should Be 196 To 265 Volts, 50 Hz. O The Led Semiconductor Shall Be Al Ingap For Red And Amber And Ingan For Green O Power Consumption Should Be Less Than 9w Per Aspect. O The Lifetime For The Led Shall Exceed 5 Years 1.5) Video Sensor The Sensor Shall Be Video Type With 360° View Of The Intersection. It Shall Be Above Ground, Installed At Least Nine Meters From The Ground To Avoid Being Stolen And Be Free From Damage Caused By Road Repairs And Wear And Tear From Vehicles. It Shall Be Easy To Install And Almost Maintenance Free, Requiring Only A Few Minutes Spent. It Shall Have Video Analytics Detection Detecting All Objects Including Vru (vulnerable Road User) On Crosswalk And The Center Part Of The Intersection. It Shall Be Able To Do Pedestrian Counting And Detection For Green/red Timing Extension And Eliminate The Use Of Pedestrian Push Button. It Shall Be Able To Work In Network Adaptive Mode. • Camera Technical Specification: O Single Camera Vehicle, Cyclist And Pedestrian Detection And Counting Highway Counting And Monitoring O Resolution: 5mp (2560 X 1920 Pixels) Cmos Power Over O Ethernet O Connectivity Single Cate Cable For Power And Data A O Dimensions 9.9 Diameter X 7.9"" (25 X 20.1 Cm) O Environmental: 29°f To +165°f ( 34°c To +74°c) 0 To 95% Non Condensing O Rugged Environmentally Sealed, No Aim No Focus • Edge Processor Specification O Detector /0: Ts1, Ts2, 170/2070, Or Its Interface Connectivity Wide Area Network (wan) And Built In 3g Modem O Dimensions: 8.5'" X 11.5' X 175 (206 X 29 X 4.5 Cm) O Environmental: 29°f To 165°f ( 34°c To 74°c) O Power 120/240 Vac 50/60 Hz O Consumption: 35w Nominal O Regulatory: Fcc Class A O Unlimited Cloud Storage • Software Specification O Windows Based Application O Available Reports Like Volume, Turning Movement Counts, Length Based Classification, Incidents, Red And Green Occupancy, Red And Green Arrivals, And Speed So That Users Can Monitor, Analyze, And Fine Tune An Intersection O Site Alerts (all System Events Loss Of Visibility, Flash, And Volume Exceeded) And Zone Alerts (volume Exceeded And Zone Activated By Email O Automatic Reporting By Email 1.6) Signal Intersection Wiring Ties Or Other Means Shall Support All Wiring So That No Stress Is Applied To Any Connection. No Cable Shall Exert Pressure Against Any Unprotected Edge Of Metal With Equipment In Normal Use. All Wiring Shall Be Color Coded Or Number Coded Whichever Is Applicable. 1.7) Signal Poles Furnishing And Installing Traffic Signal Poles, Footings And Foundations Shall Conform To Department Of Public Works And Highways Specifications. • Material And Loading O Type A Poles Shall Be Designed To Support On The End Of The Cantilever Section A Total Of Four (4) 3 Aspect 300mm Diameter Signal Heads, Each With A Target Board, With The Aspects Aligned Vertically Plus A 3 Aspect 200mm Signal Head On The Pole Section. O Type B, C, And D Poles Shall Be Designed To Support Three (3) 3 Aspect 200mm Diameter Signal Heads, Each With A Target Board. • Finish O All Steel Surfaces Shall Be Hot Dip Galvanized And Free From Rough Edges Or Sharp Projections. The Top Of The Poles Shall Be Sealed Off To Prevent Ingress Of Water. A Hole Or Holes Shall Be Made At The Side Of The Lowest Part Of The Pole To Allow Any Water, Which Accidentally Enters The Pole To Escape To The Exterior. O Mounting Bolts And Nuts Shall Be Adequately Treated To Resist Rust And Corrosion Either Above Or Underground. • Installation O Type B Or D Poles May Be Cast Directly In A Concrete Base (instead Of Bolted Down) If It Can Be Shown That The Required Footing For A Standard Bolt Down Type Installation Is Not Appropriate For The Site Conditions. Page 9 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 1.8) Software And System Design Integration This System Software Will Be Installed In The Control And Command Center Building, Where It Will Communicate With All Communication Elements At The Site (signalized Intersections). To Ensure Seamless Operation Between Field Components And The System Components Inside The Command And Control Center Building, System Design And Integration Must Be Meticulously Planned And Executed. The System Software Will Interface With All Communication Elements At The Signalized Intersections, Enabling Real Time Data Exchange And Control. 1.9) Traffic Regulatory, Warning And Guide Signs Regulatory/warning/guide Signs Shall Be Installed To Complement Traffic Signals. Signs Shall Be Of Department Of Public Works And Highways (dpwh) Standard. (reference: Dpwh Highway Safety Design Standards, Part 2: Road Signs And Pavement Markings Manual) 1.10) Pavement Markings Pavement Markings Shall Be Installed To Complement Traffic Signals. Pavement Markings Shall Be Of Department Of Public Works And Highways (dpwh) Standards. (reference: Dpwh Highway Safety Design Standards, Part 2: Road Signs And Pavement Markings Manual) 2.0) Closed Circuit Television (cctv) System The System Shall Be A Stand Alone That Is Capable Of Being Linked To A Site Wide System. A Typical Cctv System For A Building Should Comprise Color Cameras, Lenses, Monitors, Pan Tilt Zoom Cameras And Controllers, And All Necessary Cables And Accessories For A Fully Functional System. The Cctv Camera Installed Shall Be Capable Of Allowing The Operator To The Following: Freeze Any Of The Cameras On The Monitor Or Bypass Any Of The Cameras; Operate The Three Functions For Each Camera Using Pan/tilt/zoom Remote Controller And Lens Remote Controller; And Zoom The Desired Areas. The Cctv Camera Installed For A Particular Purpose: For Identification: The Object Shall Be At Least 120% Of The Screen Height. The ""head Shoulder Image"" View Shall Have A Picture Quality And Detail Sufficient To Identify A Person. For Monitoring: The Object Shall Be At Least Of The Screen Height. This View Shall Be Used To Monitor The+f255 Number, Direction And Speed Of Movement Of People Or Objects Across A Wide Area. For License Plate Identification: The Displayed Image Of The Vehicle Shall Not Be Less Than 50% Of The Monitor/screen Height, For Clear Viewing/identification. 2.1) Storage Area Network 3u, Single Controller, 256ch (2mbps) Record+playback With Direct Steaming Mode, Erasure Encoding And Vraid 2.0 Technologies Ensure Data Integrity Even When 2 Hdds In A Single Raid Are Error Prone. If The Number Of Error Hdd Exceeds Redundant Limit, Other Hdds Can Still Be Read And Written, 16*18t Enterprise Hdd(sata) Included, Redundant Power Supply, Not Support Jbod Expansion 2.2) Ptz Camera O Image Sensor: 1/2.8"" Cmos O Resolution: 1920 X 1080 O Compression: H.265+/h.265/h.264+/h.264 Codec O Color: 0.005lux/f1.6, B/w:0.001lux/f1.6 O Optical Zoom: 25x, Digital Zoom:16x O 3d Dnr O True Wdr O Ultra Low Light O Poe+&12vdc O Smart Detection 2.3) License Plate Recognition Camera O Image Sensor: 1/1.8"" Progressive Scan Cmos O Image Resolution: 2688 X 1520 O 25fps/50fps O 8 32mm/5.3 13mm Motorized Zoom Lens O Color: 0.001 Lux @ (f1.2, Agc On) O Electronic Shutter Speed: 1/25 S To 1/100,000 S O Supports Slow Shutter O Supports Poe O Supports Wiegand O Video Compression: H.265/h.264/mjpeg O Sdk/isapi O Protection Grade: Ip67/ik10 O Built In White Light Or Ir 850mmled 2.4) Fixed Camera (facial Recognition) O Image Sensor: 1/1.8” 4 Megapixel Progressive Cmos O Effective Pixels: 2688 (h) X 1520 (v) O Video Compression: H.265, H.264, H.264b, Mjpeg O Rom: 4gb Page 10 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. O Ram 2gb O Ir Distance: Distance Up To 120m (393.70 Ft) O Max Aperture: F1.6 2.5) Fisheye Camera Image Sensor – 1/1.7” 12 Megapixel Progressive Scan Cmos Effective Pixels – 4000(h)x3000(v), Ram/rom – 1024mb/128mb Scanning System – Progressive Other Analytics – (40 Zones, Tamper, Shake Cancel, Surveillance, Presence, Abandoned & Removed Objects, Object Class, Calibration, Speed, Direction, Loitering + People Surveillance & Counting Lines, Color Signature (per Channel) Utility Combox With 6 Gang Extension, Mounting Materials Brackets & Plates Wall Or Pole Mount With 6” X 1.5” Gi Pipe & Stainless Strap (including Wires Royal Cord Size 18 & Stp Cables) And Services Lens Focal Length 5.4 Mm–135 Mm Max. Aperture F1.6 F3.5 Field Of View H: 58.7°–3.1°; V: 33.2°–1.7°; D: 67.3°–3.9° Optical Zoom 25x Focus Control Auto/semi Auto/manual Close Focus Distance 0.1 M–1.5 M (0.32 Ft–4.92 Ft) Iris Control Auto/manual Detect 1655 M (5429.79 Ft) Observe 657 M (2155.51 Ft) Recognize 331 M (1085.96 Ft) Identify 166 M (544.62 Ft) 3.0) Command And Control Center 3.1) Video Wall Monitor • 55*™,1080p,500cd/m, Bezelwidth:3.5mm, Direct Lit Led Backlight • Input: Vgax1/dvix1/dpx1/hdmix1/usbx1 • Output: Dpx1/hdmix1 • Support 4k Input And Loop Up To 30 Screens With Hdmi/dp Interface • Support Vesa 3.2) Workstation • Workstation Desktop Pc With 32"" Led Monitors (6th Generation I7) W/ Win 10 Os • Cad Application Server Xeon Quad Core 2.53ghz (1333mhz, Form Factor • Eia 22"" Rack (1u), Cache Memory, Intel 3400 Chipset • Workstation Tables And Chairs • Ups 500va/, Input 230v With Lcd Display 3.3) Decoder • Supports Output: 16*hdmi/8*bnc, Input: 1*vga/1*dvi, Odd Hdmi Support 3840*2160@30hz, Decoding Capacity 24mp@30fps: 8 Ch, 12mp@20fps: 16 Ch, 8mp@30fps: 32 Ch, 5mp@30fps: 48 Ch, 3mp@30fps: 80 Ch, 1080p@30fps/3 Mbps: 128 Ch, Max 36 Division 3.4) Keyboard • 128x64 Led Dot Matrix Screen, Ptz And Tv Wall Control, 4 Axis Joystick 3.5) Firewall • Description: 1u Rack Mount, 6xfixed Fe/ge Tx Ports, Fixed Single Psu • Port Type And Quantity: 6 X Fixed Fe/ge Tx Ports, 2 X Usb, 1 X Rj45 Console Port Performance: 4g(firewall), 3.4g (enable Ngfw) • Connections Per Second: 68000/s (firewall), 12000/s (enable Ngfw) • Ipsec Vpn Default Tunnel: 1000 • Concurrent Connections: 1.2 Million • Power Supply: 1xfixed Redundant Psus • Operating Voltage: 100 240vac, 50 60hz 4.0) Communication Network 4.1) Fiber Optics (backbone) • 24 Core Single Mode Os2 Fiber Optic Cable Figure 8 (outdoor) 4.2) Transceiver • Transceiver: Uplink From Access Switch To Access Switch O Compatible With The Ieee 802.3z 1000base Lx Standard, Operates On Standard Single Mode Fiber Optic Link Spans Of Up To 10 Km And Up To 550 M On Any Multimode Fibers • Transceiver: Uplink From Access Switch To Distribution Switch To Core Switch O Supports A Link Length Of 10 Kilometers On Standard Single Mode Fiber (smf, G.652). 4.3) Access Switch Page 11 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. • Built For Harsh Environment And Temperature Range ( 40° To 75°c). • Every Unit Is Conformal Coated. • Hardened For Vibration, Shock, Surge, And Electrical Noise Immunity • Four 10 Gigabit Or Four 1 Gigabit Ethernet Uplink Ports Provide Multiple Resilient Design Options • Complies With Multi Industry Specifications For Industrial Automation, Its, And Electrical Substation Environments. • Improves Uptime, Performance, And Safety Of Industrial Systems And Equipment Compact 1 Rack Unit Design With Dual Led Feature Allowing Easy Monitoring And Troubleshooting Even When Reverse Mounting Based On Cabling Requirements. • Fanless, Convection Cooled With No Moving Parts For Extended Durability. • Ieee 1588v2 Ptp (both Power Profile And Default Profile Are Supported). • Alarm 1/0 For Monitoring And Signaling To External Equipment. • Connects New Wireless Access Point (802.11n And 802.11ac). • Enables New Hd Ip Cameras. • Provide High Speed, Low Latency Connectivity For Plcs, Controllers And Associated 1/0 Devices. • Allows Supervisory Control And Data Acquisition (scada) Connectivity. • Provides Introduction Of New Bandwidth Hungry Applications In The Industrial Space. • Line Rate, Low Latency Forwarding With Advanced Hardware Assisted Features (such As Nat, Ieee1588v2). Supports Very Delay Sensitive Applications And Time Sensitive Networks. • Delivers Multiple Rings And Redundant Ring Topology For New Network Configurations. • Extends Geographical Scalability Where Longer Distance Connectivity Is Required. 4.4) Distribution Switch And Core Switch • Intel® 2.4 Ghz X86 Cpu With Up To 120 Gb Of Usb 3.0 Or Up To 960 Gb Of Sata Ssd Storage For Container Based Application Hosting • Up To 6.4 Tbps Switching Capacity With Up To 2 Bpps Of Forwarding Performance • Up To 32 Nonblocking 100 Gigabit Ethernet Qsfp28 Ports • Up To 32 Nonblocking 40 Gigabit Ethernet Qsfp+ Ports • Up To 48 Nonblocking 25 Gigabit Ethernet Sfp28 Ports • Up To 48 Nonblocking 10 Gigabit Ethernet Sfp+ Ports • Platinum Rated Ac/dc Power Supplies • Up To 512,000 Flexible Netflow (fnf) Entries In Hardware • Up To 36 Mb Of Unified Buffer Per Asic • Up To 212,000 Routing Entries (ipv4/pv6) For High End Campus Core And Aggregation Deployments • Ipv6 Support In Hardware, Providing Wire Rate Forwarding For Ipv6 Network • Ieee 802.1ba Av Bridging (avb) Built In To Provide A Better Av Experience Through Improved Time Synchronization And Qos • Precision Time Protocol (ptp; Ieee 1588v2) Provides Accurate Clock Synchronization With Sub Microsecond Accuracy, Making It Suitable For Distribution And Synchronization Of Time And Frequency Over The Network • Dual Stack Support For Ipv4/ipv6 And Dynamic Hardware Forwarding Table Allocations, For Ease Of Ipv4 To Ipv6 Migration • Support For Both Static And Dynamic Nat And Port Address Translation • Scalable Routing (ipv4, Ipv6, And Multicast) Tables And Layer 2 Tables • Highest Wireless Scale For Wi Fi 6 And 802.11ac Wave 2 Access Points Supported On A Single Switch • Support For Aes 256 With The Powerful Macsec 256 Bit Encryption Algorithm Available On All Models • Trustworthy Solutions: Secure Unique Device Identification (sudi) Support For Plug And Play, Enabling Tamper Proof Device Identity Capability, Which Secures Zero Touch Provisioning By Allowing Your Device To Show A Certificate To The Server To Be Able To Get Onto Your Network Note: > The Bidding Must Be Complete Bid And Lot Base > Upon 30% Accomplishment Allowed For Progressive Billing Page 12 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Traffic Signalization And Cctv Synchronization. Delivery Of The Goods Is Required 180 Calendar Days. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting March 1, 2025 12:00 Noon From The 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 Php 75,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On 3/10/2025 10:00:00am At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 24, 2025 9:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 24, 2025 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. Page 13 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos City 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: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date28 Apr 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items, 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 Federal Acquisition Circular 2023-01.
this Solicitation Is Set-aside For Small Businesses (sb).
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 339112, With A Small Business Size Standard Of 1000 Employees.
the Fsc/psc Is 6515.
network Contracting Office (nco) 9 On Behalf Of Va Tennessee Valley Healthcare System (tvhs) Is Seeking To Purchase Brand Name Or Equal Unit Dose Packaging Machine .
all Interested Companies Shall Provide Quotations For The Following:
delivery And Shall Be Completed No Later Than July 1, 2025. fob: Destination
place Of Performance/place Of Delivery
address:
alvin C. York Veterans Administration Medical Center
3400 Lebanon Pike
murfreesboro, Tn 37129 nashville Va Medical Center
1310 24th Avenue South
nashville, Tn
37212
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 52.212-1, Instructions To Offerors Commercial Items far 52.212-3, Offerors Representations And Certifications Commercial Items 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 Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Items Oct 2018.
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Jan 2021.
all Quoters Shall Submit The Below Items. Non-compliance To The Below Items With This Requirement May Result In Disqualification Of The Quote. only One Quote. Quote Shall Be On Offeror S Company Letterhead, In Pdf Format And Emailed To Daymeion.brantley@va.gov Nlt 04/28/2025 At 10:00 Am Cst. The Solicitation Number, 36c24925q0232 Unit Dose Packaging Machine Must Be Referenced In The Subject Line. product Information Brochure With Specifications And User Manual Shall Accompany Quote. offeror Must Submit Certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above. quote Must Reflect Anticipated Delivery Date. letters Of Authorization (loa) Shall Be Included With Offer. proof Of Sb Status Must Be Included With Offer.
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 Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors:
technical Or Quality
price
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Shall Contain Your Best Terms And Conditions.
52.211-6 Brand Name Or Equal (aug 1999)
if An Item In This Solicitation Is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government's Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal" Products Must Meet Are Specified In The Solicitation.
to Be Considered For Award, Offers Of "equal" Products, Including "equal" Products Of The Brand Name Manufacturer, Must (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modifications The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modifications. the Contracting Officer Will Evaluate "equal" Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An "equal" Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Provision)
52.212-1 Instructions To Offerors Commercial Items (jun 2020) (a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Solicitation. However, The Small Business Size Standard For A Concern Which Submits An Offer In Its Own Name, But Which Proposes To Furnish An Item Which It Did Not Itself Manufacture, Is 500 Employees. (b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show (1) The Solicitation Number; (2) The Time Specified In The Solicitation For Receipt Of Offers; (3) The Name, Address, And Telephone Number Of The Offeror; (4) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary; (5) Terms Of Any Express Warranty; (6) Price And Any Discount Terms; (7) "remit To" Address, If Different Than Mailing Address; (8) A Completed Copy Of The Representations And Certifications At Far 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically); (9) Acknowledgment Of Solicitation Amendments; (10) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And (11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. (c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation. (d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Offers. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender's Request And Expense, Unless They Are Destroyed During Pre-award Testing. (e) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Subpart 4.10 Of The Federal Acquisition Regulation), Or Alternative Commercial Items For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately. (f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers. (1) Offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Offers Or Revisions Are Due. (2)(i) Any Offer, Modification, Revision, Or Withdrawal Of An Offer Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And (a) If It Was Transmitted Through An Electronic Commerce Method Authorized By The Solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Working Day Prior To The Date Specified For Receipt Of Offers; Or (b) There Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Offers And Was Under The Government's Control Prior To The Time Set For Receipt Of Offers; Or (c) If This Solicitation Is A Request For Proposals, It Was The Only Proposal Received. (ii) However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted. (3) Acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Offer Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Offers Cannot Be Received At The Government Office Designated For Receipt Of Offers By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Offers Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume. (5) Offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. Oral Offers In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Offers, Offers May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Offers, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Offers. An Offer May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Offer. (g) Contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror's Initial Offer Shall Contain The Offeror's Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received. (h) Multiple Awards. The Government May Accept Any Item Or Group Of Items Of An Offer, Unless The Offeror Qualifies The Offer By Specific Limitations. Unless Otherwise Provided In The Schedule, Offers May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless The Offeror Specifies Otherwise In The Offer. (i) Availability Of Requirements Documents Cited In The Solicitation. (1)(i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained For A Fee By Submitting A Request To gsa Federal Supply Service Specifications Section suite 8100 470 East L'enfant Plaza, Sw
washington, Dc 20407
telephone (202) 619-8925 facsimile (202) 619-8978. (ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Following Assist Websites: (i) Assist (https://assist.dla.mil/online/start/); (ii) Quick Search (http://quicksearch.dla.mil/); (iii) Assistdocs.com (http://assistdocs.com). (3) Documents Not Available From Assist May Be Ordered From The Department Of Defense Single Stock Point (dodssp) By? (i) Using The Assist Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii) Ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j) Unique Entity Identifier. (applies To All Offers That Exceed The Micro-purchase Threshold And Offers At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Offeror Shall Enter, In The Block With Its Name And Address On The Cover Page Of Its Offer, The Annotation Unique Entity Identifier Followed By The Unique Entity Identifier That Identifies The Offeror S Name And Address. The Offeror Also Shall Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Unique Entity Identifier. The Suffix Is Assigned At The Discretion Of The Offeror To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Offeror Does Not Have A Unique Entity Identifier, It Shall Contact The Entity Designated At Www.sam.gov For Unique Entity Identifier Establishment Directly To Obtain One. The Offeror Shall Indicate That It Is An Offeror For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Unique Entity Identifier. (k) [reserved] (l) Debriefing. If A Post-award Debriefing Is Given To Requesting Offerors, The Government Shall Disclose The Following Information, If Applicable: (1) The Agency's Evaluation Of The Significant Weak Or Deficient Factors In The Debriefed Offeror's Offer. (2) The Overall Evaluated Cost Or Price And Technical Rating Of The Successful And The Debriefed Offeror And Past Performance Information On The Debriefed Offeror. (3) The Overall Ranking Of All Offerors, When Any Ranking Was Developed By The Agency During Source Selection. (4) A Summary Of The Rationale For Award; (5) For Acquisitions Of Commercial Items, The Make And Model Of The Item To Be Delivered By The Successful Offeror. (6) Reasonable Responses To Relevant Questions Posed By The Debriefed Offeror As To Whether Source-selection Procedures Set Forth In The Solicitation, Applicable Regulations, And Other Applicable Authorities Were Followed By The Agency.
52.212-2 Evaluation Simplified Acquisition Procedures
basis For Award. The Government Will Issue A Purchase Order To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Quotations: technical Or Quality
price
evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation.
price: The Government Will Evaluate The Price By Adding The Total Of All Line-item Prices. The Total Evaluated Price Will Be That Sum.>
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 10:00 Am Cst On 04/28/2025 At Daymeion.brantley@va.gov.
solicitation Number, 36c24925q0232 Unit Dose Packaging Machine Must Be Referenced In The Subject Line And On The Cover Page Of The Quote. Non-compliance With This Requirement May Result In Disqualification Of The Quote.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. the Following Subparagraphs Of Far 52.212-5 Are Applicable: (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [] (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (sept 2006), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402). [] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (oct 2018) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (8) 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (oct 2015) (31 U.s.c. 6101 Note). [x] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)). [] (ii) Alternate I (mar 2020) Of 52.219-28. [] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755). [] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [x] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (july 2014) Of 52.222-35. [] (32)(i) 52.222-36, Equal Opportunity For Workers With Disabilities (jul 2014) (29 U.s.c. 793). [] (33) 52.222-37, Employment Reports On Veterans (feb 2016) (38 U.s.c. 4212). [] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [x] (44) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [x] (57) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (2) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [] (3) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). [] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). vaar 852.212-70 Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020) (a) The Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Following Provisions And Clauses That Have Been Checked By The Contracting Officer Are Incorporated By Reference. [x] 852.203 70, Commercial Advertising. [] 852.209 70, Organizational Conflicts Of Interest. [x] 852.211 70, Equipment Operation And Maintenance Manuals. [] 852.214 71, Restrictions On Alternate Item(s). [] 852.214 72, Alternate Item(s). [note: This Is A Fillable Clause.] [] 852.214 73, Alternate Packaging And Packing. [] 852.214 74, Marking Of Bid Samples. [x] 852.215 70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors. [] 852.215 71, Evaluation Factor Commitments. [] 852.216 71, Economic Price Adjustment Of Contract Price(s) Based On A Price Index. [] 852.216 72, Proportional Economic Price Adjustment Of Contract Price(s) Based On A Price Index. [] 852.216 73, Economic Price Adjustment State Nursing Home Care For Veterans. [] 852.216 74, Economic Price Adjustment Medicaid Labor Rates. [] 852.216 75, Economic Price Adjustment Fuel Surcharge. [] 852.219 9, Va Small Business Subcontracting Plan Minimum Requirements. [x] 852.219 10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. [] 852.219 11, Va Notice Of Total Veteran-owned Small Business Set-aside. [] 852.222 70, Contract Work Hours And Safety Standards Nursing Home Care For Veterans. [] 852.228 70, Bond Premium Adjustment. [] 852.228 71, Indemnification And Insurance. [] 852.228 72, Assisting Service-disabled Veteran-owned And Veteran-owned Small Businesses In Obtaining Bonds. [x] 852.232 72, Electronic Submission Of Payment Requests. [x] 852.233 70, Protest Content/alternative Dispute Resolution. [x] 852.233 71, Alternate Protest Procedure. [] 852.237 70, Indemnification And Medical Liability Insurance. [x] 852.246 71, Rejected Goods. [] 852.246 72, Frozen Processed Foods. [] 852.246 73, Noncompliance With Packaging, Packing, And/or Marking Requirements. [] 852.270 1, Representatives Of Contracting Officers. [] 852.271 72, Time Spent By Counselee In Counseling Process. [] 852.271 73, Use And Publication Of Counseling Results. [] 852.271 74, Inspection. [] 852.271 75, Extension Of Contract Period. [x] 852.273 70, Late Offers. [] 852.273 71, Alternative Negotiation Techniques. [] 852.273 72, Alternative Evaluation. [] 852.273 73, Evaluation Health-care Resources. [] 852.273 74, Award Without Exchanges. (b) All Requests For Quotations, Solicitations, And Contracts For Commercial Item Services To Be Provided To Beneficiaries Must Include The Following Clause: [] 852.237 74, Nondiscrimination In Service Delivery. (end Of Clause)
vaar 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) (a) This Solicitation Includes Vaar 852.219-10 Va Notice Of Total Service- Disabled Veteran-owned Small Business Set-aside. (b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records, Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An 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 Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) 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 Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause)
the Following Clauses Are Hereby Incorporated By Reference (by Citation Number, Title, And Date) In Accordance With The Clause At Far "52.252-2 Clauses Incorporated By Reference" Contained In This Document. See Far 52.252-2 For An Internet Address (if Specified) For Electronic Access To The Full Text Of A Clause.
(federal Acquisition Regulation (48 Cfr Chapter 1)
far Number
title
date
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.232-40
providing Accelerated Payments To Small Business Subcontractors
dec 2013
852.212-71
gray Market Items
apr 2020
852.242-71
administrative Contracting Officer
oct 2020 point Of Contact
any Questions Or Concerns Regarding This Solicitation Shall Be Sent In Writing Only Via Email Addressed To Daymeion.brantley@va.gov Subject Line: 36c24925q0232 Unit Dose Packaging Machine. Questions Shall Be Submitted No Later Than 04/21/2025 @ 10:00 Am Cst.
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001 1.00
ea
__________________
__________________ vamc - Nashville Atp2 480 Canisters With Unit Dose Packaging (includes Replenishment Kit, Value $3,500 And 1 Case Of Paper & Ribbon)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp2-480 Narrow
local Stock Number: Atp2-480 Narrow 0002 1.00
ea
__________________
__________________ atp2 Narrow Lower Packaging Unit For Atp 2 (includes 1 Rolling Tray And Cover)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp2-320-npu
local Stock Number: Atp2-320-npu 0003 1.00
ea
__________________
__________________ one Ult Smarttrayrx System: Includes : Ult Smarttrayrx Docking Station, Ult Smarttrayrx Client, Scanner, Touch Screen, Biometric, Ups, Adjustable Leg Kit, & 3 Ult Smarttrayrx-64 Trays
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Ult-100
local Stock Number: Ult-100 0004 1.00
ea
__________________
__________________ canister Calibration Kit Including The Avf-1
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Cck
local Stock Number: Cck 0005 20.00
ea
__________________
__________________ atp2 - Adjustable Canister (pinned)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Acp
local Stock Number: Acp 0006 1.00
ea
__________________
__________________ atp Autosense Smart Drawer Assembly With 16 Autosense Smart Canisters With Mircochips For New Atp 2 Only
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp2
local Stock Number: Atp2 0007 1.00
ea
__________________
__________________ parata Perl 1 (2 License) - 2 Users, 2 Bag/sec Transport, 1.5 Bags/sec C&r, 19" Spools
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Parata Perl
local Stock Number: Parata Perl 0008 1.00
ea
__________________
__________________ on Site Implementation And Installation Training Package For Atp Series
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp Series
local Stock Number: Atp Series 0009 1.00
ea
__________________
__________________ perl - Installation And Training
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Implementation - Perl
local Stock Number: Implementation - Perl 0010 1.00
ea
__________________
__________________ atp 2 Equipment Interface To Pharmacy Information System, Includes Interface To Pyxis Dispensing Cabinets
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp 2
local Stock Number: Atp 2 0011 1.00
ea
__________________
__________________ removal Of Equipment - Pharmopack
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Removal
local Stock Number: Removal 0012 1.00
ea
__________________
__________________ 6 Month Service Agreement For Parata Perl 1 (2 License) - Goes Into Effect After Initial 6 Month Warranty Period
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Sma Perl
local Stock Number: Sma Perl 0013 1.00
ea
__________________
__________________ 3-day Training At Tcgrx Training Center Includes Lunch And Refreshments. Travel And Accommodation Not Included
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Biomed Training
local Stock Number: Biomed Training 0014 1.00
ea
__________________
__________________ shipping principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Shipping - Fss
local Stock Number: Shipping - Fss 0015 1.00
ea
__________________
__________________ vamc - Murfreesboro Atp2 480 Canisters With Unit Dose Packaging (includes Replenishment Kit, Value $3,500 And 1 Case Of Paper & Ribbon)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp2-480 Narrow
local Stock Number: Atp2-480 Narrow 0016 1.00
ea
__________________
__________________ atp2 Narrow Lower Packaging Unit For Atp 2 (includes 1 Rolling Tray And Cover)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp2-320-npu
local Stock Number: Atp2-320-npu 0017 1.00
ea
__________________
__________________ one Ult Smarttrayrx System: Includes : Ult Smarttrayrx Docking Station, Ult Smarttrayrx Client, Scanner, Touch Screen, Biometric, Ups, Adjustable Leg Kit, & 3 Ult Smarttrayrx-64 Trays
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Ult-100
local Stock Number: Ult-100 0018 1.00
ea
__________________
__________________ canister Calibration Kit Including The Avf-1
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Cck
local Stock Number: Cck 0019 20.00
ea
__________________
__________________ atp2 - Adjustable Canister (pinned)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Acp
local Stock Number: Acp 0020 1.00
ea
__________________
__________________ atp Autosense Smart Drawer Assembly With 16 Autosense Smart Canisters With Microchips For New Atp 2 Only
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp 2
local Stock Number: Atp 2 0021 1.00
ea
__________________
__________________ parata Perl 1 (2 License) - 2 Users, 2 Bag/sec Transport, 1.5 Bags/sec C&r, 19" Spools
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Parata Perl 1
local Stock Number: Parata Perl 1 0022 1.00
ea
__________________
__________________ on Site Implementation And Installation Training Package For Atp Series
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Implementation
local Stock Number: Implementation 0023 1.00
ea
__________________
__________________ perl - Installation And Training
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Implementation - Perl
local Stock Number: Implementation - Perl 0024 1.00
ea
__________________
__________________ atp 2 Equipment Interface To Pharmacy Information System, Includes Interface To Pyxis Dispensing Cabinets
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Ic - Atp 2
local Stock Number: Ic - Atp 2 0025 1.00
ea
__________________
__________________ 6 Month Service Agreement For Parata Perl 1 (2 License) - Goes Into Effect After Initial 6 Month Warranty Period.
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Sma Perl
local Stock Number: Sma Perl 0026 1.00
ea
__________________
__________________ removal Of Equipment - Pharmopack
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Removal
local Stock Number: Removal 0027 1.00
ea
__________________
__________________ 3-day Training At Tcgrx Training Center Includes Lunch And Refreshments. Travel And Accommodation Not Included
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Biomed Training
local Stock Number: Biomed Training 0028 1.00
ea
__________________
__________________ shipping principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Shipping - Fss
local Stock Number: Shipping - Fss grand Total
__________________ salient Characteristics the System Will Need To Have The Ability To Communicate With Vista Use Hl7 Messaging.
packager Will Have A Touch Screen For Navigation As An All-in-one, With Biometric Scanning For User Login
packager Cannot Exceed The Following Dimensions Due To Space Limitations: 48 Width, 90 Height, 48 Deep. This Space Has The Necessary Data And Power Requirements In Pharmacy. There Is Not Space Sufficient In Any Other Location In Current Pharmacy Design. packager Must Fit Through Pharmacy Door (46 Width And 83 Height)
must Have At Least 400-canister Capacity.
must Include A Special Tablet System Or Sts.
packager Shall Have A Dual Tray System Allowing Users To Pre-fill Or Stage Two Trays At A Time, Providing Continuous Dispensing Of Non-canister Medications.
the Packaging System Shall Have Software Features Allowing Users To Use A Different Ndc If The Primary Ndc For An Order Has Ran Out Of Inventory; To Pause A Batch During A Production Run To Work On Another Batch Allowing Users To Come Back To The Paused Batch And Pick Up Where It Left Off; Group Or Daisy Chain Canisters Together To Reduce Refill Rates For High Volume Or Large Pill; Skip A Med If Un Available Then Removing It From The Order Staging It As Separate Order When Inventory Is Available; And Allow Users To Separate An Order With Multiple Patients Into Separate Orders At The Packager Level packager Shall Have A Swappable Lower Packaging Unit For Onsite Redundancy To Eliminate Downtime.
packaging System Will Use A Clamp And Seal System To Efficiently Seal Pre-folded Paper With A Serrated Edge To Ensure Pouches Are Produced With Less Errors And Make It Easy To Access Medications.
packager Shall Have Auto-correcting Motor Bases Preventing Jams While Dispensing From Canisters.
system Shall Have Reporting Capabilities Giving Users The Ability To Check User Metrics And Run Audit Reports.
system Shall Have Self-calibration Canister Kits For Canisters (ability To Modify Canisters To Fit Different Shape And Size Medications Without Replacing Canister)
system Shall Have A Set Of Universal, Manually Adjustable Canisters Allowing The Pharmacy Staff To Calibrate Canister For New Ndc S Without The Need To Swap Out Canister Parts.
system Shall Have Automatic Canister Recognition Chip System Available, Which Will Enable Any Canister To Be Seated In Any Location In The Packager.
system Shall Have The Ability To Change Pouch Sizes To Fit Different Sized Medications.
system Shall Be Able To Print Custom Labels (color Included)
packages Produced From System Shall Be Individually Packaged And At A Minimum Contain: Drug Name, Dose, Dosage Form, Lot Number, Expiration Date, And Bcma Compatible Barcode/ 2-d Printing Options.
system Must Be Compatible With Windows 10
package Must Be Most Current Version Of Software And/or System.
system Must Have Hl7 Interface With Pharmacy System Cerner / Vista/ Automated Dispensing Cabinets.
systems First Year S Software Licensing Is Included In Initial Purchase system Shall Have A Pouch Verification System That Can Verify Label And Contents Of Each Packet To Improve Accuracy And Efficiency.
pouch Verification System Shall Be Able To Produce A Cut And Rolled Group Of Medications By Patient, Facility, Or Hour Of Administration.
company Will Provide At Minimum 3 Days Of Training On Both Campuses For Staff To Be Adequately Trained. statement Of Work general Information introduction this Document Is Intended To Replace The Current Contract Packager Carefusion Pyxisâ® Pharmopack . The Carefusion Pyxisâ® Pharmopack Has Reached End Of Life (eol) For Parts And Support Of The Technology. scope Of Work replace Current Packager Which Will No Longer Have Parts Or Support Available For Repair Work From The Manufacturer. Enhance Patient Safety By Also Providing A Pouch Verification System.
it Attaches To And Communicates Across Local Area Networks Both Locally And At Remote, Community Based Outpatient Clinics (cboc). The System Will Seamlessly Communicate With Existing Automated Dispensing Cabinet Equipment In All Patient Care Areas To Support Adequate Drug Storage Within Tvhs. period Of Performance delivery Is Required By July 1, 2025, For Installation And Connection To Vista. The Devices Must Be Ready For Use By August 1, 2025, For Testing And Evaluation That The Devices Are Ready For Use. place Of Performance pharmacy Automated Medication Packager And Pouch Verification System Is Needed At Multiple Locations At Tvhs. Current Site Locations Are Listed Below: nashville Va Medical Center Alvin C. York Va Medical Center
1310 24th Avenue South 3400 Lebanon Pike
nashville, Tn 37212-2637 Murfreesboro, Tn 37129-1237 specific Requirements/tasks the Automated Pill Packaging Device Will Be Updated To A Windows 10 Operating System Meet Oit Requirement And Be Able To Communicate With Vista And Pharmacy Automated Dispensing Cabinets. This Will Allow Pharmacy To Resume The Automated 24-hour Filling Of Inpatient Patient S Medications And Increase Patient Safety. The Packager Shall Also Include A Pouch Verification System. two Devices Will Be Necessary For Both Nashville And Murfreesboro Campuses
the Medication Packager Will Interface With Vista To Receive Patient Orders For Solid Dosage Forms For Patient Use.
each Medication Will Be Dispensed In An Individual Unit Dose Package
each Package Must Have (at A Minimum: Drug Name, Dose, Dosage Form, Lot Number, Expiration Date, Bcma Compatible Barcode.)
the Medication Packager Will Have The Ability To Print Current Inventory Reports, Expiring Drug Reports, Drug Usage Reports.
the Medication Packager Will Have A Special Tablet System (sts) Tray And Half-tablet Support For Non-canistered Medications.
the Medication Packager Will Have The Capacity For At Least 400 Canisters.
the Medication Packager Will Have Infrared Light Detection Of Tablet To Ensure Unit Dose Packages Have Been Filled.
the System Will Have The Ability To Print Custom Labels (color Included).
packages Are Available In More Than One Size.
the Medication Packager Will Have A Touchscreen Display And Input.
the Medication Packager Will Have Automatic Canister Recognition Chip Available Which Will Enable That Any Canister May Be Seated In Any Location In The Packager. the Medication Packager Shall Have A Canister Calibration Kit To Manipulate Canisters To Fit The Facilities Evolving Formulary
the System Shall Come With Removable Main Frame (packaging Unit) To Decrease Downtime.
the System Shall Come With A Redundant (back Up) Main Frame
the System Shall Have Easy Access To Allow For Cleaning
system Will Be Most Current Version Available
system Will Be Able To Interface With Automated Dispensing Machines (adms: Pyxis And/or Omnicell)
pouch Verification System Shall Be Able To Verify Label And Contents Of Each Packet To Improve Accuracy And Efficiency
pouch Verification System Shall Be Able To Produce A Cut And Rolled Group Of Medications By Patient, Facility, Or Hour Of Administration delivery Or Deliverables the Contractor Shall Deliver An Inventory Of Installed Operation Units Throughout All Tvhs Listing The Unit Location, Unit Configuration And Unit Monthly Cost Prior To Or Concurrent With Invoicing For Those Units. This Shall Be Delivered Monthly Not Later Than Concurrent With Invoicing. work At The Government Site Shall Not Take Place On Federal Holidays Or Weekends Unless Directed By The Contracting Officer (co). The Exception To This Is In The Case Of Medical Necessity, As Determined By The Chief Of Pharmacy Or Delegated Pharmacy Staff. the Eleven Federal Holidays Observed By The Federal Government Are: New Year S Day; Martin Luther King, Jr. S Birthday; Washington S Birthday; Memorial Day; Juneteenth; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; Christmas Day, And Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday. special Considerations the Contractor Shall Not Be Entitled To Monthly Invoice Payment For Work Unless The Equipment Install, Confirmed Working With Limited Connection Issues And Training Has Completed. Upon The Completion Of Installation Of Equipment One Good Faith Payment Shall Be Received. contractor Responsibility the Contractor Shall Provide Enough Cat5 Data Line To Support Manipulation And Connection Of Devices To Existing Computer Port Connections, And Uninterruptable Power Supplies (ups) And/or Surge Suppressor Devices For All Equipment Not Already So Buffered. all Information And Data Related To This Project That The Contractor Gathers Or Obtains Shall Be Both Protected From Unauthorized Release And Considered The Property Of The Government. The Contracting Officer Will Be The Sole Authorized Official To Release Verbally Or In Writing, Any Data, The Draft Deliverables, The Final Deliverables, Or Any Other Written Or Printed Materials Pertaining To This Contract. Press Releases, Marketing Material, Or Any Other Printed Or Electronic Documentation Related To This Project, Must Not Be Publicized Without The Written Approval Of The Contracting Officer. government Responsibility the Government Will Provide Contractor Access To An Intact, Operational Data Network And Server Host Site Capable Of Effectively Supporting Day To Day Operation Of The Pyxisâ® System. The Government Will Also Furnish Connectivity Via Computer Ports For Those Patient Care Areas Receiving Deployed Equipment And Not Currently Having An Adequate Connection. Power (emergency Red Plug) And Network Receptacles For Operation Of The Devices Will Also Be Provided By The Government. the Government Will Obtain The Vista Interface License Required To Allow Non-va Vender Technology Communications With Va Systems.â all Government Personnel Involved With The Installation, Configuration, And Day-to-day Operation Of The Packager And Verifications System Will Be Properly Trained On The System S Operation And Current On Training Necessary For The Protection Of Sensitive Information While Using The Devices. security Requirements medication Packaging And Pouch Verification Devices Will Communicate Over Network Connections Considered Secure As Measured Against Department Of Veterans Affairs National, Regional, And Local Guidelines. The Contracted Maintenance Requirement Of The Automated Medication Packager And Pouch Verification System Will Allow And Require Remote Access To The Various Systems By Each Vendors Technical Personnel. Vendor Will Set Up An Account With The Department Of Veterans Affairs That Permits Communication With The Local System Via Virtual Private Network (vpn). During Specific Critical Situations Or Under Circumstances Considered Catastrophic, Communication Via Modem May Be Permitted By The Facility Iso Only.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vha Policy.â
the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vha 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
records
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, Regardless Of The Medium In Which The Record Exists. a 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 Veterans Health Administration (vha)/ Va Tennessee Valley Healthcare System (va Tvhs) Records.â
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vha Contract.
may Include Deliverables And Documentation Associated With Deliverables.
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. 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
va Tvhs 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 Va Tvhs 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 Va Tvhs. 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. 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 Vha 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 Vha/va Tvhs 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 Vha 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.
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This Contract, And Require Written Subcontractor Acknowledgment Of Same.â
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 Vha/ Va Tvhs Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: Notice Of Sources Sought The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses (sdvosb), Veteran Owned Small Businesses (vosb), And Small Businesses Interested And Capable Of Providing The Services Requested, As Well As Any Large Businesses. The Results From This Source Sought Notice Will Be Used To Determine The Appropriate Set-aside. The Intended Contract Is A Firm-fixed Price Service Contract. The Department Of Veterans Affairs, Nco20 Is Looking For Vendor Sources For The Following Requirement: A Blanket Purchase Order (base + 4 Option Years) For Urinalysis Testing See Attachments For More Information: Attachment A: V20 Estimated Urinalysis Test List Volume Attachment B: V20 Participating Medical Centers And Pocs Attachment C: V20 Bpa Price List (must Be Filled Out) Required Information In Your Response To Sources Sought: In Order To Be Considered A Valid Source That Can Impact The Set-aside Determination Of A Possible Future Solicitation, Potential Contractors Shall Provide, At A Minimum, The Following Information To Peter.park2@va.gov By Below Response Deadline: 1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Uei. Provide Any Existing Gsa/fss Contract Number This Requirement Can Be Fulfilled Under. 2) Please Identify Your Company S Size In Comparison To The Anticipated North American Industry Classification System (naics) Code 334516 Analytical Laboratory Instrument Manufacturing. To Be Considered A Small Business Your Company Must Have Less Than 1,000 Employees. This Notice Is To Determine The Marketplace For This Specific Requirement. Please Check One Of The Following: [ ] Yes [ ] No Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No Veteran Owned Small Business (vosb) [ ] Yes [ ] No Small Business Manufacturers [ ] Yes [ ] No All Other Small Business (sb) [ ] Yes [ ] No Other Than Small Business 3) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Provide A Sba Certification And Be Registered With U.s. Small Business Administration Veteran Small Business Certification (vetcert) Located At Https://veterans.certify.sba.gov/. 4) Only Authorized Service Representatives/providers Of The Manufacturer Will Be Considered. No Used, Refurbished, Remanufactured, Or Counterfeit Parts Will Be Allowed. Please Provide A Proof Of Authorized Service Provider Letter From Manufacturer. 5) Please Complete The Attached Price List (attachment C). This Is Not A Quote. 6) Capabilities Statement Addressing The Requirements In The Statement Of Work To Include: References For Similar Services Currently Being Provided Or Previously Provided At The Required Service Levels As Outlined In The Statement Of Work. The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam). Service Address: Various Stations In Nco 20 See Attachment Point Of Contact: Peter Park Contracting Officer Peter.park2@va.gov Response Deadline: 12/20/2024 By 3:00pm Pacific Time Statement Of Work: Bpa For Visn 20 Cprr Urinalysis Testing Bpa Language The Government Will Award A Cprr Bpa To A Single Contractor For Urinalysis Testing. Contractor Agrees To The Following Terms Of The Bpa Exclusively With Visn 20 And Awarded In The Final Bpa. Under This Agreement, The Bpa Holder Shall Provide Cprr Urinalysis Testing For All Visn20 Medical Facilities. The Vha Facilities Within Visn20 Listed On This Bpa Are Authorized To Order Any Item Listed On The Price/cost Schedule At The Listed Price. No Items May Be Ordered Off This Bpa Unless They Are Listed On The Price/cost Schedule. Additional, Related Items May Be Added Without Further Competition To The Price/cost Schedule With The Award Of A Modification By The Administering Contracting Officer (co). The Administering Co Is The Only Vha Employee Authorized To Modify This Bpa. Obligation Of Funds This Bpa Does Not Obligate Any Funds. The Government Is Only Obligated To The Extent Of Authorized Task Orders Issued Under This Bpa. Period Of Agreement This Bpa Is Effective From The Date Of Award For A Period Of 5 Years. Option To Extend The Term Of The Bpa The Government May Extend The Term Of This Bpa For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. By Written Notice To The Contractor At Any Time Prior To The Expiration Of The Bpa, Provided That The Government Shall Give The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Bpa Expires. The Preliminary Notice Does Not Commit The Government To An Extension. Prices And Terms Visn20 Has Provided An Estimated Annual Volume By Test As Reflected In Attachment A. Pricing Is Based On The Average Annual Test Volume. The Government Estimates The Volumes As Listed In Attachment A But Does Not Guarantee Volumes As Listed; They Are Estimates Only And The Government Doesn T Guarantee That All Listed Stations Will Participate In The Bpa. The Government Estimates, But Does Not Guarantee, That Individual Bpa Orders Placed Against This Agreement May Reach $825,000.00/per Order. This Order Limit May Be Increased By Mutual Agreement Of The Parties As Necessary, In Whole Or Part. The Authorized Ceiling Limit Of The Agreement Is Set At $4,500,000.00 Over The Period Covered By The Agreement; This Ceiling Is Also Not A Guarantee. The Ceiling Limit May Also Be Raised In Association With Order Limit Increases Or Other Conditions Which, By Mutual Agreement Of The Parties, Maybe Considered Necessary. Authorization For Individual Task Orders Above The Stated Task Order And/or Ceiling Limits Must Be Coordinated Through The Contracting Officer Before Larger Valued Orders Can Be Issued And Prior To Commencement Of Work. All Unauthorized Work, Regardless Of Amount, Will Be Processed Through The Ratification Process. Price/cost Schedule Estimated Quantities And Pricing Per Facility Order Placement All Properly Warranted Cos Serving Visn20 Are Authorized To Place Orders Under This Bpa. Task Orders Will Be Placed Against This Bpa Using Outlook Email Messages, Electronic Data Interchange (edi), Fax Internet Portal, Paper Or Oral Communications. Delivery Order Oversight Each Ordering Location Will Designate A Contracting Officer's Representative (cor) Or Poc (if Dollar Amounts Warrant A Cor, And Subject To Co Approval), Who Will Be Responsible For Verifying Contract Compliance And Certify Invoices. Requirement Specifications / Statement Of Work Scope: The Contractor Shall Provide Automated Clinical Laboratory Urinalysis Testing For Urine Dipstick Chemistries, Urine Microscopic Analysis, And Body Fluid Analysis (as Applicable) To Produce Cost Per Reportable Results (cprr) For The Locations Listed Below. Installation And Operational Training Will Be Provided By The Vendor At The Government S Facility. Vendor Will Provide Field Service Support. Vendor Will Also Supply Government With Sufficient Supplies, Reagents, And Training To Execute The Urinalysis Analyzer In The Performance Of The Testing Listed For Each Site Based On Estimated Patient Results Per Month. Equipment Will Be Defined By The Facility. Participating Locations: Alaska Va Healthcare System: 1201 North Muldoon Road, Anchorage, Ak 99504 Boise Va Medical Center: 500 West Fort Street. Boise, Id 83702 Eugene Health Care Center: 3355 Chad Dr., Eugene, Or 97408 Va Portland Health Care System: 3710 Sw U.s. Veterans Hospital Road, Portland, Or 97239 Roseburg Va Health Care System: 913 Nw Garden Valley Blvd., Roseburg, Or 97471 Va Southern Oregon Rehabilitation Center: 8495 Crater Lake Hwy., White City, Or 97503 Va Puget Sound Health Care System - American Lake Division: 9600 Veterans Dr Southwest, Tacoma, Wa 98493 Va Puget Sound Health Care System: 1660 S. Columbian Way, Seattle, Wa 98108 Mann-grandstaff Va Medical Center: 4815 N. Assembly Street, Spokane, Wa 99205 Jonathan M. Wainwright Memorial Va Medical Center: 77 Wainwright Drive, Walla Walla, Wa 99362 Map And Locations For Medical Centers And Clinics Within The Visn 20 Northwest Network Can Be Found At The Following Link: Https://www.va.gov/directory/guide/region.asp?id=1020. General Requirements: Leased (cost Per Reportable Result) Equipment. All Related Consumables And Supplies. All Necessary Service To Keep Equipment In Manufacturer's Operating Conditions, Both Preventive Maintenance And Emergency Repairs. Training For Personnel Operating Equipment. Cost Per Reportable Result Cprr: Cost Per Patient Reportable Result (cprr): As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers - Contractors Are Required To Provide A Price For A Reportable Patient Result. The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5-year Equipment Use, (2) All Reagents, Standards, Vendor Provided Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories, And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation Of A Patient Reportable Result. This Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution; Repeat And Confirmatory Testing Required To Produce A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi). (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation And Removal Of Equipment At No Additional Charge. Parameters: The Calculation For Price And Quantity Of Reagents In The Annual List Included In The Contract As Based On An Estimated Annual Number Of Reportable Results Provided By The Government. The Annual Quantities Of Supplies Shall Be Sufficient For Testing As Long As The Reportable Results Are Submitted In Compliance With The Following Parameters: Numbers Of Reportable Results Actually Performed By The Government Are Within Ten Percent Of The Annual Estimated Reportable Results As Indicated By The Annual Supply List. Use Of The Instrument(s) Are In Accordance With Instrument Usage Information Provided By Government (primary, Back-up Or Alternate). Test Volumes Are Determined By The Government. No More Than 10 Percent Repeats. Two Levels Of Quality Control To Be Run As Required By The Manufacturer Every Test Day. Calibrators For Periodic Calibration Checks And Demand To Validate Systems Following Major Repair Or Resolution Of Negative Quality Control Trends. Adjustments: The Government And Vendor Will Conduct Ongoing Reviews No Less Than Annually To Monitor Contract Performance Against Agreed Upon Efficiencies, Operational Assumptions, And Product Utilization (cppr Parameters). The Vendor Will Notify The Government When Such Reviews Indicate An Adjustment To The Quarterly Standing Order Shipments May Be Required. The Government Will Cooperate With The Vendor In The Conduct Of The Reviews. Vendor, Their Personnel, And Their Sub Vendors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.839.201 Contract Clause For Information And Technology Security. Equipment: Vendor Will Provide Urinalysis Analyzer(s) For Lease To Meet Visn20 Facilities Usage Needs. Installation: The Vendor Shall Deliver And Install All Rented Or Purchased Equipment Under This Contract After An Order Is Placed. Equipment Shall Be Installed Within 30 Business Days After Receipt Of Order. Equipment Shall Not Be Considered Installed Until Va Employee Certifies That The Equipment Is Properly Functioning And Has The Necessary Supplies To Perform Its Required Function. The Vendor Shall Maintain A Record Of Installation To Include: Location, Model Number, Serial Number, And Date Of Installation. Removal: The Vendor Shall Un-install And Remove All Rented Equipment Under This Bpa From The Requesting Facility Upon Request. Equipment Shall Be Removed Within 30 Days Of Request. Equipment Shall Be Considered Removed Upon A Va Employee Certification That The Equipment And All Accessories Have Been Taken By An Employee Of The Vendor And There Is No Disruption And /or Damage To The Surrounding Area. The Vendor Shall Maintain A Record Of Removal To Include: Location, Model Number, Serial Number, And Date Of Removal. Equipment Requirements: Vendor Shall Provide Urinalysis Systems That Meet The Following Requirements: Instrument Shall Include Chemical Analysis Of Urine (to Include Bilirubin, Urobilinogen, Ph, Specific Gravity, Glucose, Protein, Blood, Nitrites, Ketones And Leukoesterase) Without Interference From Urines With Common Abnormal Colors (red, Orange, Etc.). Instrument Shall Also Identify Formed Elements Including But Not Limited To, Red Blood Cells, White Blood Cells, Epithelial Cells (differentiating Transitional, Renal, And Squamous) Crystals, Casts, Bacteria, And Yeast Without The Need To Consistently Verify With Manual Microscopy. There Must Be A Direct, Automated Specimen Pathway Between The Chemistry Urinalysis Specimen Sampling And Testing And The Microscopic Urinalysis Sampling And Testing. Equipment Shall Provide Accurate Test Assay Results For Sample Specimens Up To The Manufacturer's Defined Maximum Tests Per Hour Without Excessive Malfunctions, Breakdowns, Or Service Calls. Instrumentation Shall Have Auto Reflex Testing Capability For Specimens Which Require Sediment Analysis. System Shall Have A Minimum Throughput Of 60 Samples Per Hour On The Microscopic Side. The Instrument Shall Have Customer Defined Rule Criteria To Reduce The Number Of Manual Reviews And Off-line Testing Required By The Operator. The System Shall Have The Ability For Auto-validation, Should The Facility Choose To Auto Validate Results. Instrument Shall Auto-classify Formed Elements With Limited Review By The Operator. Microscopic Analysis Must Be Fully Quantitative. Microscopic Analysis Must Have The Ability For The Instrument To Identify Cellular Microscopic Components And Provide Reviewable Digital Images. Instrument Must Offer Limited To No Carryover From Sample To Sample To Reduce Interference. Instrument Must Have The Ability To Continuously Feed At Least 300 Chemistry Strips Without Operator Re-load. Time From Standby To Operation Processing Samples Is Less Than 3 Minutes. Time Required For Routine Maintenance Activities Shall Take Less Than 30 Minutes Daily And Less Than 30 Minutes Weekly/monthly. All Testing Shall Be Fda Approved, Including Body Fluids If Available. Current Waste Stream Analysis And Sds (safety Data Sheets) Shall Be Provided To All Locations. Editable Electronic Copy In Clsi (clinical And Laboratory Standards Institute) Format Of Operating Procedures Shall Be Furnished With Each Instrument Supplied To All Participating Facilities. Testing Shall Include Current Laboratory Assays, But The Va Reserves The Right To Add Additional Tests To Test Menu. Protocols In Place For Various Degrees Of Urine Turbidity. A Selection Of Instruments Will Be Available Based On Volume, Test Menu Needs And Throughput Requirements Of Each Individual Facility. Instrument Shall Allow Patient Sample To Be Used For Repeats Or Reruns On The Same Or Different Instrument. All Instruments Must Be New (non-refurbished) Equipment. Contractor Shall Provide All Upgrades To The Equipment Hardware And Operating System Software, At No Additional Cost To The Government. (note Current Va Security Regulations Require Windows Based Operating Systems Be Windows 10 Or Higher). Instruments That Have The Ability To Have Access To The Internet Must Follow Va It Security Policies. The Internet Access Must Be Verified And Adhered To Before And During All Internet Access. Contractor S Software Is Required To Be Compatible And Interface Immediately Upon Award With Governmental Systems Which Include Cprs, Vista, And Cerner. Contractor Must Provide Evidence With Their Solicitation Response That Their Software Is Already Accepted For Use By Vha It Systems. All Equipment Shall Come With Any Required Accessories To Perform Normal Duties, To Include But Not Limited To, Properly Programmed Printers And Monitors, And Ups. The Analyzers Will Be Va Laboratory Information System (lis) Interfaceable, And The Vendor Will Supply Lis Specifications And Assist With The Interface Connections. Operation Of Software Uses Minimal Computer Strokes To Move From Testing To Reagent To Data Analysis Or/and Other Screens. Size Of Instrumentation Shall Be No More Than 65 W X 21 D. If Stand Is Required, It Is Included In The Contract At No Additional Cost. Upgrades Shall Be Delivered And Installed Within 60 Days Of Issuance To The Commercial Market. An Operator's Manual Shall Be Furnished With Each Instrument Supplied To Va And Updates To Manual Shall Be Provided In A Timely Manner. Uptime Guarantee/ Performance Penalty: Vendor Agrees That All Equipment Provided Shall Be Operable And Available For Use No Less Than 98% Of Operational Time Per Month. Each Instrument At Site Shall Be Computed Separately. Operational Time Is 24 Hours Per Day 7 Days A Week. Downtime Is Defined As When The Vendor Is Not Able To Produce Clinically Acceptable Results On The System Monitor And Will Be Computed From The Time The Government Notified The Hotline During Normal Working Hours Until The Field Service Engineer Returns The Instrument To The Government And The Government Can Produce Acceptable Clinical Results. Scheduled Maintenance Is Excluded From Downtime. Method Validations: Once The Instrument Has Been Installed According To The Vendor Specifications At The Government Location The Vendor Will Supply A Technical Representative To Perform Method Validation Studies During All Equipment Installations At All Facilities. The Method Validations Will Be Completed To Include The Necessary Studies Required For Clinical Laboratory Information Act (clia), College Of American Pathologist (cap) And Department Of Veterans Affairs (va) Regulatory Agencies And Shall Include Precision, Linearity And Current System To New System Correlations As Well As Establishment Of Normal And Therapeutic Ranges. The Va Will Not Accept Equipment Until It Passes All Validation Testing. Validation Testing Will Be Conducted On The Facilities Primary And Secondary Testing Methods. The Va Will Provide All The Samples Necessary For The Validation Studies. Maintenance And Repairs: Vendor Shall Provide Preventative And Corrective Maintenance Per Manufacturer's Recommendation. This Shall Include Software Upgrades And Parts And Labor, To Maintain All Urinalysis Equipment And Accessories. At A Minimum, Preventative Maintenance Shall Be Twice Annually, Beginning Six (6) Months After Installation. Vendor Will Furnish All Transportation, Equipment, Tools And Labor To Accomplish The Required Maintenance. Emergency Repairs Shall Be Performed After Initial Telephone Notification That The Equipment Is Inoperative. The Field Service Representative Will Call To Schedule Onsite Service Within 2 Hours Of Notification From Technical Assistance Hotline If Necessary. The Vendor Shall Provide The Government With A Designated Point Of Contact And Telephone Number And Shall Make Arrangements To Enable His Maintenance Representative To Receive Such Notification. Telephone Service Support Shall Be Available 24 Hours/day,7days A Week. Onsite Field Service Support Shall Be Available Monday- Friday 8am- 4:30 Pm (local Time). Onsite Repairs Shall Be Initiated Within 24 Hours Of First Notification From Technical Hotline To Field Service Engineer. Efforts Shall Be Made By The Vendor To Minimize Disruption To Governments And Employees (i.e. Reschedule If Work Interferes With Normal Operation, Access Equipment When Convenient To The Needs Of The Va, Etc.) Vendor Shall Maintain Cleanliness Of Work Area And Minimize Dust And Contaminants To Areas Adjacent To The Job Site. Vendor Shall Furnish A Malfunction Incident Report To The Installation Upon Completion Of Repair Call Within 2 Business Days After The Completion Of Work. The Report Shall Include As A Minimum The Following: Date And Time Notified. Date And Time Of Arrival. Serial Number, Type And Model Number(s) Of Equipment. Time Spent For Repair. Description Of Malfunction And Repair. Proof Of Repair That Included Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. Each Instrument Provided By The Vendor Shall Maintain An Uptime Of 98% In Each Month Of The Term Of The Agreement. During The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 5% Or Greater Of The Normal Working Days In One Calendar Month, It Is The Responsibility Of The Vendor To Immediately Replace The Broken Laboratory Equipment With New Equipment At No Additional Cost To The Government. The Responsibility For Maintaining The Equipment Furnished In Operating Condition In Accordance To Manufacturer's Instruction, Shall Solely Be The Responsibility Of The Vendor. The Contractor Shall Not Leave A Service Call Open Pending Verification That Repairs Are Completed By The Contractor's Maintenance Personnel. For Each Instrument Provided, The Vendor Shall Treat Each Notification For An Emergency/repair Service Call Form The Government As A Separate And New Service Call. The Following Are Guaranteed Throughout The Life Of This Contract: Priority Scheduling Of Requests For Service. Unlimited Emergency Service. No Charges For Labor, Travel Or Any Other Related Expenses. Unlimited Parts. No Charge For Replacement Parts Which Become Marginal Or Defective Due To Normal Use During Agreement Period. Factory Authorized Product Updates And Modifications. Installed At No Additional Charge For Improved Product Performance And Reliability. Factory Trained And Authorized Service Engineers. Continual Upgrading And Certification Of Engineers In Latest Instrument Technology. Training: With The Exception Of Specific Training Requirements Stated Herein, Which Shall Have Precedence; Vendor Shall Provide "operator" Training In Accordance With The Terms, Conditions, And Provisions Of The Vendor's Existing Federal Supply Service Contract. Listed Below Are The Training Requirements: The Vendor Shall Provide, At No Cost To The Government, On-site Training And Key Operator Training For At Least 2 Operators Per Instrument Per Site. Provide Initial In-depth Training For Two Key Operators At The Facility And For Each Individual Instrument Provided. Provide Annual Training For One Va Equipment Operator, Per Each Instrument, For The Participating Medical Center. Provide On-site Vendor Operator Training For All Personnel Who Will Run Instrument With Training Provided For All Applicable Shifts. The Vendor Shall Have An On-going Training Program For Employees By The Technical Service Representatives On Any New Products Or Updates On The Product Lines. All Materials For Training Will Be Provided At No Additional Cost To The Government. The Vendor Will Provide Competency Assessment Protocols For Use At Each Site Consistent With Federal (clia) And Cap Training Requirements. Reagents, Controls And Supplies: Routine Reagents, Controls And Disposables (supplies) For Chemical And Microscopic Urinalysis Testing Shall Be Provided By The Vendor And Shall Adhere To The Following Requirements. Reagents Including Controls And Disposables Shall Be Identified Prior To Delivery. Reagents Including Controls And Disposables To Be Listed In A Separate Table. The Table Should Include Annual Reagent Volumes, Costs, And Shipping Charges For Each Quarterly Standing Order Delivery. Reagent Manufacturer Shelf Life Shall Be No Less Than 12 Months. Reagents For The Analyzer Are Marked For Easy Recognition By The Operator And Shall Contain The Appropriate Facility Purchase Order Number In The Delivery Address. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Order. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By The Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Delivery Shall Be Within Four (4) Business Days Of The Prior Agreed Upon Shipment Date Or It Shall Be Considered Late. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. Consumables Will Be Provided On Demand As Needed If The Consumable Allotments Are Insufficient To Meet The Needs Of The Facility. Vendor Shall Supply All Changes To The Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes And Shall Be Coordinated With The Va Facility Point Of Contact To Implement The Changes In Accordance With Manufacturer's Recommendations. Space Availability: All Proposed Urinalysis Equipment Must Fit The Existing Space At Each Visn 20 P&lms Facility's, Without The Need For Renovation Work. Small Scale Re-arrangement Of Furniture Is Acceptable. Fitting Existing Space Shall Include Conforming To The Current Structural Parameters Of Each Lab, In Each Facility, In Terms Of Delivery, Installation And Lab Space. (i.e., Equipment Size, Weight, Packaged Size For Delivery, Electrical/voltage). Special Requirements: In Addition To The General Requirements For The Urinalysis Cprr Requirements Stated Above, The Contractor Shall Meet The Following Special Requirements: Equipment Shall Have A Fully Established Va Veterans Health Information Systems And Technology Architecture (vista) Computer System And Cerner Interface Program Via Data Innovations Middleware, With All Downloads/software Necessary To Transfer Data Into Patient Files In Va Vista And Cerner Computer Systems Via Data Innovations Middleware, At No Additional Cost To Va. Provide Bi-directional Interface With Data Innovations And Appropriate Quality Control Analysis System And All Components Necessary To Interface With Va Vista And Cerner Computer System. The Contractor Shall Provide An Auto Verification Package Through Data Innovations For Validation Utilizing The Instrument Manager Which Includes Rules And Technical Support For The Duration Of This Contract. Contractor Shall Assist In The Establishment, Testing, Deployment, And Troubleshooting In The Full Capacity Of The Middleware Before Implementation Date. The Contractor Is Responsible For Verifying Any Software Upgrades With The Instrument During Its Life, Will Be Compatible With Data Innovations Middleware. Contractor Shall Provide Automated, Walk-away Urinalysis Chemistry Analyzer With Peripherals With Direct, Automated Sample Pathway To An Automated, Walk-away Microscopic Urinalysis Analyzer With Peripherals For Sampling And Testing. Shall Provide Data Backup. Systems Shall Provide Ease Of Use (uncomplicated Menus), With Minimal Maintenance Required. Shall Provide Flexibility In Test Volumes. Shall Be Easy To Troubleshoot. Provide Extended Expiration Date Of Supplies. Uninterruptible Power Supply (surge Protection, Battery Backup) Provided By Vendor For All Associated Electrical Instruments And Ancillary Components Excluding Printer. Provide A Water System, If Required. If A Printer Is Required To Produce Patient Or Qc Reports, One Shall Be Provided Per System And Replaced If Broken. Cessation Of Testing: If, For Any Reason, Contractor Ceases Testing Of Any Urinalysis Assays, The Contractor Must Notify The Va Contracting Office And Laboratories, 60 Calendar Days Prior To The Change. Until A New Solicitation Can Be Issued, Or The Problem Resolved, The Contractor Shall Be Held Liable For All Costs If Performance Is Ceased, As The Lab Facility May Have To Resort To Outsourcing The Tests In Order To Continue Patient Care. The Vendor Will Be Responsible For The Following: Cost Per Reportable Result Program Reagents, Controls And Supplies: Routine Reagents And Disposables. Reagents Including Controls And Disposables To Be Listed In Separate Table. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Agreement. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. The Quality Of The Products Shall Be High Enough To Satisfy Proficiency Testing Standards Of The College Of American Pathologists (cap) And The Joint Commission (tjc). Changes In Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes Will Be Approved By The Vendor In Accordance With Manufacturer's Recommendations. Additional Reagents, If Required, Will Be Provided By The Vendor At No Additional Charge. The Government Will Be Responsible For The Following: Cost Per Reportable Result Program: Cppr Periodic Payments: Refer To Attachment A For Volumes. Test Description Estimated Volume Per Year Price Per Reportable. During The Agreement The Government Will Report By The 10th Of Each Month, To The Vendor In Writing Or Electronically, The Number Of Reportable Results Generated In The Previous Month. The Vendor Will Invoice The Government Based On The Report Of Reportable Tests. Laboratory Manager Or Designee Will Act As Contracting Officer Representative (cotr) For This Contract. Security: Returning Leased Equipment Constitutes A Risk. Va Employees Must Sanitize Va Sensitive Information Residing On Leased Equipment Before Releasing That Equipment From Direct Va Control, Or The Media Will Not Be Returned Upon Termination Of The Contract. Per Visn 20 Va Information Security Policies, No Hard Drives Or Computer Disks Containing Va Patient Information Will Be Removed From Va Facilities. At The Time Of Turn-in Or Removal Due To Failure, The Va Facility Will Remove All Sensitive Data From Information Systems Storage Devices Or Render The Data From These Systems Unreadable. No Federal Information Processing Equipment Will Be Discontinued From Rental/lease Or Exchange Without Compliance With This Require. Contract Personnel Will Not Have Direct Access To A Va System Or Va Sensitive Information. All Work/maintenance Will Be Accomplished By Va Laboratory Personnel As An Intermediary. If Contract Leased/purchased Equipment Contains Sensitive Information (pii/phi) To Be Directly Uploaded To/downloaded From Va Systems, A Mou/isa Shall Be Established Between The Vendor And Va. Unidirectional, Deidentified Data From Contract Leased/purchased Equipment To The Va Network Shall Be Protected In Accordance With Established Va Security Policy. Quality Assurance Monitoring: The Contractor Service Requirements Are Summarized Into Performance Objectives That Relate Directly To Mission Essential Items. The Performance Thresholds Briefly Describe The Minimum Acceptable Levels Of Service Required For Each Requirement. These Thresholds Are Critical To Mission Success. Information And Information System Security/privacy General Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. Access To Va Information And Va Information Systems A Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. Custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. The Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor's Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. Va Information Custodial Language Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor's Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va's Information Is Returned To The Va Or Destroyed In Accordance With Va's Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. Prior To Termination Or Completion Of This Contract, Contractor/ Subcontractor Must Not Destroy Information Received From Va, Or Gathered/ Created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations, And Policies In This Contract. The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. If A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. The Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. The Contractor/subcontractor's Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va's Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va's Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. Notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. For Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor. Information System Design And Development Information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. The Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. The Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default "program Files" Directory And Silently Install And Uninstall. Applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. The Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. The Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. The Contractor/subcontractor Agrees To: Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: The Systems Of Records (sor); And The Design, Development, Or Operation Work That The Contractor/ Subcontractor Is To Perform Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. In The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. "operation Of A System Of Records" Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. "record" Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person's Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. "system Of Records" Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual. The Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As "systems"), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. The Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 10 Days. When The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 10 Days. All Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. Information System Hosting, Operation, Maintenance, Or Use For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerablity Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor's Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va's Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor's Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government- Owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. The Contractor/subcontractor's System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va's Poa&m Management Process. The Contractor/subcontractor Must Use Va's Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/ Subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re- Authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. The Contractor/subcontractor Must Conduct An Annual Self Assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. Va Prohibits The Installation And Use Of Personally-owned Or Contractor/ Subcontractor- Owned Equipment Or Software On Va's Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va- Approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/ Subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: Vendor Must Accept The System Without The Drive; Va's Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; The Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And Any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre- Approved And Described In The Purchase Order Or Contract. A Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. Security Incident Investigation The Term "security Incident" Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/ Subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/ Subcontractor Has Access. To The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. Liquidated Damages For Data Breach Consistent With The Requirements Of 38 U.s.c. 5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. The Contractor/subcontractor Shall Provide Notice To Va Of A "security Incident" As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: Nature Of The Event (loss, Theft, Unauthorized Access); Description Of The Event, Including: Date Of Occurrence; Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; Number Of Individuals Affected Or Potentially Affected; Names Of Individuals Or Groups Affected Or Potentially Affected; Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; Amount Of Time The Data Has Been Out Of Va Control; The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); Known Misuses Of Data Containing Sensitive Personal Information, If Any; Assessment Of The Potential Harm To The Affected Individuals; Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $42.00 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: Notification; One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; Data Breach Analysis; Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. Security Controls Compliance Testing On A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day's Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. Training All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document - E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] The Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Laboratory Equipment and Services
United States
Closing Date6 Mar 2025
Tender AmountRefer Documents
Details: B.3 Performance Work Statement b.3.1 Overview
contractor Shall Provide All Labor, Supplies, Equipment, Maintenance, Information Technology, Transportation, And Supervision Necessary To Provide Cytogenetic Reference Laboratory Services To The William S. Middleton M Memorial Veterans Hospital Located In Madison, Wi. Cytogenetic Laboratory Services Include, But Are Not Limited To: Specimen Preparation And Storage; Transportation Of Clinical Laboratory Specimens, Performance Of Analytical Testing; Reporting Of Analytical Test Results; And Consultative Services. b.3.2 Start Of Work Meeting the Contractor Shall Attend A Three (3) Hour Start Of Work Meeting To Be Held Via Teleconference Within Fifteen (15) Business Days Following Contract Award. The Contractor Shall Have The Following Representation At The Start Of Work Meeting: customer Service Representative contracting Representative lead Pathologist the Contractor Will Be Given At Least A Ten (10) Business Day Notice Of The Time, Date And Location Of The Start Of Work Meeting. The Contractor Will Be Limited To Five Individuals Representing The Contractor At The Start Of Work Meeting Due To Limited Space. Three (3) Days Following The Receipt Of The Government S Start Of Work Meeting Notification, The Contractor Shall Provide The Names, Titles And Email Addresses Of The Individuals That Will Be Attending The Start Of Work Meeting To The Contracting Officer. b.3.3 Qualifications/requirements Of Laboratory & Contractor Personnel b.3.3.1 Laboratory b.3.3.1.1 Contractor Must Have At Least Three (3) Years Of Experience In Providing Rapid Response And Cytogenetic Laboratory Testing Services.
b.3.3.1.2 Contractor, Including All Subcontractor(s), Must Continuously Hold A Certificate Of Compliance Or Certificate Of Accreditation From The Centers For Medicare & Medicaid Services As Meeting The Requirements Of The Clinical Laboratory Improvement Amendments Of 1988 Or Must Demonstrate Accreditation By A Regulatory Agency(s) With Deemed Status From The Centers For Medicare & Medicaid Services, E.g. The College Of American Pathologists, And/or Other State Regulatory Agencies, As Appropriate, And As Mandated By Federal And State Statutes. The Reference Laboratory (ies) Must Maintain Valid Certifications During The Entire Performance Period Of This Contract. b.3.3.1.3 Upon Reissued Or Re-certification, The Contractor Must Supply A Copy Of The Certifications Referenced In Section B.3.1.1.2 To The Contracting Officer S Representative Assigned To The Contract. The Above Documents Must Also Be Supplied For Each Reference Laboratory That Is A Subcontractor Of The Primary Contractor. b.3.3.1.4 Contractor Must Notify Immediately The Contracting Officer S Representative (cor), In Writing, Upon Loss Of Any Required Certification, Accreditation Or Licensure. b.3.3.1.5 Contractor Shall Maintain Safety And Health Standards Consistent With The Requirements Set Forth By The Occupational, Health, And Safety Administration (osha), And The Center For Disease Control (cdc) And Prevention. b.3.3.2 Personnel b.3.3.2.1 Contractor Shall Ensure All Testing And Supervisory Personnel At All Contractor-owned, Affiliate, Or Subcontracted Laboratories Assigned To Work Under This Contract Meet And Maintain The Applicable Personnel Qualifications Set Forth Under The Clinical Laboratory Improvement Amendments (clia) Of 1988 Regulations, The College Of American Pathology (cap) Accreditation Standards, Or Other Accrediting Organizations And State Standards. b.3.3.2.2 Contractor Shall Ensure Its Employees Have The Ability To Perform The Applicable Duties Consistent With Their License And Certification. b.3.3.2.3 Personnel Assigned By The Contractor To Perform The Services Covered By This Contract Shall Be Proficient In Written And Spoken English (38 Usc 7402). b.3.3.2.4 Any New Requirements For Mandatory Education And/or Competency Reassessment, Which Occur During The Contract Period, Shall Be Completed/documented By The Individual Contractor Employee(s) And Available Upon Request. b.3.3.2.5 Contractor/subcontractor Couriers Entering Any Government Facility Must Be Attired In A Contractor/subcontractor Issued Uniform That Bears The Name Of The Contractor/subcontractor S Company. In Addition, The Contractor/subcontractor Representative Shall Prominently Display A Contractor-issued Identification Badge. b.3.4 Specimen Preparation And Storage For Reference Testing Specimens b.3.4.1 Contractor Shall Provide The Government Facility With Its Commercial Laboratory Reference Test Manual (hard Copy) To Ensure That The Collection And Storage Of Specimens Are In Accordance With Contractor S Requirements. b.3.4.2 If The Contractor Requires Specialized Specimen Collection Containers/media, The Contractor Shall Supply The Government Facility With The Appropriate Collection Container/media And Safety Data Sheets (sds) To Ensure Proper Specimen Integrity And Chemical Spill Clean-up Efforts. b.3.4.2 Contractor Shall Be Responsible For Storing Specimens In Such A Manner To Ensure The Integrity Of The Specimen. b.3.5 Specimen Transportation/testing Laboratory Locations b.3.5.1 The Contractor Shall Be Responsible For All Services Related To The Transportation Of The Specimens From The Madison Va Medical Center To The Commercial Testing Laboratory. b.3.5.2 The Contractor/subcontractor Shall Have At Least One (1) Year Of Experience In Providing Transportation Of Biomedical Material Transportation Services. b.3.5.3 Due To The Critical Importance Of Maintaining The Viability Of The Specimen Cells, The Specimen Must Arrive At The Contractor S Testing Laboratory Within Eight (8) Hours Of The Telephone Request By The Government Facility. b.3.5.4 The Government Will Request Specimen Transportation Services Via Telephone To The Contractor Or Designee On An As Needed Basis, Monday Through Friday, 8:00 Am 4:30pm. The Contractor Shall Provide Same Day Specimen Pickup As Requested By The Government Facility. Historically, The Madison Va Medical Center Requests Specimens Testing Services Three (3) Times A Week And Sends Out 1 To 2 Packages Each Time. b.3.5.5 The Contractor Shall Implement And Maintain Specimen Transportation In Accordance With The Transportation Plan Submitted With The Offer For The Transportation Of Specimens From The Madison Va Medical Center To The Testing Laboratory.
b.3.5.6 The Contractor Shall Receive A Copy Of The Orders Following Notification By The Government. The Orders Will Be Provided Via A Secure Fax To The Contractor. Contractor S Fax Machine To Receive These Orders Shall Be In A Secure Location. The Orders Will Contain At A Minimum The Following Information: b.3.5.6.1 Patient S Full Name b. 3.5.6.2 Patient S Identification Number, E.g. Social Security Number (ssn) b. 3.5.6.3 Physician S Name b. 3.5.6.4 Test(s) Ordered b. 3.5.6.5 Date/time Of Specimen Collection b. 3.5.6.6 Specimen Type b.3.5.7 The Contractor Shall Have Laboratory Personnel Available On Saturday To Accept/process Specimens, For When A Telephone Request Is Initiated On A Friday. b.3.6 Specimen Testing b.3.6.1 The Contractor And/or Subcontractor Shall Provide The Full Range Of Clinical And/or Anatomic Pathology Diagnostic Testing Capabilities To Execute All Required Tests As Annotated In Attachment 1. Contractor Shall Make Available The Following Test Information: b.3.6.1.1 Requisition Form Requirements b.3.6.1.2 Alphabetized Test Name List b.3.6.1.3 Test Order Code b.3.6.1.4 Specimen Collection And Preservation Requirements b.3.6.1.5 Test Method Employed (indicate If Testing Performed In Duplicate) b.3.6.1.6 Test Reference Intervals Adjusted For Age, Sex Or Race, When Required b.3.6.1.7 Test Specific Sensitivity, Specificity And Interferences, When Required b.3.6.1.8 Test Critical Values, If Any b.3.6.1.9 Policy For Critical Value Notification b.3.6.1.10 Cpt Coding b.3.6.1.11 Test Turnaround Times (minimum And Maximum Times Indicated); Where The Turnaround Time Is Defined As The Time Between Receipt Of Specimen By The Contractor And Receipt Of Results By A Government Facility. b.3.6.1.12 Schedule Of Test Performance (specific Days Of Week Indicated) b.3.6.1.13 Location Of Test Performance By Test Name (i.e. Name Of Primary Laboratory, Name Of Separate Branch/division Of Primary Lab, Name And Address Of Secondary (sub-contracted) Laboratory Must Be Cited) b.3.6.2 Preliminary Result Interpretation
the Contractor Shall Provide Preliminary Test Result Interpretation Of Ordered Test And Provide Guidance To Untested Portion Of Tests Provide Recommendations. The Contractor Shall Provide Recommendations For Reflex Testing And/or Cancellation Of Government Requested Testing. b.3.6.3 Contractor Shall Notify The Contracting Officer And The Cor Of Any Test Information Modifications No Later Than Two Weeks Prior To The Implementation Date Of The Test Change. b.3.6.4 Any New Test(s) Not Listed In Attachment 1 Must Be Added To The Contract Through A Formal Contract Modification By The Contracting Officer Prior To Specimen Being Tested. The Contractor Will Not Be Reimbursed For Any Services/testing Requested By Anyone Other Than The Contracting Officer Through A Formal Contract Modification. b.3.6.5 All Reference Laboratory Testing Shall Be Executed In Accordance With Standard Industry Practices. It Is Preferred That Test Methods Are Fda Approved. Any Non-fda Approved Method Being Performed Shall Have A Disclaimer And Documented Validation Plan. Upon Request, The Validation Plan And Validation Results Shall Be Made Available To The Cor Or Designee. b.3.6.6 The Contractor Shall Ensure The Accurate And Timely Performance Of Laboratory Testing Services. b.3.7 Specimen Retention b.3.7.1 The Contractor Shall Store The Specimens A Minimum Of Three (3) Days After The Test Is Reported Or In Accordance With The Retention Requirements Of Their Regulatory Body, Whichever, Is Longer, In The Event That Subsequent Action Is Necessitated, E.g. Problem Solving And/or Repeat Testing. b.3.7.2 All Anatomic Pathology Materials (e.g., Histology Blocks, Slides Or Other Anatomic Pathology Material) Generated By The Va Shall Be Returned Within 7 Calendar Days After Final Report Is Issued. b.3.8 Reporting Of Results b.3.8.1 Contractor Shall Provide Timely And Appropriate Testing Of Patient Specimens As Requested By The Government Facility. Due To The Criticality Of The Diagnostic Information That Results From This Testing, The Turnaround Time (defined As The Time From Receipt Of The Specimen In The Testing Laboratory To The Receipt Of Test Results By The Madison Va Facility And Based On Specimen Type), Shall Be Minimal And Are Defined In Attachment 1. b.3.8.2 A Final Report Of Laboratory Testing Results Must Be Issued As A Printed Hard Copy. Contractor Shall Deliver The Reports Without An Additional Charge By Expedited Overnight Courier Shipping, Mailing And/or Transportation Services By Hand Within 24 Hours, Or By Telephone Facsimile To A Protected Machine Identified To The Contractor By The Va. Contractor S Fax Machine To Transmit The Test Results Shall Be In A Secure Location. Delivery By Electronic Mail I.e. Ms Outlook, Etc. Is Prohibited. b.3.8.3 Each Test Report Shall, At Minimum, Include The Following Information: b.3.8.3.1 Patient's Full Name b.3.8.3.2 Patient S Identification Number, E.g. Social Security Number (ssn) b.3.8.3.3 Physician S Name (if Supplied) b.3.8.3.4 Government Laboratory Accession Number (if Supplied) b.3.8.3.5 Submitting Facility Name
b.3.8.3.6 Submitting Facility Account Number b.3.8.3.7 Patient's Location (clinic/ward) (if Supplied) b.3.8.3.8 Test(s) Ordered b.3.8.3.9 Date/time Of Specimen Collection (when Available) b.3.8.3.10 Day And Time Specimen Was Received At The Testing Facility b.3.8.3.11 Date/time Test Completed b.3.8.3.12 Test Result b.3.8.3.13 Reference Intervals (adjusted For Age, Sex Or Race, When Appropriate) b.3.8.3.14 Toxic And Therapeutic Ranges, If Applicable b.3.8.3.15 Flagged Abnormal Results b.3.8.3.16 Reference Laboratory Accession Number b.3.8.3.17 Name And Address Of Testing Laboratory b.3.8.3.18 Any Other Information The Laboratory Has That May Indicate A Questionable Validity Of Test Results. b.3.8.3.19 Specimen Inadequacy Shall Be Reported With Documentation Supporting Its Unsuitability For Testing. b.3.8.4 Test Results Determined By The Contractor To Be Critical, Shall Be Communicated By Telephone To A Designated Government Contact Person(s) At The Originating Government Laboratory Facility Upon Verification Of The Critical Test Result. The Telephonic Report Shall Be Followed By A Final Report Issued As A Printed (hard) Copy As Required In B.3.8.2.. b.3.9 Customer Service b.3.9.1 Contractor Shall Provide Customer Service Monday Friday 8:00am 4:30pm & Saturday 8:00am Noon., That Is Accessible By Telephone Service To Assist Government Staff For Tracking And Resolving Related Issues/problems That May Arise In The Performance Under This Contract. b.3.9.2 The Contractor Shall Notify The Originating Laboratory By Telephone Of Specimens Cancelled Due To Unacceptability For Reasons Relating To Volume, Specimen Container, Identification, Loss Of Specimen, Etc. Government Notification Shall Be Provided Within 24 Hours From When The Specimen Was Received At The Testing Laboratory. b.3.10 Consultative Services/utilization Reports
b.3.10.1 Contractor Shall Provide Professional Consultative Services That Are Consistent With The Services Offered Commercially To Other Customers At No Cost To The Government. These Services May Include Consultations By Laboratory Professionals Or Experienced Physicians/phd On Test Or Methodology Selection Or Test Result Interpretation. b.3.10.2 Contractor Shall Provide Direct Communication With The Government Pathologist And Provide Additional Assistance In The Interpretation, Recommendation Of Additional Testing And Assist In The Diagnosis Of Clinical Illnesses. b.3.10.3 Contractor Shall Provide, To The Cor, A Monthly Report Detailing The Date And Time Of Specimen Receipt At The Testing Laboratory.
b.4 Special Contract Requirements b.4.1 Services b.4.1.1 The Services Specified Herein May Be Changed By Written Modification To This Contract. The Va Contracting Officer Will Prepare The Modification (reference Far Clause 52.212-4(c), Changes) And, Prior To Becoming Effective, Shall Be Signed By Both Parties. Only The Contracting Officer Is Authorized To Make Commitments Or Issue Changes That Affect Price, Quantity, Or Quality Of Performance Of This Contract. In The Event The Contractor Effects Any Such Change At The Direction Of Any Person Other Than The Contracting Officer, The Change Shall Be Considered Unauthorized And No Adjustment Will Be Made In The Contract Price To Cover Any Increase In Costs Incurred As A Result Thereof. b.4.1.2 This Is A Non-personal Services Contract As Defined In Far 37.101. There Is No Employer-employee Relationship Between The Government And The Contractor Or The Contractor S Employee(s). Contractor Personnel Are Not Subject To The Supervision And Control Of A Government Officer Or Employee. Supervisory Functions Such As Hiring, Firing, Directing, And Counseling Of Contractor Personnel Are Not Performed By The Government. The Healthcare Contractor Who Furnishes Services Under This Contract Is Subject To Government Technical Oversight Of The Services. The Government Retains The Right To Reject Services For Contractual Non-performance. b.4.1.3 The Government May Evaluate The Quality Of Professional And Administrative Services Provided, But Retains No Control Over The Medical, Professional Aspects Of Services Rendered. b.4.1.4 Contractor Is Required To Maintain Medical Liability Insurance For The Duration Of This Contract. Medical Liability Insurance Shall Cover The Contractor For Services In All States Where Services Are Rendered By The Contractor. Contractor Shall Indemnify The Government For Any Liability Producing Act Or Omission By The Contractor, Its Employees And Agents Occurring During Contract Performance. b.4.1.5 Contractor Shall, In Writing, Keep The Contracting Officer Informed Of Any Unusual Circumstances In Conjunction With The Contract. b.4.1.6 Contractor Shall Not, Under Any Circumstances, Furnish Reports Directly To Patients. b.4.2 Term Of Contract b.4.2.1 This Contract Is Effective For A Base Period Of One (1) Year From The Effective Date Of Award. The Government, At Its Discretion, May Exercise Up To Four (4) Option Periods Of One (1) Year Each. The Contractor Shall Perform No Services After July 31st Of Each Year Until The Contracting Officer Authorizes Such Services In Writing. b.4.3 Availability Of Funds During A Continuing Resolution
b.4.3.1 At The Beginning Of Each New Fiscal Year (october 1st) The Federal Government Or Parts Thereof May Be Operating Under A Continuing Resolution And Only Be Funded For A Limited Period Of Time Rather Than For The Entire Fiscal Year. If, At Any Time, Funds For This Contract Are Provided Under A Continuing Resolution (cr), Funds Will Only Be Available For Performance Under This Contract Up To And Including The Expiration Date Of The Cr, And Any Extension Thereof. The Government's Obligation For Performance Of This Contract Beyond That Date Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Payment May Arise For Performance Under This Contract Beyond The Expiration Date Of The Cr, And Any Extension Thereof, Until Funds Are Made Available To The Contracting Officer For Performance And Until The Contractor Receives Notice Of Availability.
b.4.4 Federal Holidays b.4.4.1 Contractor Is Not Required To Provide Transportation Of Specimens On 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/indigenous Peoples 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. b.4.4.2 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. b.4.5 Hhs/oig to Ensure That The Individuals Providing Services Under The Contract Have Not Engaged In Fraud Or Abuse Regarding Sections 1128 And 1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Health And Human Services - Office Of Inspector General (hhs/oig), List Of Excluded Individuals/entities On The Oig Website (www.hhs.gov/oig) For Each Person Providing Services Under This Contract. The Listed Parties And Entities May Not Receive Federal Health Care Program Payments Due To Fraud And/or Abuse Of The Medicare And Medicaid Programs. During The Performance Of This Contract The Contractor Is Prohibited From Using Any Individual Or Business Listed On The List Of Excluded Individuals/entities. Any Healthcare Provider Or Entity That Employ Or Enter Into Contracts With Excluded Individuals Or Entities May Have A Civil Monetary Penalty (cmp) Imposed Against Them. By Signing This Offer, The Contractor Certifies That All Persons Or Entities Listed In The Contractor S Proposal Have Been Compared Against The Oig List And Are Not Listed As Of The Date The Offer Was Signed.
b.4.6 Record Keeping Contractor contractor Shall Establish A Record Keeping System Of All Tests Performed. b.4.7 Medical Records clinical Or Other Medical Records (i.e. Test Results) Of Va Veteran Patients Treated By Contractor Under This Contract Are Owned By The Va And The Contractor Is Not Authorized To Release Or Utilize This Data For Any Use Other Than Contract Performance. If Requested, Test Results Will Be Mailed To The Va At No Additional Cost To The Government. Mail Shall Be Sent In Accordance With Va Directive 6609, Mailing Of Sensitive Personal Information. Contractor May Obtain A Copy Of Va Directive 6609 At The Following Website: Http://www1.va.gov/vhapublications/index.cfm. If A Subpoena Or Court Order Is Received For The Production Of A Medical Record/test Result, The Contractor Shall Notify The Contracting Officer That A Subpoena Or Court Order Was Received. b.4.8 Confidentiality Of Patient Records b.4.8.1 The Contractor Is A Va Contractor And Will Assist In The Provision Of Health Care To Patients Seeking Such Care From Or Through Va. As Such, The Contractor Is Considered As Being Part Of The Department Health Care Activity. Contractor Is Considered To Be A Va Contractor For Purposes Of The Privacy Act, Title 5 U.s.c. 552a. Further, For The Purpose Of Va Records Access And Patient Confidentiality, Contractor Is Considered To Be A Va Contractor For The Following Provisions: Title 38 U.s.c. 5701, 5705, And 7332. Therefore, Contractor May Have Access, As Would Other Appropriate Components Of Va, To Patient Medical Records Including Patient Treatment Records Pertaining To Drug And Alcohol Abuse, Hiv, And Sickle Cell Anemia, To The Extent Necessary To Perform Its Contractual Responsibilities. However, Like Other Components Of The Department, And Not Withstanding Any Other Provisions Of The Sharing Agreement, The Contractor Is Restricted From Making Disclosures Of Va Records, Or Information Contained In Such Records, To Which It May Have Access, Except To The Extent That Explicit Disclosure Authority From Va Has Been Received Or Disclosure Is Required By Law. The Contractor Is Subject To The Same Penalties And Liabilities For Unauthorized Disclosures Of Such Records As Va. b.4.8.2 The Records Referred To Above Shall Be And Remain The Property Of Va And Shall Not Be Removed Or Transferred From Va Except In Accordance With U.s.c.551a (privacy Act), 38 U.s.c. 5701 (confidentiality Of Claimants Records), 5 U.s.c. 552 (foia), 38 U.s.c. 5705 (confidentiality Of Medical Quality Assurance Records) 38 U.s.c. 7332 (confidentiality Of Certain Medical Records) And Federal Laws, Rules And Regulations. Subject To Applicable Federal Confidentiality Or Privacy Laws, The Contractor, Or Their Designated Representatives, And Designated Representatives Of Federal Regulatory Agencies Having Jurisdiction Over Contractor, May Have Access To Va S Records, At Va S Place Of Business On Request During Normal Business Hours, To Inspect And Review And Make Copies Of Such Records. b.4.9 Hipaa Compliance contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). The Va Has Recognized Diagnostic Laboratory Facilities As Healthcare Providers And That The Phi Is Being Disclosed And/or Used For Treatment. Therefore, No Baa Is Required For Reference Laboratory Services. b.4.10 Designation Of Contract Representatives the Madison General Diagnostics Laboratory Supervisor Will Be Designated As The Contracting Officer Representative (cor) To Represent The Contracting Officer In Furnishing Guidance And Advice Regarding The Work Being Performed Under This Contract. The Cor Will Provide Technical Guidance, Verify Services Were Actually Performed, And Also Verify That Documentation For Services Performed Is Received Prior To Certifying Payment. The Foregoing Is Not To Be Construed As Authorization To Interpret Or Furnish Advice And Information To The Contractor Relative To The Financial Or Legal Aspects Of The Contract. Enforcement Of These Segments Is Vested In And Is The Responsibility Of The Contracting Officer. The Extent And Limitations Of The Cor Designation Will Be Provided In The Cor Delegation Memo.
b.4.11 Contract Performance Monitoring b.4.11.1 Monitoring Of Contractor S Performance Shall Be Demonstrated Through Clinical And Administrative Record Reviews. Cor Will Be Responsible For Verifying Contract Compliance. Contracting Officer's Representative (cor) Will Designate Appropriate Va Personnel To Monitor Services Through One Or A Combination Of The Following Mechanisms: b.4.11.2 Departments Being Served Will Monitor Contractor Performance To Ensure That Services Called For In The Contract Have Been Received By Va In A Timely Manner. Any Incidents Of Contractor Noncompliance As Evidenced By The Monitoring Procedures Will Be Forwarded Immediately To The Contracting Officer. b.4.11.3 Documentation Of Services Performed Will Be Reviewed Prior To Certifying Payment. The Cor Will Perform Periodic Spot Checks And Document With The Using Service To Ensure Records Monitoring. Va Will Pay Only For Services Actually Provided, And In Strict Accordance With The Price Schedule/attachment A. Contract Monitoring And Recordkeeping Procedures Will Be Sufficient To Ensure Proper Payment And Allow Audit Verification That Services Were Provided. b.4.11.4 Departments Being Served, Through The Cor, Will Provide A Written Statement Annually To The Contracting Officer To Include A Summary Of Contractor Actions And A Statement That All Requirements Of The Contract Have Been Fulfilled As Agreed. This Summary Evaluation Will Be Submitted 45 Days Prior To Expiration Of Contract (and/or Prior To Election Of Option Year Renewals, If Applicable). b.4.12 Quality Assurance Monitoring b.4.12.1 Contractor Shall Maintain A Quality Assurance Program Related To Reference Laboratory Services Covered Under This Contract. b.4.12.2 Contractor Shall Also Participate In A Joint Quality Assurance Surveillance Program (qasp) With The Government Facility. This Program Must Minimally Address The Quality Aspects Representative To The Testing Process, I.e. Pre-analytical, Analytical And Post-analytical Variables And Include A Description Of Monitoring And Evaluation Activities. There Must Be A Mutually Agreed Upon Procedure For Responding To Issues, Problems And/or Concerns Identified By The Government With Details As To Whom And In What Timeframe The Matters Will Be Reconciled. The Issues That May Need To Be Addressed May Be General In Nature Or Specific To An Incident Or Event. The Contractor Will Meet Or Communicate With The Facility Staff For Process Review And Improvement Of Contract Performance On An As Needed Basis. b.4.12.3 Copies Of Licensure/certifications Are Also Required To Be Submitted Upon Request By The Va. b.4.12.4 Quality Factors That Va May Consider When Monitoring Quality Of Care May Include, But Are Not Limited To: Patient Medical Records, Security/privacy, Adverse Event Reporting, Turn-around Times, Timeliness To Customer Service Requests, Adherence To Transportation Requirements. b.4.12.5 These Monitoring Procedures And Disincentives For Contractor S Failure In Meeting These Tasks Are Further Illustrated In The Following Performance Requirements Summary Matrix:
performance Objective tasks: performance standard acceptable (minimal) quality level (aql) monitoring method disincentives1 ensure The Safety And Integrity Of Bone Marrow Or Tissue Specimens no Loss Or Destruction Of Bone Marrow Or Tissue Specimens Iaw Pws B.3.4 99.5% Of The Time contractor Reporting; Government Inquiries. $572 For Each Bone Marrow Or Tissue Specimen Lost Or Destroyed Will Be Deducted From The Monthly Invoice. ensure The Safety And Integrity Of Peripheral Blood Specimens no Loss Or Destruction Of Peripheral Blood Specimens Iaw Pws B.3.4 98% Of The Time contractor Reporting; Government Inquiries. $71 For Each Peripheral Blood Specimen Lost Or Destroyed Will Be Deducted From The Monthly Invoice. transportation Of Bone all Bone Marrow Or 99.5% Of The 100% Inspection Of $572 For Each Bone Marrow Or 1 The Disincentives Above Are Based On The Va S Internal Costs Incurred When Additional Medical Procedures Or A Delay Of Healthcare Occurs Due To A Lost Or Destroyed Specimen. The Calculation Of Internal Costs Was Based On Cms Cpt Codes, Labor Costs And Patient Transportation Costs That Would Be Incurred If A Specimen Was To Be Recollected. marrow Or Tissue Specimens Within The Designated Timeframe tissue Specimens Are Transported To The Testing Facility Within 8 Hours Of Notification Iaw Pws B.3.5.3 time tat On 6 Randomly Selected Test Per Quarter tissue Specimen Lost Or Destroyed Will Be Deducted From The Monthly Invoice. transportation Of Peripheral Blood Specimens Within The Designated Timeframe all Peripheral Blood Specimens Are Transported To The Testing Facility Within 8 Hours Of Notification Iaw Pws B.3.5.3 98% Of The Time 100% Inspection Of Tat On 6 Randomly Selected Test Per Quarter $71 For Each Peripheral Blood Specimen Lost Or Destroyed Will Be Deducted From The Monthly Invoice. testing Services Will Be Performed In Accordance With The Defined Turnaround Times (tat) results Will Be Reported Within The Established Number Of Calendar Days Iaw Pws 3.8.1. 90% Of The Time. 100% Inspection Of The Tat On 6 Randomly Selected Tests Per Quarter 5% Of The Cost Of Each Test Result Reported Late Shall Be Deducted From The Monthly Invoice. b.4.12.6 If The Contractor Believes There Are Excusable Circumstances, The Contractor Shall Inform The Contracting Officer And The Cor And Provide A Detailed Explanation With The Excusable Delay Request. Excusable Circumstances May Result In Adjustment Of The Disincentives Established In The Performance Matrix Based Upon The Contracting Officer S Determination And Findings. b.4.13 Contractor Certification b.4.13.1 Citizenship-related Requirements: Contractor Must Adhere To And Return The Signed Certification Attachment 2 Found In Section D Of This Solicitation. This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecutions Under 18 U.s.c. 1001. b.4.14 Required Registration With Contractor Performance Assessment System (cpars) b.4.14.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed The Thresholds Outlined In Far Part 42.15, And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials Through The Past Performance Information Retrieval System (ppirs). The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To The Posting Of Each Report. To Fulfill This Requirement Va Uses An Online Database, The Contractor Performance Assessment Reporting System (cpars). The Cpars Database Information Is Uploaded To The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. b.4.14.2 Each Contractor Whose Contract Award Is Estimated To Exceed The Thresholds Outlined In Far Part 42.15 Is Required To Provide To The Contracting Officer Contact Information For The Contractor S Representative With Their Response To The Solicitation. The Contractor Is Responsible To Notify The Contracting Officer Of Any Change To The Contractor S Representative During The Contract Performance Period. Contractor S Representative Contact Information Consists Of A Name And Email Address. b.4.14.3 The Government Will Register The Contract Within Thirty Days After Contract Award. For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Intermediate Reports Will Be Filed Each Year Until The Last Year Of The Contract, When The Final Report Will Be Completed. Each Report Shall Be Forwarded In Cpars To The Contractor S Designated Representative For Comment.
the Contractor S Representative Will Have Thirty Days To Submit Any Comments And Return The Report To The Va Contracting Officer. Failure By The Contractor To Respond Within Those Thirty Days Will Result In The Government S Evaluation Being Placed On File In Ppirs Without Contractor S Comments. [end Of Special Contract Requirements] b.5 Contract Security Requirements b.5.1 General b.5.1.1 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. b.5.2 Contractor Personnel Security Requirements b.5.2.1 Failure To Comply With The Government S Personnel Security Requirements May Result In Termination Of The Contract For Default. b.5.2.2 Contractor And Its Subcontractors Shall Have A Current Process In Place For Conducting Employee Screening/background Checks As A Condition Of Employment With The Contractor Or Subcontractor. Contractor Shall Also Provide A Certification Memo Indicating That All Its Employees And Subcontractor Employees Having Access To Va Sensitive Information (ie. Laboratory Technicians And/or Technologists, Administrative Personnel) During The Performance Of This Contract Have Successfully Passed Through This Process To Their Standards. The Certification Memo Shall Be Provided To The Contracting Officer And Cor On An Annual Basis (employee Screening/background Checks Are Not Required To Be Re-conducted Annually).
b.5.3 Security Training b.5.3.1 Due To The Increased Emphasis On Privacy And Information Security, The Following Special Contract Requirements Are Established And Hereby Made Part Of The Contract Entered Into With The Department Of Veterans Affairs. All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted To Va Information And Its Systems: b.5.3.2 Privacy & Information Security Training: Contractor And Their Sub-contractors Assigned Work Under The Contract Are Required To Receive Annual Training On Patient Privacy As Established By Hipaa Statues. Training Must Meet Vha S And/or The Department Of Health And Human Services Standards For Privacy Of Individually-identifiable Health Information. For Contractors And Sub-contractors Who Do Not Have Access To Vha Computer Systems, This Requirement Is Met By Receiving Vha National Privacy Training, Other Vha Approved Privacy Training, Or Contractor Furnished Training That Meets The Requirements Of The Hhs Standards. Contractor Shall Provide Certification To The Va Upon Request That All Employees And Sub-contractor Employees Assigned Work And/or Having Access To Protected Health Information Have Received Annual Training. b.5.3.3 Rules Of Behavior: Contractor Personnel Having Access To Va Systems Are Required To Read And Sign A Rules Of Behavior Statement, Which Outline Rules Of Behavior Related To Va Contracts. b.5.3.4 Failure To Complete Mandatory Annual Training And/or 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. Information On Fulfilling The Training Requirements As Stated In Sections B.5.3.2 And B.5.3.3 Can Be Found At The Va Talent Management System (tms) At Https://www.tms.va.gov/secureauth35/. Once There, Follow The Steps To Create An Account, Launch The Mandatory Training, And Complete The Content. The Training Will Provide Information Regarding Privacy, Information Security, Rules Of Behavior, And Other Pertinent Topics Relevant To Work At The Va. If Any Difficulty Is Experienced While Creating An Account Or Completing The Mandatory Content, Contact The Va Mse Help Desk At 1.888.501.4917 Or Via Email At Vamsehelp@gpworldwide.com.
b.5.3.5 As Va Routinely Reviews And Updates Policies And Procedures Covering Contractor Computer Access, Security Requirements May Change During The Term Of This Contract And New Policies And Procedures May Be Implemented Unilaterally During The Term Of This Contract. b.5.4 Va Information Custodial Language b.5.4.1 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). b.5.4.2 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. b.5.4.3 Prior To Termination Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. b.5.4.4 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.
b.5.4.5 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. b.5.4.6 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.
b.5.4.7 If A Vha Contract Is Terminated For Cause, Any 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. b.5.4.8 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. b.5.4.9 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. b.5.4.10 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. b.5.4.11 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. b.5.4.12 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 Co And Cor.
b.5.5 Information System Hosting, Operation, Maintenance, Or Use b.5.5.1 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. b.5.5.2 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. b.5.5.3 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.
b.5.5.4 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, And Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. b.5.5.5 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 Co And 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.
b.5.6 Security Incident Investigation b.5.6.1 The Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access. b.5.6.2 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. b.5.6.3 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. b.5.6.4 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.
b.5.7 Liquidated Damages For Data Breach b.5.7.1 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.
b.5.7.2 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. b.5.7.3 Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: b.5.7.3.1 Nature Of The Event (loss, Theft, Unauthorized Access); b.5.7.3.1 Description Of The Event, Including: b.5.7.3.1.1 Date Of Occurrence; b.5.7.3.1.2 Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; b.5.7.3.2 Number Of Individuals Affected Or Potentially Affected; b.5.7.3.3 Names Of Individuals Or Groups Affected Or Potentially Affected; b.5.7.3.4 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; b.5.7.3.5 Amount Of Time The Data Has Been Out Of Va Control; b.5.7.3.6 The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); b.5.7.3.7 Known Misuses Of Data Containing Sensitive Personal Information, If Any; b.5.7.3.8 Assessment Of The Potential Harm To The Affected Individuals; b.5.7.3.9 Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And privacy Incidents, As Appropriate; And b.5.7.3.10 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.
b.5.7.4 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: b.5.7.4.1 Notification; b.5.7.4.2 One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; b.5.7.4.3 Data Breach Analysis;
b.5.7.4.4 Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; b.5.7.4.5 One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And b.5.7.4.6 Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. b.5.8 Security Controls Compliance Testing b.5.8.1 On A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With Ten (10) Business-day 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. b.5.9 Access To Va Information And Va Information Systems b.5.9.1 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 b.5.10 Va Sensitive Information & Data Security Requirements b.5.10.1 Paper, Plastic Or Other Similar Based Media Containing Va Sensitive Data That Is Not Sent To The Va Will Be Properly Disposed Of By The Contractor By Methods Such As Shredders With No Larger Than 1/8 Inch Width Cuts And Then Cross Cut. This Media Will Be Destroyed Such That Information May Not Be Retrieved. Media With Small Print, Such As Microfilm Will Be Completely Destroyed Such As To Render The Information Unrecoverable. b.5.10.2 The Contractor Will Take Due Diligence To Make Sure That Va Sensitive Information And Data That Is Viewed, Faxed Or Similarly Transmitted, Or Discussed Verbally Is Protected From Unapproved Disclosure. b.5.10.3 Va Sensitive Information And Data May Not Be Transmitted Across The Internet Unencrypted (including Email And Instant Messaging) And Must Be Protected By (va-vpn) Va Virtual Private Network And/or Va Approved Encryption Process (example: Pki Public Key Infrastructure). b.5.10.4 Va Sensitive Information May Not Reside On Non-va Systems Or Devices Unless Specifically Designated And Approved As Appropriate For The Terms Of The Contract. All Systems That Store Or Process Va Data Will Be Protected With Va Approved Encryption (typically Fisps 140-2 Compliant). b.5.10.5 Any Security Violations Or Suspected Violations Shall Be Immediately Reported To The Va Contracting Officer And The Assigned Va Information Security Officer (iso). [end Of Contract Security Requirements] [end Of Section B]
Province Of Ifugao Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 5.4 Million (USD 94.6 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 06-2025-g (first Publication) For It And Office Equipment 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Five Million Four Hundred Seventy-four Thousand Two Hundred Eighteen Pesos And 94/100 Only (php5,474,218.94) Being The Abc To Payments Under The Contract For Publication No. 06-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bided). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On February 06, 2025 To February 27, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On February 13 At 01:30 P.m.at The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of February 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 27, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: February 06, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost It Equipment 1 Branded Computer Set Tower + Monitor Bundle 2 Set 13th Gen Core I5-13400 Intel Uhd 730 Graphics 8-10 Gb Ram 256-260 Ssd 1-2tb Hdd Win11 Home Sl With Office For Home & Student 21.5-22" Monitor Keyboard Mouse Mousepad 2 Desktop 1 Set "13th Gen Core I7-13700 8-10gb 256gb-230gb Ssd 1tb Hdd Intel Uhd 770 Graphics For 13th Gen Win11 Home W/ Office For Home & Student With Input Vga Hdmi Monitor Black Inclusive Of 2 Desktop Stand" 3 Brand New Printer 1 Unit "specifications: Type: Print, Scan, Copy, Fax With Adf Paper Size: Legal, Indian-legal, 8.5x13""., Letter, A4, 16k, Envelopes Supported Os And Applications Windows Xp/vista" 4 Computer Set (complete Office Pc Set) 1 Set Intel Core 17-i9 13900h 10th/i5 10th Gen Processor, Intel Cooler 8 Gb/ 16gb Ddr4 Ram 500gb-1tb Sata Ssd H510m Lga 1200 Motherboard, Built In Intel Graphics 700-800w Power Supply, 500gb-1tb Hdd 27-30 Inches 1080p 75hz, Graphics Memory:2-4gb & Under 2-4gb,optical Disk Drive Operating System: Windows 10, System Memory:16gb Ports:hdmi, Processor Type: Intel Core 19 Display Size: 19222427, Graphic Card Series: Intel 5 Printer With Scanner 3 Unit Specs: Type- Ink Tank Printer Function - Print, Scan, Copy Print Speed (b&w) - 6.0ppm To 7.0 Ppm Color Lcd Automatic Duplex Printing Paper Size = A4, Letter, Legal Max Copying Speed - 10cpm To 12 Cpm Max Paper Input 250sheets Wifi Connect Scan Resolution - 1200x2400dpi To 1250x2500dpi, Flatbed Scanner. 6 Printer 3 Unit All-in One Printer (printer, Copy And Scan) High-speed Auto-duplex Printing Connectivity: Ethernet, Wifi Ieee 802.11b/g/n, Wifi Direct Usb 2.0 Maximum Print Resolution: 4800-4900 X 1200-1400 Dpi Maximum Paper Size:215.9-217mm X 6000-7000mm Number Of Paper Trays: 2(1 Front/1rear) Mac: Os Compatibility Print Speed: Draft, A4(black/color) To 34-36ppm Copy Speed: A4 Simplex- 22-24ipm Monochrome: Color 5.0sec/24ppm/7.5ipm Iso,a4 Simplex (black/color) - 25 Ipm/25ipm Standard Capacity Color:3000 Pages (black,cyan,magenta And Yellow) Standard Capacity: Black 1000 Pages Xl Black 7 Ups 5 Unit 800 Va-450w (bv8001-ms,4 Outlets, Avr/surge) 100% Genuine, Original And Brandnew Battery Back Up 8 Wireless: All In One Printer 1 Unit Specifications: Print Resolution: 4,800 X 1,200 Dpi Scan Resolution : 600 X 1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/color) Copy Speed: 2-3.2 Ipm Fax Resolution: 300 X 300 Dpi (extra Fine) Connectivity: Wi-fi, Airprint, Morpria, Direct Wireless, Usb Paper Handling: A4, Ltr, Lgl, 4 X 6", 5 X 7", 7 X 10", 8 X10", Square (89 X 89 Mm, 127 X 127mm), Card Size (91 X 55mm) Ink: G1-71 (pigment Ink/ Black), Dye-based Ink/ Cyan, Magenta, Yellow) Maintenance Cartridge: Mc-g04 Duty Cycle: 1,000-3,000 Pages/ Month Dimensions: 416 X 337 X 212 Mm (factory Configuration), 416 X 556 X 268 Mm (output/ Adf Trays Extended) Weight: 7.0-7.2 Kg. 9 Finger Biometrics: 500-1000 Finger Prints Capacity;50,000 Logs Capacity 2.8-5 Inches Tft Screen Display Usb Host/client 2 Unit 10 1.5hp Split Inverter Aircon; Dimension: 717x495x230-837x308x189 Size 1.5 Hp;cooling Capacity 12000(2729-12500); Color White; Control Type Remote;cooling Area (sq. Meters)15-23; Noise Level (indoor- High:40.6: Noise Level (indoor Low:31.8; Airflow Direction Control (up & Down: Remote Controoled; Airflow Direction Control(left & Right) Remote Controlled: Temperature Controll Remote Controll: Fun Speed( Low/mid/ High) 1 Unit 11 Photocopier Monochrome A4 Laser Multifunctional Ir 1643if Ii:[ront,copy, Scan,send And Fax, Ir1643i: Print, Copy, Scan, And Send. Control Panel 12.7 Cm Tft Lcd Wvga Colour Topuch Panel. Memory 1.0-2 Gb Ram. Storage 2 Gb-3gb. Paper Output Standard-150-300 Sheets. Paper Supply Standard Paper Cassette, 550-1000 Sheets, Multi Purpose Tray, 100-200 Sheets. Capacity Max: 2,300 Sheets (with Paper Feeder Pf-c1x3. Print Resolution (dpi) 600x600. Scan Speed (ipm) 1 Sided Scanning: 20, 2 Sided:34 (copy At 600 Dpi) 1 Sided. Bw/cl,a4 38/13 2 Sided, 70/26 (send At 300dpi). Scan Resolution Copy:upto 600x600 Send Push Up To 300x600, Pull Upto Dpi 600x600. Power Consumption Max: Approx 1420 W Or Less. Paper Feeder: Paer Capacity 550 Sheets (80gsm), Dimension (wxdxh) 480x464x842 Mm-490x465x845 Weight Approx 4.0 Kgs 1 Unit 12 Desktop With Printer: Cpu: I5-i7 12400, Motherboard: Gigabyte H610m K, Ram:udim D4 Heat Sink 3200mhz 8-16gb, 1tb Hdd & 1tb Ssd Chassis: Case Psu Hyperpower 80+ Bronze Hp 650 Pro, 21.5-22"display W/ Mouse And Keyboard, Usb Black 32 Gb, A4 Tech, Krs-8372a-shape With Mouse Usb Black, Printer Windows 11, Microsoft 21 3 Unit 13 Laptop I7-i9 Processor: 2.80 Ghz 2.80 Ghz, Installed Ram 16-32 Gb License Microsoft Windows 11, Usb, Mouse, Mouse Pad, Bag System Type 64 -bit Operating System,x64-based Processor 1 Unit 14 "laptop (high End) - Operating System: Windows 11 Home - Microsoft Office: Office Home And Student 2021 Installed (licensed) - Processor: Intel® Core™ I5-17 Generation Or Above - Graphics: Geforce Rtx™ 4050 - Display: 16” Wuxga 165hz Ips - Memory: 8gb - 16gb Ddr5 - Storage: 512gb To 1 Tb M.2 Pcie Nvme Ssd - Keyboard: 103-/104-/107-key Finetip Rgb-backlit Keyboard With Independent Standard Numeric Keypad, International Language Support - Speakers: Stereo Speakers, 2w X2, Optimized With Nahimic Gaming Audio Battery: 90 Wh 4 Or Abovecell Li-ion Battery With Laptop Accesories(bag, Mouse Etc.)" 1 Unit 15 "laptop - Operating System: Windows 11 Pro - Microsoft Office: Office Home 2021 Installed (licensed) - Processor: Intel® Core™ I5-i7 12 Generation - Graphics: Geforce Rtx™ 3050 - Display: 15.6” Or Above Full-hd 144hz Ips - Memory: 16gb To 32gb 3200mhz Ddr4 - Storage: 512gb To 1 Tb M.2 Pcie Nvme Ssd - Keyboard: Full-size Backlit Keyboard - Connectivity: Wi-fi 6 (802.11ax), Bluetooth 5.0 - Ports: Multiple Usb Ports (type-a And Type-c), Hdmi, Audio Jack - Audio: Built-in Stereo Speakers - Battery: Lithium-ion Battery - Additional Features: Built-in Webcam And Microphone, Advanced Cooling System - With Laptop Accesories(bag, Mouse Etc.)" 1 Unit 16 "desktop Computer - Intel Core I5-12400-i7 Lga1700 - Microsoft Office: Office Home 2021 Installed (licensed) - Motherboard: Gigabyte H610m - Ram: 8gb-16gb Ddr4 3200mhz - Storage: 256gb-1tb Ssd + 1 Tb Hdd-2tb - Casing: Core Elite - Psu: 700w - W/ Keyboard And Mouse " 1 Unit 17 "desktop Monitor - Response Time(ms): 1ms-2ms - Panel Type: Ips - Display Technology: Led - View Angle Horizontal(deg): 178 - View Angle Vertical(deg): 178 - Refresh Rate(hz): 100-150 - Screen Size(""): 24.50 - Hd Type: Fhd - Resolution: 1920x1080-higher" 1 Unit 18 "printer - A4 Print Speed Up To 17-18 Ipm(black)/16.5-17.5 Ipm(colour) - Wifi, Airprint, Mopria, Wifi Direct, Usb 2.0 - Auto 2 Sided(duplex) Printing, 20 Sheets Auto-document Feeder(adf), 1 Line Lcd - Full Ink Bottles Included. Yield Up To 7500/5000 Pages(black/colour) - Compatible With Mobile Connect App" 1 Unit 19 Camera Lens For Canon 1 Unit Apc-c F4.5-6.3 To F/32 16-29mm (full Frame Equivalent) Stm Stepping Af Motor 5-7 Blade Diaphram 6 Stops Of Image Stabilisation 0.5x Magnification 20 Camera Lens For Canon 1 Unit 24-240mm Focal Length Max Aperture: F/4-f/6.3 Full Frame With Nano Usm 10x Optical Zoom Lens Image Stabilisation 21 Camera Lens For Canon 1 Unit 600-800mm Focal Length Full Frame 4 Stops Of Image Stabilisation 22 Heavy-duty Fluid Head Tripod Kit 1 Unit Aluminum Tripod With Fluid Head System 13.2-14 Lb Load Capacity, Weighs 9 Lb 33.9 To 73.2" Height Adjustment 35-40" Folded Length, 75mm Ball Head Snap-on Quick Release Plate Tilt Damping, Fixed Counterbalance 1/4"-20 Anti-twist Accessory Threads 23 Battery Pack For Canon Camera 3 Unit Capacity Of 1040mah Output Voltage Of 7.2v Lithium-ion Weight: 43-45.5 Kg 24 Camera Backpack 1 Unit Interior Size: 34-35 X 22-23 X 49-50 Cm Weight: 1.58-1.60kg Divided Compartment Design Hps-eva Core Divider Protective System Tripod Carry System Water Repellent 25 Projector 1 Unit Rgb Liquid Crystal Shutter Projection System White And Colour Light Output At 5,000-6,000 Lamp Type Wireless Connection Multi-pc Projection 2 X Hdmi 26 Memory Card For Camera 2 Unit 128gb -256 Gb Storage Capacity Max Read Speed: 180-190 Mb/s Max Write Speed: 90-100 Mb/s Min Write Speed: 30-40 Mb/s 27 Laptop 1 Unit Amd Ryzen™ 5-7 5700u Processor 16-32 Gb Ram 512 Gb- 1 Tb Ssd 14-15.6" Full Hd 1920x 1080 Display Amd Radeon™ Graphics Windows 11 Home 28 Laptop 1 Unit Intel® Core™ I5-i7 13420h Processor 16 - 32 Gb Ram 512 Gb -1tb Nvme Ssd 14-15.6" Full Hd 1920 X 1080 Display Geforce Rtx™ 2050 Graphics Card Windows 11 Home 29 Laptop 1 Unit Intel® Core™ I5-i7 13620h Processor 16 Gb-32gb Ddr4 Ram 512 Gb-1tb Nvme Ssd 15-16'''wuxga 1920 X 1200 Display Windows 11 Home 30 Laptop Intel® Core™ Ultra 5-7 Processor 125h 1 Unit 16 -32gb Ddr5 Ram 512 Gb-1tb Nvme Ssd Intel Arc Graphics 13-14" Oled Display Windows 11 Home 31 Projector With Screen 1 Unit 3840-4800 Ansi Lumens Aspect Ratio 4:3-16:9 Projection Lens Focus:2.56-2.68 Projection Screen Size: 23-300" Projection Distance: 1.0-11.8m 32 Camera 1 Unit Compact Slr 18-24 Megapixel Aps-c 100-6400 Iso 2.4-2.7" Screen Size Cmos Sensor Type 33 Audio Recorder 1 Unit 32-64gb Storage 1400-1536 Kbps Dual-mic & Pcm Clear Capacity Of 1100 Mah 34 Laptop 1 Unit Amd Ryzen 5-7 7840hs Processor 16 Gb-32 Gb Lpddr5x Ram 512 Gb-1 Tb Ssd 15.6-6.16inches Full High Definition Display Geforce Rtx 4050graphics Card Wi-fi 6e Windows 11 Home 35 Laptop 1 Unit Intel Core Ultra 7-9 155h Processor 16 Gb-32gb Lpddr5x Ram 512gb-1 Tb Nvme Ssd Geforce Rtx 4060 Graphics Card 14.5-15" Wqxga + 3072 X 1920 Display Windows 11 Home 36 Desktop System Unit 1 Unit Intel Core I7-i9 14700 Lga 1700 Processor Wifi Socket Lga 1700 Ddr5 Motherboard 32gb-64gb Ddr5 Ram 1-2tb Gen 4 Nvme M.2 Ssd Geforce Rtx 4060 Graphics Card 650-1000 Watts Power Supply Tempered Glass Side Panel Gaming Pc Case White 37 Desktop Monitor 1 Unit Panel Size 5-6" Panel Type Hva, Curved Screen 1500r Resolution 1920x1080 Refresh Rate 165hz Display Ratio 16:09 Dot Pixel (h*v) 12125 X 0.36375 (hxv)mm Display Area (h*v) 4 (h)x392.85 (v)mm 38 Mechanical Rainbow Led Wired Keyboard And Mouse Bundle 1 Unit 39 Laptop 1 Unit Intel® Core™ Ultra 7-9 155h Processor 16 Gb-32 Gb Ddr5 Ram 512gb-1tb Ssd 14-15" Oled Display Intel® Arc™ Graphics Windows 11 Home 40 Laptop 1 Unit Amd Ryzen 7-9 8945hs Processor 32gb-64gb Lpddr5x Ram 1tb-2tb M.2 Nvme Pcie Ssd Geforce Rtx4060 Graphics Card 14-16" Oled Wqxga Display Wi-fi 6e + Bluetooth Wireless Card Windows 11 Home 41 Desktop Computer 2 Unit Intelcore I5-i7 13400 Processor 16-32gb Ddr4 Ram 256 Gb Ssd + 1 Tb Hdd Windows 11 Home Usb Wired Keyboard & Wired Mouse 7 Monitor 42 Back-ups 2 Unit Output Power Capacity: 360 Watts/650 Va-1000va Output Connections: (4) Nema 5-15r (battery Back-up) Nominal Output Voltage: 230-250v Nominal Input Voltage: 230-250v Input Connections: Nema 5-15p 43 Printer 6 Unit Print, Scan, Copy Print Speed (a4, Iso): 11/6 Ipm (mono/ Colour) Wifi, Airprint®, Mopria ® Print Service, Direct Wireless Recommended Monthly Print Volume: 150-1,500 Pages 2.5-2.7 Lcd Touchscreen And Colour Display Factory Configuration: 416 X 363 X212mm Output/adf Trays Extended 416x554x Weight: 7.5-8 Kg 44 Desktop Computer High-end 1 Unit Specs Display : 21.5-22inch Monitor Memory:8-16gb Ddr5-2666 Sdram (1x8gb) Storage: 1-3 Tb Hdd Storage; 256-512 Gb Ssd Storage. Processor: Core L5-10400f (2.9ghz Graphics Card: Nvidia(r) Geforceo Gt 1030 (2 Gb Gddrs Dedicated). Network Lnterface: Lntegrated 10/100/1000 Gbe Lan Dimensions: 15.54-16 X 30.3-31 X 33.73-34 Cm Weight: 5.96-6kg Keyboard: Usb Black Keyboard And Mouse Combo. 45 Laptop Computer High-end 2 Unit Specs,: Processor: Lntel Core I7-i9-125ooh A 2.0 To 4.5 Ghz Memory: 8-16 Gb Of Ddr5 3200 Mhz System Memory Storage: 512gb-1tb Nvme Ssd Display: 15.6-16in Display With Ips (ln-plane Switching) Full Hd 1920 X 1080 144h2 Graphics : Geforce R Rtx'" 3050ti Wlan: Killer Tm Wi-fi 6 Ax 1650i 802.11 A/b/g/n+acr2+ax Wireless Lan Dual Band (2.4 Ghz And 5 Ghz)2x2 Mu-mimo Technology Supports Bluetooth 5.1. Lan : Killertm Ethernet E26oo 10/100/1000 Mbps Lpv4 And Lpv6 Support. Operating System: Windows 11 Home Ports: Usb Type-? Port Supporting: Usb 3.2 Gen 2 (up To 10 Gbps), Display Port Over Usb-c Thunderbolt4 Usb Charging 5v;3a, Dc-in Port 20v;65w One Usb 3.2 Gen 2 Port Featuring Power-off Usb Charging Usb 3.2 Gen 2 Port Usb 3.2 Gen 1 Port Ethernet (rj-45) Port Hdmi 2.1 Port With Gdcp Support 3.5 Mm Head Phone/speaker Jack, Supporting Headsets With Built-in Microphone Dc-in Jack For Ac Adapter. Keyboard: 103-/l04-/lo7-key Fine Tip Rgb-backlit Keyboard With Independent Standard Numeric Keypad, International Language Support. Touch Pad: Multi-gesture Touchpad, Supportint Two- Finger Scroll; Pinch; Gestures To Open Cartona Action Center, Multitasking: Application Commands. Dimensions: 360.4-361 (w) X 271.09-272 (d) X 25.9-26/26.9-27 (h) Mm (14.19-15 X 10.67-11x 1.02-2/l.06-2 Inches) With Plastic A Cover. Weisht: 2.5kg (5.51 Lbs.) With 4-cell Battery Pack, Solid State Drive. 46 Biometric (see Attached Specification) 1 Unit Multi-bio Time Attendance Terminal Face Capacity: 1,000-1,500 Fingerprint Capacity: 1,500-2,000 Id Card Capacity: 1,500-2,000 Record Capacity: 80,000-100,000 Display:2.8-inch Tft Screen Communication: Tcp/ip, Usb-host, Wi-fi Power Supply: Dc 12v 1.5a Verification Speed: ≤ 1 Sec. Operating Temp: 0°-45° C Operating Humidity: 20%-80% Dimension: 200.25 X 148 X 33.04 Mm-221 X 150 X 34 Mm Net Weight: 380g-400g 47 Desktop Computer 2 Unit Operating System-windows 11 Home With Ms Office For Home And Student Processor-intel Core I5-1245 Oh Processor (4cores, 8 Threads 3.4ghz, 1.2mb Intel Smart Cache) Motherboard-intel" H600 Chipset Memory-8gb-16gb Ddr4 3200mhz Uddim, 32gb-33gb Of Dual-channel Ddr4 Hard Disk Drive-256 Gb-257gb, M.2.2280 Pci-e Ssd, 1tb 3.5inch-4inch 7200rpm-7300rpm Graphics-intel Uhd 730 Graphics For 13th Generation (better Performance Than Nvidia Gt730 2gb) Audio-integrated High Definition, 5.1 -channel Surround Sound Networking-wlan, 802.1 1ac/a/b/g/n Wireless Lan And Bluetooth 5.0, Lan-gigabit Ethernet Standard I/o Ports, Expansion Slot(s) Power Supply And Adapter-300w-320w Keyboard And Mouse-usb Wired Keyboard & Wired Mouse 48 Laptop Computer 1 Unit Processor: Intel Core Ultra7 155u Processor(e-cores To 3.80-3.85ghz,p-cores 4.80-4.85ghz) Operating System: Windows 11 Pro 64 Graphic Card: Integrated Intel Graphics Memory: 16gb-20gb Ddr5-5600mhz(sodimm)2 X 8 Gb) Storage: 512gb-600gb Ssd M.2 2242 Pcie Gen4 Tlc Opal Display:16"wuxga(1920 X 1200)ips,anti-glare,non Touch,45% Ntsc,300 Nits. 60hz Battery: 3-5 Cell Li-polymer 57-60wh Ac Adapter/power Supply:65-70w Fingerprint Reader:no Finger Print Reader Pointing Device:trackpad Keyboard:backlit,black With Number Pad-english(us) Wifi:intel@wi-fi 6e Ax211 2x2 Ax & Bluetooth@5.1(windows 10)-bluetooth@5.3(windows 11) One Port For Usb 3.2 Gen 1 Featuring Power Off Usb Charging Color: Graphite Black 49 Laptop 1 Unit Specifications: Cpu: Intel Core I7-i10-1255u Ram: 16-32gb Ddr4 Storage: 1-3tb Ssd Gpu: Nv1d1a Mx550 2-4gb Display: 15.6'' -20'' Os: Window 11-15 Home 50 Printer 1 Unit Specifications: Print, Scan, Copy Connectivity: Wifi, Usb, Wireless Direct Printing Speed - 17/16.5 Ipm - 18/17.5 (iso) Mono/color Diplex Printing Wifi- Direct And Highspeed Usb 2.0-4.0 Print Resolution - 1,200 X 6,000 Dpi-1300 X 7000 20-sheet Auto Document Feeder Paper Input Capacity 150-200 Sheets Multipurpose Tray 80-90 Sheets 1.8'' -2'' Tft Colour Lcd Mobile Print: Brother Iprints& Scan, Airprint & Mopria Cons: Bt-d60bk-7500-8500 Pages Bt5000cmy-5, 000-6000 Pages 51 Laptop With Projector 1 Unit Specifications: Operating System: Windows 11-12 Home Processor Family: Amd Ryzen 7-8 Processor Processor: Amd Ryzen 7 5825u ( Up To 4.5 Ghz Max Boost Clock, 16 Mb L3 Cache, 8 Cores, 16 Threads) Chipset:amd Integared Soc Sustainable Impact Specifications: Keyboard Keycaps Made With Post-consumer Recycled Plastic Security Management: Trusted Platform Module (firmware Tpm)support Memory:8-16gb Ddr4-3200 Mhz Ram (1 X 8 Gb) Memory Layout (slots & Size ) :1 X 8- Gb - 2x8gb Internal Storage: 512-600 Gb Pcle Nvme M.2 Ssd Cloud Service: 25-30gb Dropbox Storage For 12 Months Display: 39.6 -42cm (15.6'''') Diagonal, Fhd (1920 X 1080), Ips, Micro-edge, Anti-glare, 250-300 Nits, 45% Ntsc Display Size(diagonal): 39.6- 42cm (15.6'''') Graphics: Integrated Graphics:(integrated):amd Raeon Graphics Ports: 1 Superspeed Usb Type-c 5gbps Signaling Rate; 2 Superspeed Usb Type-a 5 Gbps Signaling Rate; 1 Hdmi 1.4b;1 Ac Smart Pin; 1 Headphone/microphone Combo Expansion Slots: 1 Multi-format Sd Media Card Reader Camera:hp True Vision 720-750p Hd Camera With Temporal Noise Reduction And Integrated Dual Array Digital Microphones Audio: Dual Speakers Pointing Device: Hp Imagepad With Multi-touch Gesture Support; Precision Touchpad Support Keyboard: Full-size, Natural Silver Keyboard With Numeric Keypad Wieless: Realtek Rtl**@@ce 802.11 A/b/g/n/ac (2x2) Wi-fi And Bluetooth 5-10 Combo Power Supply Type:45-50 Wh Li-ion Ecolables:epeat Registered Energy Star Certified: Energy Star Certified Product Design: Paint Finish Cover And Base, Vertical Brushed In-mould Roll Keyboard Frame Product Color: Natural Silver Minimum Dimensions(w X D X H): 35.85-36.86 X 24.2-25.3 X 1.79-2.5 Cm (dimensions Vary By Configuratiuon) Weight: 1.69-2kg Warranty: 1 Year, 10-15 Minutes Response Time For Service Projector With Screen Specifications: Projection System Dlp Projection Method: Front, Rear, Ceiling, Rear Ceiling Number Of Lamps: 1-3 Lamp Power:220-300 W Normal Mode Lamp Life: 6000-7000hour Economy Mode Lamp Life: 10000-11000hour Lens Type: Manual Zoom Manual Focus Minimum Lens Aperture: F/2.41-3-42-4 Maximum Lens Aperture: F/2.53-3-54-4 Minimum Focal Length: 21.85-23 Mm Maximum Focal Length: 24.01-25mm Minimum Diagonal Image Size: 584.20-600mm Maximum Diagonal Image Size: 7.62 -8m (300'') Minimum Projection Distance: 1-2m Maximum Projection Distance:11.80 -12m Optical Zoom: 1.1-2-2x Extremeeco Mode Lamp Life: 15000-16000hour 52 Desktop Medium End 1 Unit Specifications: Windows 11-15 Home Sl Intel Core I5-1335 Process-17-1500 Process 8-10gb (1x8gb) Of Ddr4 System Memory, Upgradable To 32-36gb Using Two So Dimm Modules 512-600 Gb, Pcle, Gen4, 16-32 Gb/s Nvme With Hdd Upgrade Kit 16.0''-32'' Display With Ips ( In-plane Switching) Technology, Wucxga 1920 X 1200, Acer Comfy View Led-backlit Tft Lcd 16;10 Aspect Ratio, Clor Gamut Ntsc 45% Wlan: Intel Wireless Wi-fi 6eax211 ,-802.11-803.12 A/b/g/n/ac/ax Wireless Lan Band: 2.4 Ghz, 5 Ghz And 6ghz-2x2 Mu_mimo Technology- Supports Bluetooth 5.1 Or Above-support Vpro/ Support Cnvi Interface-gigabit Ethernet Card Reader: Sd Card Reader T-type Hd Camera-streaming Webcams Compatible W/ Windows 1280 X 720 Resolution, -720p Hd Video At 30 Fps W/ Temporal Noise Reduction, Blue Glass Lens, -knowles Dual Mic (33 Mm + 33 Mm) 50 Wh 3-cell Li-ion Battery(- 10 Hours) 358.5 (w) X 260 (d) X 19.9/22.9 (h)mm (14.11 X 10.24 X 0.78/0.9 Inches) With Plastic A Cover Information Comm. Techno. Equip. 53 "desktop Pavilion All In One Pc Operating System: Windows 11 Processor: Intel Core I7-12700t-i9 Ram: 16gb - 18 Gb Storage: 512gb - 1tb Monitor Display:24""-26"" With Dvd/cd Written Accessories; Speaker And Webcam Os: Windows 11 Licensed Ms Office Licensed (excel, Word, Access, Powerpoint, Publisher) Warranty; 2 Years " 1 Set 54 Desktop Computer Inter Core I5 14th Generation - 4.70ghz Ram: 16gb-24gb Ssd:500gb To Itb Monitor Display:24"-26" With Dvd/cd Written Accessories; Speaker And Webcam Os: Windows 11 Licensed Ms Office Licensed (excel, Word, Access, Powerpoint, Publisher) Warranty; 2 Years 3 Set 55 Printer 4 Unit Print, Scan, Copy Print Speed (a4, Iso): 11/6 Ipm (mono/ Colour) Wifi, Airprint®, Mopria ® Print Service, Direct Wireless Recommended Monthly Print Volume: 150-1,500 Pages 56 Projector With Adaptive Color And Wireless Capability 1 Pc Brightness: 4800-5000 Ansi Lumens Standard: Compliant W/ Iso 21118-optical Z00m Ratio:1.1x-1.5x Projection Screen Size 58cm-762cm Projection Distance 3.3'-39.3' Audio 3w Speaker Dimensions: 313-314 X 240-245 X 113.7-114mm 57 Biometrics Attendance System: 500-1000 Finger Prints Capacity;50,000 Logs Capacity 2.8-5 Inches Tft Screen Display Usb Host/client 1 Unit 58 Computer Desktop Medium End 1 Unit Specifications; Cpu: Intel Core I7-i9 Ram: 8-16gb Storage: 1 Tb-2 Tb Monitor: 24" - 27" Keyboard And Mouse: Keyboard And Mouse Set 59 Dslr Camera 1 Unit Specification: Image Sensor Type: Cmos Sensor Aspect Ratio: 3:2-4:00 Effect Pixels: Approx. 24-24.1 Megapixels View Finder Type: Eye Level Penta Mirror Lcd Monitor Type: Tft Color Liquid-crystal Monitor Coverage: Vertical/ Horzontal Wifi: Built In Iso Range: 100-6400 Shutter Speed: 1/4000 Sec To 30 Sec Monitor Size & Dots: 7.5-8.5cm W/ Approx 920,000-950,000 Dots Image Type: Jpeg, Raw 14-16 Bit 60 Photocopier Machine 1 Unit Specifications: Machine Type: Monochrome A4 Laser Multifunctional Core Functions: Copy, Scan, Send And Fax Control Panel: 12.7 Cm-13 Cm Lcd Touch Memory: 1-2 Gb Ram Storage: 1-2gb Paper Output Capacity: 180-200 Sheets 61 Printer With Scanner 3 Set Printer Type: Prit, Scan, Copy, Fax W/ Adf Paper Sizes: A4, A5, A6, B5, Legal Scanner Type: Flatbed Colour Image Scanner Colour: 48 Bit-64 Input, 24-25 Output Paper Capacity: 30-35 Sheets (a4 Paper) 20 Sheets (legal) Usb: Usb 2.0-2.5 Network: Ethernet, Wifi, Ieee, Wifi Direct 62 Laptop And Printer 1 Set "processor Intel ® Core ᵀᴹ 7-9 150u (12 Mb Cache, 10 Cores, 12 Threads, 5 To 5.40 Ghz) Operating System Windows 11 Pro Ubuntu ® Linux ® 22.04 Lts, 64-bit Video Card Integrated: Intel ® Iris ® Xe Graphics Display 16-17 Fhd +1920x1200, 60hz, Wva, Non-touch, Anti-glare, 250 Nit, 45% Ntsc, 25ms, Memory* 32gb-128 Gb: 2 X 8 Gb, Ddr5, 5200 Mt/s, Dual-channel Storage 1tb-3tbhdd 512gb-1tb M.2 Pcie Nvme Solid State Drive Color: Anodized Ice Blue Dimensions & Weight Height: 19.05 Mm -200mm Width: 356.78 Mm-400mm Depth: 249.52 Mm -300mm Starting Weight:1.87 Kg (4.12 Lb) *mouse, Mouse Pad And Laptop Bag" "all In One Printer (print, Scan, Copy & Fax) Print Resolution: 4,800x1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/colr) Copy Speed: 2-3.2 Ipm Fax Resolution: 300x300 Dpi (extra Fine) Maintenance Cartridge: Mc-g04 Dimensions: 416 X 337 212 Mm (factory Configuration) Weight: 7.0-7.2 Kg" 63 Desktop Computer Set With Printer 1 Set "cpu Processor Intel Core I7-i9 Window 11 Pro Storage 2tb-3 Tb Ssd Memory -32-128 Gb-ddr-3200 Monitor: 27-30 Inches Led Leaven Mechanical Borad/ Mouse/ 6 Fans Rgb/ Mousepad" "all In One Printer (printer, Scan, Copy & Fax) Print Resolution: 4,800x1,200 Dpi Scan Resolution: 600x1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/colr) Copy Speed: 2-3.2 Ipm Fax Resolution: 300x300 Dpi (extra Fine) N Maintenance Cartridge: Mc-g04 Dimensions: 416x337x212 Mm (factory Configuration) Weiht: 7.0-7.2 Kg" 64 Fly Kit For Drone-dji Mavic 2 Pro 1 Set "(2) Intelligent Flight Battery (capacity-3,850 Mah (6-12 Pcs) Low Noise Propeller (1pc) Rc Cable Usb Type Connector 1 (pc)battery To Powerbank Adaptor (1pc) Battery Charging Hub (1pc) Car Charger" 65 Desktop Computer, High-end 2 Unit Specs: Display: 21.5-22 Inch Monitor Memory: 8-16gb Ddr5-2666 Sdram(1x8 Gb) Storage: 1tb-3tb Hdd Storage; 256-512 Gb Ssd Storage Processor: Core I7-i9 10400f(2.9ghz), I7-i9 Graphics Card: Nvidia®geforce Gt 1030(2gb Gddr5 Dedicated). Network Interface: Integrated 10/100/1000 Gbe Lan Dimensions: 15.54-16x30.3-31x33.73-34cm Weight: 5.96-6kg Keyboard:usb Black Keyboard And Mouse Combo 66 Laptop Computer High-end 1 Unit Specs: Processor: Intel Core I7-i9 12500ha 2.0 Up To 4.5 Ghz Memory: 8-16gb Of Ddr5 3200 Mhz System Memory Storage: 512gb-1tb Nvme Ssd Display: 15.6-17in. Display With Ips (in-plane Switching) Full Hd 1920-1930x1080-1090 144hz Graphics:geforce Rtx 3050ti Wlan:killer Tm Wi-fi 6 Ax 1650i 802.11 A/b/g/n+acr2+ax Wireless Lan Dual Band(2.4 Ghz And 5 Ghz) 2x2 Mu-mimo Technology Supports Bluetooth 5.1 Lan: Killertm Ethernet E2600 10/100/1000 Mbps Ipv6 Support Operating System: Windows 11home Speakers: Acer Purified, Voice Technology With Dual Buitl-in Microphones.range, Headphone-like Audio And Powerful Sound Camera: 1280-1290x720-730 Resolution 720p Hd Video At 30 Fps With Temporal Noise Reduction Blue Gass Lens Dual Mic(33mm+33mm). Ports: Usb Type-? Port Supporting:usb 3.2 Gen 2(up To 10 Gbps|), Display Port Over Usb-c Thunderbolt4, Usb Charging 5v;3a,dc-in Port 20v;65w One Usb 3.2 Gen 2 Port Featuring Power-off Usb Charging Usb 3.2 Gen 2 Port Usb Gen 1 Port Ethernet (rj-45)port Hdmi 2.1 Port With Gdcp Support 3.5 Mm Headphone/speacker Jack, Supporting Headsets With Built-in Microphone D-in Jack For Ac Adapter. Keyboard: 103-/104-/1-7-key Fine Ip Rgb- Backlit Keyboard With Independent Standard Numeric Keypad,international Language Support Touch Pad: Multi-gesture Touchpad,suporting Two-finger Scroll;pinch;gesture To Open Cortona Action Center,multitasking;application Commands. Dimensions: 360.4(w) X 271.09(d) X 25.9/26.9(h)mm(14.19 X 10.67 X 1.02/1.06 Inches) With Palstics A Cover. Weight: 2.5kg (5.51 Lbs) With 4-cell Battery Pack,solid State Drive. 67 Protector With White Screen & Tripod 1 Unit Specs: 3800-4500 Lumens Of Color And White Brightness Contrast Ration 16000:1 To 18000:1 Vertical/ Horizontal Keystone Hdmi Audio And Video Connection Wifi Connectivity Remote Control White Projector Screen 80 Inches- 100 Inches Tripod Stand Projector Rechargeable Wireless Powerpoint Present 68 Ups 1000 Kva-apc 2 Unit Output (on Battery) 220-240v Surge; 6005/9455 Battery Recharge Time: 4 Hours-5 Hours Recover To 90%-100% Capacity No. Of Outlets 3-4 Irc13 Product Warranty- 2 Years Parts & Services, 1 Year Battery 69 "avr Input Voltage 150-250v; Output Voltage 220v / 110v± 3%; Frequence 50/60 Hz; Response Time < 1s@ 10% Voltage Fluctuation; Control System: Servo-motor Control System; Operating Temp.- 10c To 40c With Humidity < 95%; Dimensions: 208x208x165mmfeatures" 3 Unit 70 Computer Printer, Continuous Ink, With Scanner 2 Unit 71 Uninterrupted Power Supply (ups)battery: 12 Volt 8ah (20 Hr) Heavy Duty, Battery Only 5 Unit 72 Uninterrupted Power Supply (ups), Power 5 Unit Rating: 2000va-3000va,220vac/230vac,50/60hz,ac Input:160vac-290vac, Voltage Range:140-300vac Capacity Voltage: 3kva-5000va Recharge Time: 9-10hrs, Heavy Duty, For Big Equipment 73 "paging System ""users 100 (up To 200), Max Concurent Calls: 30 (up To 60) Max Analog Ports: 8, Expanion Boards: 1*ex30/ex08+1*d30 External Storage: Usb, Hdd"" Call Recording,automatic Attendant, Mobile App, Web App Desktop App (softphone), Time Condition, Ring Group, Call Queue, Music On Hold, Call Transfer, External Storage: Usb. " 1 Set 4 Onboard Module Slots And 8 Interfaces On The Panel Unit "128*64px Backlit Lcd Screen 2 X 10/100 Mbps Ethernet Port 6 Way Conferencing 2 Sip Accounts Hd Voice Support Ri9 Headset Support Ri9 Headset Support Poe W/o Power Adapter" Set 1. 8 Sip Lines Set 2. Android System, 8g Flash , Wifi 3. Rtp Multicast Paging 4. Real-time Monitoring 5. Support Ftp Server, Usb Disk Music 6. 8.0-inch Touch Screen, 1280*800 Resolution 7. 2 Audio-in, 1 Audio-out 15w Sip Calling Speaker Sip-so1 Unit 1. Transmit Excellent Sound For Music And Anouncement 2. Poe Eliminates Need For Local Power Supply 3. 48k Opus Audio Codec Enables Excellent Sound Quality 4. Support Web Firmwareupgrade For Easy Maintenance 5. Standard Sip Protocol To Compatible With Other Sip Devices 6. Support Rtp Multicast As Altern Installation Fee And Materials Lot Utp Cable, Cat6e Pure Copper Outdoor Meters Utp Cable, Cat6e Pure Copper Indoor Meters 16-port 10/100m Poe + Switch Unitr Adds 2*fxo Ports (also Calledpstn/landline Pldt, Globe Etc.) Unit Fiber Optic Cable Rolls Media Converter Unut Data Cabinet 6u Unit D30 Active, Add100 Voip Users And 30 Concurrent Calls Unit 74 Computer Server 1 Unit Branded Full Tower Type (rack Mounted Convertible) Dual Quad Core Xeon Or Higher Processor 2ghz+ Processor Speed Or Higher, 8 Mb Cache Memory 32gb+ Ecc Sdram/ddr2, Dimm Type @ 8x 4096 Mb Per Module Hard Disk 3 Tb Hard Disk (min) 300gbx 10 Hot Pluggable Hard Disk With Raid 5 Configuration, Configured With Pci Ultra 2/3 Scsi Raid Controller Raid 5 Configuration Disk Drives: A. 8x Dvd Writer, Dual Layer, Double Layer Network: Four(4) Gigabit (10/100/1000 Mbps)lan; Add-on/built-in Usb/ps/2 Keyboard & Optical Mouse W/ Scroll Button W/ Pad 17-24” Lcd Color Monitor (meets Fcc Standards) Redundant Power Supply With Two(2) Usb 2.0 Ports In Front With Rack Railings For Rack Conversion Software: (w/ Original Installer And/or Recovery Cd And License): Original Installation Cd & Complete Original Users Manuals Of Windows Server 2012 W/ 25 Cal License Per Server With One (1) Year Warranty On Cd Against Media Defect Anti Virus Software Full Product One (1) Year Subscription On-site Delivery Of All Servers, Configured & Installed W/ 3 Kva Ups W/ Built-in Avr (one(1) Year Warranty) >must Provide Power Of Up To 15 Minutes Of Uptime In Case Of Power Interruption Three (3) Years Extended Warranty Both On Parts & On-site Services For All Components And Accessories Network Switch (24 Ports) Twenty Four(24) 10/100/1000 Mbps Switch Auto Negotiation & Auto Sensing Qos Traffic Prioritization Up To 1000mbps In Full Duplex Operation With Support For Half And Full Duplex Seeds Plug And Play Installation Can Be Wall Or Rack Mounted Power Saving Features With External Power Adapter 220 Vac With (1) One Year Warranty On Parts And Services Universal Input/output (i/o) Ports I/o Ports Must Comply With Cat6 Cable And Cat6 Patch Panel I/o Ports Faceplate Must Be Shattered Cat6 Cables And Cat6 Patch Panel Must Comply With Ansi Tia/eia-568-b.2-1 Backward Compatibility To Categories 5e, 5, And 3 Open Standard That Allows Products From Different Vendors To Work Together Open Standard That Allows Products From Different Vendors To Work Together Open Standard That Allows Products From Different Vendors To Work Together Plug And Jack Interoperability For Modular (rj-45 Type) Connections Full System Specification Including Testing Of Components, Patch Cords, Channels And Permanent Links Twice The Bandwidth Of Category 5e With Positive Power Sum Attenuation To Cross-talk Ration (psacr) Up To 200 Mhz All Specifications For Components And Cabling Are Tested To 250 Mhz (25% Higher Than 200 Mhz) Which Complies With Ieee With Installation Office Equipment 75 Computer Table 4 Unit Color: Black, Length: 60-70 Cm, Width: 40 Cm, Height: 112-115cm With Keyboard Drawer, Printer Stand, Metal Frame, Monitor Table 76 Stand Fan 2 Set L-64-65 X W-26-27 X H-53-54 (cm) 16-18 Inch Blade Diameter Inverter Dc Motor Transparent Black Pp Blade Over-voltage Protection Cabinet 1 Unit Wooden Cabinet W/ Glass Cover 3 Shelves L-35" W-15" H-50" 77 Airconditioning Unit 2 Unit Window Type- 1.5 Hp To 2.5 Cooling Capacity Full Dc Inverter 3 Fan Speed (low, Medium, High Coo) Auto Swing Removable And Washable Air Filter Remote Controller 78 Orbit Ceiling Fan 12 Unit Specs: 3-4 Blades, 18-19"metal Blade High Performance Motor 4 Speed Remote Switch With Termal Fuse Protection 79 Executive Swivel Chair 1 Unit With Arm Rest, Adjustable Gaslift, Polyurethane Finish Back And Seat, Powder Coated Pvc Starbase With Castor Wheels Note: Sample Attached 80 Computer Chair 1 Unit With Armrest, Black, Adjustable Seat 100kg-110kg Note: Sample Attached 81 Steel Cabinet 2 Pc Lateral 4-5 Drawers Anti-tilted Lock Steel Handle (goose Neck) 2 Pc. Plastic Divider Per Drawer Color: Gray/dirty White Size: Length: 900-1000mm, Width: 450-500mm, Height: 1328-1400mm 82 Steel Cabinet 1 Pc Vertical 4-6 Drawers (no Vault) Anti-tilted Lock Plastic Handle 2 Pc. Plastic Divider Per Drawer Color: Gray/dirty White Size: Length: 620-700mm, Width: 460-500mm, Height: 1332-1400mm 83 Top Chest Freezer/ Chiller 1 Unit Specifications: 18 Cu. Ft. To 20 Cu. Ft. Solid Chest Freezer Dual Function-freezer Or Chiller Fast Freezing Mode Frontal Drain 2 Key Locks 2 Grip Handle 2 Wire Basket 305w-320w Input Power Capacity, Freezer: 465-480 Liters Warranty: Compressor: 3 Yrs, Service: 1 Yr. 84 Washing Machine With Spinner 1 Unit Specifications: Washing Load Capacity: 10.01 Kg To 18 Kg Washing Features: Large Capacity Twin Tub 85 Metal Filling Cabinet 1 Unit 4-5 Layers H- 4.5-5 Ft, W- 1.6-2 Ft, L-2.2-3ft Preffered Color-green 86 Electric Fan (stand Fan) 3 Unit Size:18"-20" Metal Blade,3-5 Leaf High Performance Motor 87 Junior Executive Table 1 Unit L-36"x W-24" X H-30" 4-5 Drawers Melina Wood, Varnish Finish 88 Clerical Table 3 Unit L- 36"x W- 20" X H-30" 3-4 Drawes Melina Wood, Varnish Finish See Attach References 89 Office Chair: Swivel Chair 1 Unit Color-black, Adjustable Seat Height W/ Cushion, Armrest 90 Steel Cabinet 2 Pcs 3-4 Layer Vertical Cabinet ***nothing Follows*** Total 5,474,218.94 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Details: 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 Scriptpro 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. Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open May Be Used. Responses To This Notice Shall Be Submitted Via Email To Erika Kobulnicky At Erika.kobulnicky@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 19, 2025, At 10:00am Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicit. Marion, Il Vamc And Ehcc Outpatient Clinic Statement Of Work: Scriptpro Eyecon Description Of Use: To Be Used At The Marion 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 Scriptpro Dispensing System Must Also Be Assembled Within The Manufactured Country Or Show Significant Proof Of An Internationally Recognized Quality Assurance Program 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 Vista, Ups Worldship, And Usps Sendsuite System Platforms. All Equipment Must Be New Description Quantity Sp Eyecon 9430 2 Optional/value Added Features: N/a Required Interfaces: Must Interface With Current Sp Equipment. Must Also Interface With Vista/cprs. 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. â§ 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. âall 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. â§ 5705, Confidentiality Of Medical Quality- Assurance Records And/or Title 38 U.s.c. â§ 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. 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
Others
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Details: 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 An Automated Special Staining Instrumentation Lease & Bulk Reagent Purchase (i.e.: Artisan Link Pro Special Staining System & Artisan Reagents) For The Kansas City Va Medical Center, Located In Kansas City, Missouri, And The John J. Cochran Veterans Hospital, Located In St. Louis, Missouri. 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 334516 (analytical Laboratory 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. important Information: the Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open May Be Used.
responses To This Notice Shall Be Submitted Via Email To Erika Kobulnicky At Erika.kobulnicky@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 19, 2025, At 10:00am Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicit. marion, Il Vamc And Ehcc Outpatient Clinic
statement Of Work: Scriptpro Eyecon description Of Use: To Be Used At The Marion 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 Scriptpro Dispensing System Must Also Be Assembled Within The Manufactured Country Or Show Significant Proof Of An Internationally Recognized Quality Assurance Program 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 Vista, Ups Worldship, And Usps Sendsuite System Platforms.
all Equipment Must Be New description
quantity
sp Eyecon 9430
2 optional/value Added Features:
n/a
required Interfaces:
must Interface With Current Sp Equipment. Must Also Interface With Vista/cprs. 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. 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
Others
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Details: 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 Scriptpro 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. Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open May Be Used. Responses To This Notice Shall Be Submitted Via Email To Erika Kobulnicky At Erika.kobulnicky@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 19, 2025, At 10:00am Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicit. Marion, Il Vamc And Ehcc Outpatient Clinic Statement Of Work: Scriptpro Eyecon Description Of Use: To Be Used At The Marion 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 Scriptpro Dispensing System Must Also Be Assembled Within The Manufactured Country Or Show Significant Proof Of An Internationally Recognized Quality Assurance Program 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 Vista, Ups Worldship, And Usps Sendsuite System Platforms. All Equipment Must Be New Description Quantity Sp Eyecon 9430 2 Optional/value Added Features: N/a Required Interfaces: Must Interface With Current Sp Equipment. Must Also Interface With Vista/cprs. 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. â§ 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. âall 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. â§ 5705, Confidentiality Of Medical Quality- Assurance Records And/or Title 38 U.s.c. â§ 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. 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.
BULACAN AGRICULTURAL STATE COLLEGE Tender
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 1 Billion (USD 17.1 Million)
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Fy 2025 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 12 9. Clarification And Amendment Of Bidding Documents …………………………… 12 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 12 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 13 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 14 15. Sealing And Marking Of Bids ……………………………………………………… 14 16. Deadline For Submission Of Bids …………………………………………………. 14 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 15 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 15 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..19 1. Scope Of Contract ………………………………………………………………… 20 2. Advance Payment And Terms Of Payment ……………………………………….. 20 3. Performance Security ……………………………………………………………. 20 4. Inspection And Tests ……………………………………………………………… 20 5. Warranty …………………………………………………………………………. 21 6. Liability Of The Supplier ………………………………………………………….. 21 Section V. Special Conditions Of Contract ………………………………….22 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………34 Section Viii. Checklist Of Technical And Financial Documents …………..38 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub 1. The Bulacan Agricultural State College, Through The Gaa Capital Outlay Fy 2025 Intends To Apply The Sum Of One Billion Pesos Pesos (php1,000,000,000.00) Being The Abc To Payments Under The Contract For Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required With Contract Duration Of 280 Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 7, 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 Php75,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference On January 24, 2025, 09:00 Am Via Zoom Platform (meeting Id: 853 1254 4715, Passcode: 578270) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of February 7, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 7, 2025, 09:00 Am At The Conference Room, Administration Building, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph January 16, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub With Identification Number 2025-01g. The Procurement Project (referred To Herein As “project”) Is Composed Of Twenty-eight (28) Components 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 Gaa Fy 2025 In The Amount Of Php1,000,000,000.00 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025. 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. Not Applicable. 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 At Least Fifty Percent (50%) Of The Abc Or Have 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; 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 Procuring Entity Has Prescribed That: A. 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 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 Clause 5.3 Should Have Been Completed Within The Last Five (5) 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 Tradeable 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 120 Days From The Opening Of Bids. 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 Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2 Duly Signed By The Authorized Representative Of The Bidder. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission 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 One Project Having Several Items That Shall Be Awarded As One Contract. 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 20.1. Not Applicable 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The 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 Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery, Installation, Commissioning And Set-up Of Ict Materials And Laboratory Equipment With Any Of The Two (2) Components As Follows: 1. Productivity Software And/or Licenses 2. Hardware Such As Servers, Desktops And/or Laptops 3. Closed-circuit Television (cctv) 4. Smart Solar Lighting Systems 5. Network Infrastructure B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids That Is Equivalent To 50% Of Abc Or 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; 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 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 Php20,000,000.00 [(2%) Of The 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 Php50,000,000.00[(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special 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 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 Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. 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: “the Delivery Terms Applicable To This Contract Are Delivered At Basc, San Ildefonso, Bulacan. 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 Dr. Ma. Melanie A. Cruz And Mr. Florentino S. Casuco, Jr. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. 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. 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 Any Relevant Hazchem Classifications 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. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof 2.2 The Terms Of Payment Shall Be As Follows: 15% : Upon Submission Of Signed Contract 25% : Submission And Acceptance Of Detailed Work Plan And Systems Design 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Internet Connectivity 15. Campus Network System 16. Fiber Optics Works 17. Structured Cabling Works 18. It Security Operations Center & Network Operations Center 19. Campus Data Center Upgrade 20. Data Center Network Switches 21. Data Center Compute System & Data Center Block And File Storage System 22. Data Center Backup And Recovery System 23. Cloud Infrastructure 24. Ip-pabx System 25. Software & Networking Laboratories 26. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 27. E-library Infrastructure 28. Smart Function Hall 26.43% 1st Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 1. It Security Operations Center & Network Operations Center 2. Campus Data Center Upgrade 3. Data Center Network Switches 4. Data Center Compute System & Data Center Block And File Storage System 5. Data Center Backup And Recovery System 6. Ip-pabx System 7. Software & Networking Laboratories 8. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 9. E-library Infrastructure 10. Smart Function Hall 11. Campus Network System 12. Fiber Optics Works 13. Structured Cabling Works 14. Human Resource Management System & Time Keeping System 15. Document Management System 16. Queuing / Appointment System 1st Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 1. Human Resource Management System & Time Keeping System 2. Payroll Management System 3. Assets & Fleet Management System 4. Document Management System 5. Trouble Ticketing System 6. Queuing / Appointment System 7. Campus Portal System 23.57% 2nd Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 1. Internet Connectivity 2. University Library System 3. Econference Room W/ Video Conferencing 2nd Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 1. Cloud Infrastructure 2. University Information System 3. Learning Management System 4. Executive Information System 5. University Library System Hardware Installation, Configuration And Integration 1. Campus Network System 2. Structured Cabling Works 3. It Security Operations Center & Network Operations Center 4. Data Center Network Switches 5. Data Center Backup And Recovery System 6. Ip-pabx System 7. E-library Infrastructure Acceptance Of Volume Testing 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing : Completion Of Training 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Campus Network System 15. It Security Operations Center & Network Operations Center 16. Campus Data Center Upgrade 17. Data Center Backup And Recovery System 18. Smart Function Hall 10% : Project Acceptance And Turnover 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Internet Connectivity 15. Campus Network System 16. Fiber Optics Works 17. Structured Cabling Works 18. It Security Operations Center & Network Operations Center 19. Campus Data Center Upgrade 20. Data Center Network Switches 21. Data Center Compute System & Data Center Block And File Storage System 22. Data Center Backup And Recovery System 23. Cloud Infrastructure 24. Ip-pabx System 25. Software & Networking Laboratories 26. E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 27. E-library Infrastructure 28. Smart Function Hall 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. 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 Delivered, Weeks/months 1 University Information System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 2 Learning Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 3 Innovative Cashiering System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 4 Human Resource Management System & Time Keeping System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 5 Payroll Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 6 Assets & Fleet Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 7 Document Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 8 Trouble Ticketing System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 9 Queuing System / Appointment System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 10 Executive Information System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 11 Campus Portal System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 12 University Library System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 13 Econference Room W/ Video Conferencing 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 14 Internet Connectivity 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 15 Campus Network System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 16 Fiber Optics Works 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 17 Structured Cabling Works 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 18 It Security Operations Center & Network Operations Center 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 19 Campus Data Center Upgrade 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 20 Data Center Network Switches (network Infrastructure) 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 21 Data Center Compute System & Data Center Block & File Storage System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 22 Data Center Backup And Recovery System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 23 Basc Cloud Infrastructure 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 24 Ip-pabx System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 25 Software And Networking Laboratories 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 26 E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 27 E-library Infrastructure 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 28 Smart Function Hall 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed For Details See Terms Of Reference [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications 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 University Information System 2 Learning Management System 3 Innovative Cashiering System 4 Human Resource Management System & Time Keeping System 5 Payroll Management System 6 Assets & Fleet Management System 7 Document Management System 8 Trouble Ticketing System 9 Queuing System / Appointment System 10 Executive Information System 11 Campus Portal System 12 University Library System 13 Econference Room W/ Video Conferencing 14 Internet Connectivity 15 Campus Network System 16 Fiber Optics Works 17 Structured Cabling Works 18 It Security Operations Center & Network Operations Center 19 Campus Data Center Upgrade 20 Data Center Network Switches (network Infrastructure) 21 Data Center Compute System & Data Center Block & File Storage System 22 Data Center Backup And Recovery System 23 Basc Cloud Infrastructure 24 Ip-pabx System 25 Software And Networking Laboratories 26 E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 27 E-library Infrastructure 28 Smart Function Hall For Details See Terms Of Reference [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Bulacan Agricultural State College Address: Pinaod, San Ildefonso, Bulacan Website: Https://basc.edu.ph/ Tel/fax No.: (044) 931 8660 Terms Of Reference Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Definition Of Terms Key Description Internet-based Application A Client/server Application That Uses Standard Internet Protocols For Connecting The Client To The Server. Acl Access Control List Ap Transmit Power Access Point Transmit Power Aec Acoustic Echo Cancellation Ad Database Active Directory Database Arp Address Resolution Protocol Awg American Wire Gauge Api Application Programming Interface Abc Approved Budget Cost Ai Rf Artificial Intelligence Radio Frequency Afms Assets & Fleet Management System Aes/ebu Audio Engineering Society / European Broadcasting Union Ah Authentication Header Ajb Auto Jitter Buffer Agc Automatic Gain Control Agronomy The Application Of Science And Technology From The Fields Of Biology, Chemistry, Economics, Ecology, Soil Science, Water Science, Pest Management, And Genetics To The Improvement And Management Of The World's Major Food Crops. Animal Husbandry The Branch Of Agriculture Is Concerned With Animals That Are Raised For Meat, Fiber, Milk, Or Other Products. It Includes Day-to-day Care, Management, Production, Nutrition, Selective Breeding, And Livestock Raising. Anpr Camera Automatic Number Plate Recognition Camera Basc Bulacan Agricultural State College Bunas Bulacan National Agricultural School Bi Dashboard Business Intelligence Dashboard Cmmi5 Capability Maturity Model Integration 5 Cpu Central Processing Unit Ca Certificate Authentication Certificate Authority Certificate Authentication Cor Certificate Of Registration Ceh Certification Certified Ethical Hacker Certification Cgeit Certified In The Governance Of Enterprise It Isc Certified Information Systems Security Professional Cpmp Certified Project Management Practitioner Cos Class Of Service Cctv Closed-circuit Television Cng Comfort Noise Generation Dtr Daily Time Record Dpa Data Privacy Act [r.a. No. 10173] Db Decibel Dbm Department Of Budget And Management Dscp Differentiated Services Code Point Dsp Digital Signal Processing Dvi Digital Visual Interface Dss Direct Station Selection Dr Drills Disaster Recovery Drills Dms Document Management System Dns Domain Name System Ddr4 Double Data Rate 4 Dfp Dynamic Fabric Provisioning Dhcp Dynamic Host Configuration Protocol Dps Dynamic Path Selection Ecc Employee Compensation Contribution Esp Encapsulating Security Payload Eis Executive Information System Xlr External Line Return Fpi Fabric Performance Impact Fspf Fabric Shortest Path First Foc Fiber Optic Cable Ftp File Transfer Protocol Fdmi Flat Display Mounting Interface Fhd Ir Full High Definition Infrared Camera Fqdn Fully Qualified Domain Name Fdm Fused Deposition Modeling Gbe Gigabit Ethernet Gb Gigabyte Gbps Gigabyte Per Second Gui Graphical User Interface Gddr5 Graphics Double Data Rate 5 Hdd Hard Disk Drive Hi-fi High Fidelity Hdmi High-definition Multimedia Interface Hf Amplifier High-frequency Amplifier Hris Human Resource Information System Http Hypertext Transfer Protocol Ict Information And Communications Technology Ict Information Communication Technology Itil Certification Information Technology Infrastructure Library Certification Ir Infrared Radiation Ir/rgb Infra-red/red, Green And Blue Ieee Institute Of Electrical And Electronics Engineers Ipmi Intelligent Platform Management Interface Iec Standard International Electrotechnical Commission Standard Iso International Organization For Standardization Igmp Internet Group Management Protocol Ike Internet Key Exchange Ip Internet Protocol Ipofc Internet Protocol Over Fibre Channel Ip-pabx Internet Protocol Private Branch Exchange Ipsec Internet Protocol Security Ipv4 Internet Protocol Version 4 Ipv6 Internet Protocol Version 6 Isp Internet Service Provider Isl Trunking Inter-switch Link Trunking Management Tunnel Encryption It Is A Secure Channel Or Connection Established Between A Management Station And A Network Device To Remotely Manage And Configure The Device. Intelligent Load Balancing It Is The Technique Used In Computer Networking And Server Management To Distribute Incoming Network Traffic Or Workload Across Multiple Servers Or Resources In A Way That Optimizes Resource Utilization, Improves Performance, And Ensures High Availability. Kpi Key Performance Indicator Kvm Keyboard, Video, Mouse Lms Learning Management System Ldap Lightweight Directory Access Protocol Lacp Link Aggregation Control Protocol Lan Local Area Network Lf Amplifier Low-frequency Amplifier Mac Media Access Control Mp Megapixels Ms Milliseconds Mcb Miniature Circuit Breaker Maps Monitoring And Alerting Policy Suite M-lag Multichassis Link Aggregation Group Mimo Multiple-input And Multiple-output Nhmfc National Home Mortgage Finance Corporation Nat Network Address Translation Nat-t Network Address Translation-traversal Ndi Network Device Interface Nic’s Network Interface Cards Nvme Network Address Translation Ops Open Pluggable Specification Ospf Open Shortest Path First Oem Original Equipment Manufacturer Oem Certification Original Equipment Manufacturer Certification Pppoe Point-to-point Protocol Over Ethernet Pptp Point-to-point Tunneling Protocol Pvc Polyvinyl Chloride Pdu Power Distribution Unit Poe Power Over Ethernet Pacu Precision Air-conditioning Units Pc Project Category Psc Project Sub– Category Rfid Radio Frequency Identification Ram Random Access Memory Rdp Read Diagnostics Parameter Rstp Real-time Streaming Protocol Rj Registered Jack Rdbms Relational Database Management System Rh Relative Humidity Rcs Reliable Commit Service Rog Report Of Grades Rotc Reserve Officers' Training Corps Rpm Revolutions Per Minute Rip Routing Information Protocol Srtp Secure Real-time Transport Protocol Ssl Secure Sockets Layer Ssl Vpn Secure Sockets Layer Virtual Private Network Sata Serial Advanced Technology Attachment Sp Service Provider Ssid Service Set Identifier Sip Session Initiation Protocol Stp Shielded Twisted Pair Sms Short Message Service Sns Simple Name Server Sso Single Sign-on Sddq Slow Drain Device Quarantine Sddq Slow Drain Device Quarantine Sfp Small Form-factor Pluggable Cadre A Small Group Of People Specially Trained For A Particular Purpose Or Profession. Ssd Solid State Drive Spl Sound Pressure Level Soa Statement Of Account San Storage Area Network Sqlnet Structured Query Language Network Tb Terabyte Encrypted Communication The Process Of Encoding Information In Such A Way That Only Authorized Parties Can Access And Understand It. Tat Time & Attendance Terminal Tor Transcript Of Records Tcp/ip Transmission Control Protocol/internet Protocol Tls Transport Layer Security Tftp Trivial File Transfer Protocol Uhd Ultra High Definition Ups Uninterruptible Power Supply Usb Universal Serial Bus Uis University Information System Utp Unshielded Twisted Pair Udp User Datagram Protocol Ui User Interface Vga Video Graphics Array Vram Video Random-access Memory Vlan Virtual Local Area Network Vms Virtual Machines Vpn Virtual Private Network Vad Voice Activity Detection Voip Voice Over Internet Protocol Wpa Wi-fi Protected Access Wep Wired Equivalent Privacy Wan Wireless Area Network Wi-fi Wireless Fidelity Wips Wireless Intrusion Prevention System I. Introduction A. Executive Summary The Bulacan Agricultural State College (basc) Was Established In 1952. It Started As The Community Agricultural School In Bintog, Plaridel, Bulacan With About 100 Students. The Succeeding Years Saw An Increase In The Number Of Students. Unlike Before, Students Came Not Only From The Local Community But Also From Elsewhere In The Province. With This, The School Was Aptly Named The Bulacan Provincial High School. In 1955, With A Growing Population And A Need To Accommodate The Same, Presidential Proclamation No. 163 Was Issued Allocating 200 Hectares Of Land For The School In Pinaod, San Ildefonso, Bulacan. Not Long After, Republic Act (r.a.) No. 948 Was Issued Changing The School’s Name To Bulacan National Agricultural School (bunas). In 1960, Tertiary Education Was Offered In Bunas With A Two-year Associate In Agriculture Program, Which Eventually Led To The Offering Of The Bachelor Of Science In Agriculture Degree With Majors In Agronomy And Animal Husbandry. Cognizant Of The Broad-based Agricultural Education And Training Needs Of The Bulakeños, Hon. Ricardo C. Silverio, And Then Representative Of District Ii Of The Province Of Bulacan Authored House Bill No. 2389 Which Moved For An Expanded Educational Program For Bunas. With The Bilateral Approval Of Both Houses, President Fidel V. Ramos Signed R.a. No. 8548, Officially Converting The Bunas Into A Chartered State College Known As The Bulacan National Agricultural State College On February 24, 1998. Its Name Was Changed To Bulacan Agricultural State College By Virtue Of R.a. No. 9249 Signed By Her Excellency Gloria Macapagal Arroyo On February 19, 2004. As Mandated By Its Charter, Basc Shall Provide Higher Professional, Technical, And Special Instructions For Special Purposes And Promote Research And Extension Services And Advanced Studies In Agriculture, Arts And Science Programs, And Other Allied Courses. It Shall Also Offer Short-term Technical And Vocational Non-degree Courses Within Its Area Of Specialization To Meet The Needs Of Its Constituents. Basc Main Campus Is Situated In Pinaod, San Ildefonso, Bulacan. It Has Three Extension Campuses – Doña Remedios Trinidad Campus; Balagtas Technical Vocational School Campus; And Fortunato Halili National Agricultural School. The Basc Board Of Trustees Is The Policy-making Body Of The College Composed Of The Following: Chairperson: Chairperson, Commission On Higher Education Vice-chairperson: President, Bulacan Agricultural State College Members: Chairperson, Senate Committee On Higher And Technical Education Chairperson, House Committee On Higher And Technical Education Director, Neda Region Iii Director, Da Region Iii President, Basc Alumni Association Faculty Trustee Student Trustee Prominent Citizen Resource Person: Director, Dost Region Iii The College Is Headed By Its President, Dr. Jameson H. Tan, And Assisted By Dr. Cecilia S. Santiago, Vice President For Academic Affairs; Dr. Ronald Reagan T. Alonzo, Vice President For Administration, Finance And Business Affairs; And Dr. Honeylet J. Nicolas, Vice President For Research, Extension, Production And Development. The Bulacan Agricultural State College Shall Strive For Excellence In Agriculture And Other Allied Disciplines. It Shall Provide For And Address Ever-changing Educational Needs And Services For Those Seeking To Expand Their Intellectual Horizons. Basc Shall Address National And International Issues And Be Established As A Major Presence And Contributor To The Progress Of The Global Community. To Ensure The Training Of Productive And Competitive Graduates In Agriculture And Other Related Disciplines, Basc Is Keen On Delivering The Following Goals/objectives. 1. Produce Quality Graduates Equipped With Knowledge And Expertise Enough To Meet The Demands And Challenges Of The Fast-changing Society. 2. Develop A Cadre Of Highly Competent Manpower To Implement The Various Academic, Research, Extension, Training, And Production Programs Of The College. 3. Undertake Relevant Research, Extension, And Training Programs To Accelerate Productivity And For Additional Income Of People In Rural And Urban Areas. 4. Promote The General Welfare Of The Faculty And Staff As Well As The Students. 5. Maintain A Wholesome Academic Community Conducive To Learning By Providing A State-of-the-art Laboratory, Information And Communication Equipment, And A Modern Library, Sports, And Other Facilities. 6. Establish Networks, Linkages, Or Collaboration With Other Stakeholders To Take Advantage Of The Synergy For Fund Sourcing. 7. Develop And Implement Resource Generation Projects To Modernize And Sustain The Operation Of The College. 8. Implement An Improved Administrative Efficiency And Financial Management System. Delivering These Goals/objectives Would Require Adding And Improving Systems As Well As Information Communication Technology (ict) Equipment For Basc To Provide Better Management, Process, Technology, And System, Thus, Achieving An Improvement For The Goals Outlined Above. The Agency Aligns Its Support Commitments To Its Core Programs Focused On The Desired Impact Of Improved Ict Equipment And Systems Using The Latest Technology And Developing A Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub. To Address These Services, Systems Are Needed To Properly Put In Place All The Information. These Systems Will Target All The Services Mentioned In Such That Each Service Will Be Dealt With One By One As Follows: 1. University Information System – A Platform That Can Oversee And Streamline All Aspects Of University Operations, From Student Admission, Enrollment, Student And Alumni Services, Faculty And Staff Management, Curriculum Management, Grades, And Academic Progress. 2. Learning Management System – It Should Integrate Course Development, Distribution, Evaluation, And Control Into A Unified, Device-compatible Interface. It Facilitates Personalized Learning Trajectories That Enhance Student Engagement And Achievement By Centralizing Communication, Content, Analytics, And Work Process Automation. 3. Cashiering System – This Is A Cutting-edge And Highly Efficient Solution To Transform Cashiering Operations Within The Basc Setting. 4. Human Resource Management System & Timekeeping System – Integrates All Human Resource (hr) Functions Into A Unified System Designed To Streamline Hr Process Workflow And Improve Data Management, Data Security, Integrity, Onboarding, Benefits Administration, Compliance, Performance Tracking, Development, And Retention. 5. Payroll Management System – This Represents A Cutting-edge Solution To Revolutionize And Simplify Payroll Management. 6. Assets & Fleet Management System – A Comprehensive Platform Designed To Assist The University In Efficiently Monitoring And Administering The University’s Valuable Assets And Fleet Of Vehicles. 7. Document Management System – A Digital Platform Designed To Consolidate And Enhance The Document Management Processes Within Basc. 8. Trouble Ticketing System – Provides Centralized Incident/problem Reporting, Coordinated Troubleshooting, Assignment, Tracking, Knowledge Base Documentation, And Customer Communication Streams To Rapidly Restore Technology Performance And Availability While Optimizing Resource Efficiency And Minimizing Disruptions Across Users And Business Operations. 9. Queueing / Appointment System – A Solution Designed To Streamline And Enhance The Way Universities Handle Queues And Appointments For A Wide Range Of Services. 10. Executive Information System – Selectively Aggregate, Analyze, And Visualize Kpis On Vital Organizational Statistics From Integrated Bi Dashboards Tuned To Strategic Objectives To Reveal Insights Driving Informed Decisions And Management By Exception For Optimized, Data-driven Governance And Outcomes. 11. Campus Portal System - This Should Encompass Intranet Platforms Facilitating Single Sign-on Access For Faculty, Staff, And Administrators. These Portals Practically Incorporate Critical Academic Resources, College Services, And Administrative Systems For Their Respective Roles. 12. University Library System – Consolidates The Management Of Physical And Digital Resources On Campus. These Include Discovery Layers, Circulation, Patron Records, Book/media Cataloging, And User Usage Analytics. 13. Econference Room With Video Conferencing – A Solution Designed To Streamline And Enhance The Institution By Facilitating Seamless Real-time Communication Between Individuals Or Groups In Different Locations. Reporting And Any Associated Sub-modules Thereof May Be Necessary. Ii. Project Objectives A. General Objectives The Main Objective Of Bulacan Agriculture State College (basc) Is To Enhance The Educational Experience, Improve Campus Operations, And Address The Needs Of Students, Faculty, And Staff In An Efficient, Sustainable, And Forward-thinking Way. The System Shall Be Securely Accessible By All Stakeholders Anytime And Anywhere. B. Specific Objectives The Project Aims To Provide A System With The Following Features: • The System Must Promote The Virtue Of Transparency. • The System Runs On An Internet-based Application. • The System Is Available On Both Android And Ios Mobile Devices. • The System Should Record And Track Potential Students From Their First Inquiry To Enrollment. • The System Should Record And Calculate Grades, As Well As Facilitate The Transmission Of Grades To The Dean’s And Registrar’s Office. • The System That Manages Academic Records, Courses, And Academic-related Information For Students. • The System Should Record Each Student's Class Attendance And Allow The Teachers To View It. • The System Should Have A Dashboard For Quickly Identifying The Total Quantity Of Tasks, Assignments, Tests, Quizzes, Finished Projects, And Subjects For Each User. • The System That Handles The Student’s Enrollment Charges, Accounts Receivable, Payment, And Adjustment Of Student’s Fees. • The System Should Have An Online Registration That Automatically Assesses Fees. • The System That Can Manage The Payments Of The Students Includes Printing Official Receipts And Cashier Settings. • The System Can Manage Registrar Department Transactions From The Submission Of Records, Enrollment Up To Graduation, And The Issuance Of Transcript Of Records Of Students. • The System That Can Manage And Monitor Students’ Health And Well-being. • The System Can Display Upcoming Events, Announcements, And News. • The System Handles The Alumni Master File And Enables The User To Create, Edit, And Update The Alumni Profile. • The System Can Enable Parents To Monitor The Activities And Progress Of Their Children. • The System Is Accessible Anywhere, Anytime. • The System That Is User-friendly. The Proposal To Be Submitted Shall Include The Following: • Executive Summary. O Cost Of The System O Advantages Of The Proposal • Company Information • Solution Overview O Solution Architecture O High-level Component Description • Process Flows • Detailed Description Of Sub-system • Technical Specification • Dimensioning • Web-based System • Mobile Web Access (android And Ios) • Project Workshop • Performance Management • Hardware And Site Information • Installation And Trainin Iii. Scope Of Work The Project Comprises Several Phases Of Development And Implementation. It Includes Not Only The Provision Of The Software Development/customization Services, Hardware, And Network With Accessories But Also Support Services, Necessary To Achieve The Project’s Objective. A. Systems Analysis This Phase Covers The Data Collection Process In Order To Improve The Efficiency Of Related Systems In Basc. The Process Includes But Is Not Limited To The Following: 1. Data Gathering, Consultation, And Evaluation Of Existing Systems-related Information Management Systems In Basc. 2. Documentation, Assessment, And Testing Of The Existing Basc Processes. 3. Preparation, Assessment, And Evaluation Of The Current Database Of The Existing Systems. 4. Identification Of Issues, System Requirements, And Development Opportunities Of The Existing Versus The Proposed System. 5. Data Migration Plan, Execution Plan, Reversion Plan, Backup Plan, And Verification Process From Existing Database To New Database. 6. Actual Migration And Verification Of Data. 7. Executions Of Backup Plan. 8. Post-migration Verifications. 9. Capacity Planning. 10. Knowledge Transfer B. Systems Design And Development Supply, Install, And Implement A System Upgrade For Availability To A Web, Desktop, And Mobile Version, Inclusive Of (2) Two Years Of Software And Maintenance Support. The Solution Shall Include The Following Modules And Sub-modules Of The System Software: The Development/customization Of The System Consists Of But Is Not Limited To The Five Functionalities: (a) Information Management; (b) Provision Of Statistical Chart On Dashboard; (c) Service Status Monitoring; (d) Security Management; (e) Reporting And Any Associated Sub-modules Thereof As May Be Necessary. B.1 Pre-requisite Setup Module ● University Information Settings ● Secured Access Management ● Module To Set Organizational Units With The Following Hierarchy ○ University > Campus > College > Department ○ Approval Level Hierarchy ● The Admission Setups Should Have The Following: Document Types, Application Types, Admission Limits, Entrance Exams, Entrance Exam Schedules, Interview Schedules, Medical Schedules. ● Furthermore, Clinic Records Management Setups That Play A Vital Role In University Operations. ● Clearance Management Setups ● Learning Management Settings ● Secured Access Management ● It Should Have A Configuration Grading Parameters, Rubrics Matrix Of The Activities, Major Course Output (mco), Syllabus, And Lesson Plans. ● Cashiering Settings ● Secured Access Management ● Cashiering Setup: Must Allow Setting Up Customer Master Data, Accounts Group, Sub Groups, Discounts, Collection Of Terms Settings, And Interests, Fines, & Penalties Settings. ● Human Resource Management Settings ● Secured Access Management ● Holiday: Holiday Types And Holidays ● People Attributes: Talents, Hobbies, And People Relationships ● Hr Settings: Employment Types, Positions, And Leave Types ● Schedule Settings: Schedule Templates And Schedule Parts ● Government Settings: Withholding Tax, Sss, Philhealth, Pag-ibig, Gsis. ● Salary Grades: Salary Grades And Salary Level ● Default Leave Types: Manage Default Leave Types, Which Are Used For Easy Assignment Of Leaves To Employees (e.g., Regular, Jo, Casual, Oyster, And Part-time Employees) ● Training And Seminar: Manage Training And Seminar; Use For Easy Training, Seminar, Certification, And Workshop Creation. ● Manage Suspension Types ● Manage Termination Types ● Payroll Settings ● Secured Access Management ● Mandatory Deductions: ○ Withholding Tax ○ Philhealth Contribution ○ Pag-ibig Contributions/home Development Mutual Fund (hdmf) ○ Gsis Contribution ● Loans ○ Gsis Mpl (multi-purpose Loan) ○ Gsis Gfal (governmentfinancial Assistance Loans) ○ Gsis Housing Loan ○ Gsis Policy Loan ○ Gsis Computer Loan ○ Gsis Salary Loan ○ Gsis Consolidated Loan ○ Gsis Emergency Loan ○ Gsis Educational Loan ○ Gsis Old Loan ○ Pag-ibig Housing Loan ○ Pag-ibig Multi Purpose Loan ○ Pag-ibig Calamity Loan ○ Grocery Loan ○ Koop ○ Hospital Bills Loan ○ Psmb Fund ○ National Home Mortgage Finance Corporation(nhmfc) ○ Provident Fund ○ Land Bank Of The Philippines(lbp) Salary Loan ○ Unlimited Optional Life Insurance (uoli) ○ Development Bank Of The Philippines (dbp) Loan ● Other Deductions ○ Absences/lates ○ Sss Contribution ○ Gsis Optional Insurance ○ Pag-ibig Mpii ○ Child Support ○ Philhealth Up ○ Additional Tax ○ Basc Personnel Credit Cooperative (pcc) ○ Basc Faculty And Employee Association (fea) ● Other Income ○ Overtime (e.g., Normal O.t., Rest Day O.t., Holiday O.t., Non-working Holiday O.t., And Special Non-working Holiday O.t.) ○ Night Differential ○ Salary Adjustment ○ Pera (personnel Economic Relief Allowance) ○ Meal Allowance ○ Fitness Allowance ○ Transportation Allowance ○ Rice Allowance ○ Uniform Allowance ○ Laundry Allowance ○ Communication ○ Internet Allowance ○ 13th Month ○ Bonus Pay ○ Retirement Pay ● Assets And Fleets Management Settings ● Secured Access Management ● Asset Groups ● Asset Categories ● Asset Types ● Asset Articles ● Annual Procurement Plan (app) / Project Procurement Management Plan (ppmp) ● Document Management Settings ● Secured Access Management ● Delivery Type ● Document Category ● Document Security Level ● Document Type ● Process Flow ● Trouble Ticketing Settings ● Secured Access Management ● The Solution Must Have A Maintenance Module For Category Settings. ● The Solution Must Have A Maintenance Module For System Settings. ● The Solution Must Have A Maintenance Module For Types Settings. ● The Solution Must Have A Maintenance Module For State Settings. ● The Solution Must Have A Maintenance Module For Impact Settings. ● The Solution Must Have A Maintenance Module For Urgency Settings. ● The Solution Must Have A Maintenance Module For Team Settings. ● Executive Information Settings ● Secured Access Management ● Dashboard Configuration And Control ● Campus Portal Settings ● Secured Access Management ● Basc Active Directory W/ Configuration ● Themes Configurations ● University Library Settings ● Secured Access Management ● Access Control ● Library Locations ● Shelves Mapping ● Call Number/book Mapping ● Queueing/appointment Settings ● Secured Access Management ● The Solution Must Have An Office/department Setups To Manage The List Of Office/departments. ● The Solution Must Have A Service Set Up To Handle The List Of Services. ● The Solution Must Have Window Settings To Manage The Window List. ● The Solution Must Have Window-type Setups To Control The Queueing System Window Types. ● The Solution Must Have Marquee Setups To Configure The Footer Data Or Information. ● The Solution Must Have Printer Setups To Manage The List Of Printers. ● The Solution Must Have Advertisement Setups To Manage The List Of Advertisements. B.2 University Information System ● Academics ● The Solution Must Enable The Setup Of Courses, Sections, Course Programs, And Curriculum. ● The Solution Must Include A Course Master List To Manage And View Course Information, Course Program Inclusion, And Section Details. ● The Solution Must Include A Master List Of Course Programs To Streamline The Management And Viewing Of Course Program Information, Curriculum Details, And Curriculum Structure. ● The Solution Must Include A Curriculum List To Easily Manage And View Academic Progression Or Flowchart. ● Enrollment Module ● The System Must Have An Online Registration With Automatic Assessment Of Fees, Interconnected With The Other Modules To Facilitate The Automatic Course Advising. ● The System Must Have A Monitoring Of Section Fill Rates. ● The System Must Have A Post-enrollment (adding/changing/dropping) Module. ● The System Must Support Automatically Generating A “list Of Allowed Subjects And Schedules To Be Taken”. ● The System Must Support The Ability To Prevent Choosing Subjects With Prerequisites Not Yet Taken. ● The System Must Support The Ability To Show The Maximum Number Of Allowed Units A Particular Student Can Enroll In Based On Previous Semester Grades With The Capability To Add And Decrease Units By The Registrar Department. ● The System Must Support Enlistment To Rotc And Pe Subjects. ● The System Must Support The Automatic Generation Of Assessment Slips And Registration Slips. ● The System Must Have A Curriculum Auditing. ● The System Must Support Students' Online Queries Of Available Subjects. ● The System Must Support The Generation Of Reports Such As A Summary Of Enrolled Students. ● Section Management Module ● The Solution Must Be Able To Assist In Creating Multiple Sections For Courses To Accommodate Varying Class Sizes, Instructor Availability, And Scheduling Preferences. ● The System Must Aid In Managing Instructor Workloads To Ensure Equitable Distribution Of Teaching Assignments And Compliance With Contractual Obligations. ● The Solution Must Provide Real-time Updates And Notifications To Students, Faculty, And Staff Regarding Changes To Class Schedules, Room Assignments, Or Instructor Assignments. ● The System Must Be Able To Generate Reports On Room Utilization, Resource Usage, And Scheduling Patterns To Inform Decision-making And Resource Allocation. ● The Solution Must Be Able To Enroll Students In Courses And Sections Using Normal Scheduling Techniques While Supporting Non-standard Term Arrangements. ● The System Must Be Able To Generate Schedules For Both Students And Professors. ● Admission Module ● The Solution Must Allow The Creation Of Applications For Potential Students. ● The Solution Must Contain A List Of Applicants To Easily Manage/view The Applicant’s Complete Information, Attachments, And Progress Status. ● The Solution Must Allow The Setting Of Admission Limits To Know The Number Of Allowed Applicants Quickly. ● The Solution Must Allow Applicant Pooling That Is Printable. ● Must Have A List Of Applicants Scheduled For The Entrance Exam, Interviews, And Medical. ● The Solution Must Be Able To Customize The Requirements Of Students For Admission. ● Must Support The Fast Generation Of Reports For The List Of Applicants. ● Grade Management Module ● The System Maintains Complete Records Of The Academic Grades Of The Students. ● The System Must Facilitate Academic Grade Crediting For Transfer Students. ● The System Must Have A Module To Handle Effortless Reviews Of Grades Submitted By Faculty Members. ● The Students Must Be Able To View Their Historical Grades Anytime Thereby Replacing Class Cards. ● Registrar Module ● Must Have Tools To Monitor And Manage Various Operations Of The Registrar Like Monitoring Screen For Records, Certification, And Documents Requested By Students And Alumni. ● Must Contain Complete Student Information, Academic Data File, And Scanned Submitted Documents Of Students. ● Must Support The Fast Generation Of Tor, Cor, Rog, And Form 9 ● Must Be Capable Of Generating A List Of Candidates For Graduation, Scholarships, And Honors. ● The Solution Must Allow The Generation Of The Following Reports: Academic Evaluation, Official List Of Enrollment, Diploma, Registration, Shiftee, Student Directory, Subject Masterlist, And Summary Of Enrollment Reports. ● Must Be Able To Apply Tags To Documents Being Submitted By New Enrollees And Remind The User Of Documents That Students Need To Submit. ● Must Have The List Of Student Subsidy And Adding Of Students For The Scholarship. ● The System Must Be Capable Of Correcting Student Grades. ■ Students With An 'incomplete' (inc) Grade Will Have One Year To Fulfill Requirements To Update Their Grades; Otherwise, The Grade Will Be Changed To A Failing Grade. ● Student Services ● Must Allow Teachers To Submit Requests For Grade Corrections In Case Of Errors Or Discrepancies In Their Recorded Grades. ● The Solution Must Facilitate Tracking The Progress Of Such Requests And Include Checks To Ensure The Necessary Supporting Documentation Is Provided. ● The Grade Correction Request Must Be Reviewed And Approved By Relevant Faculty Members And The Registrar. ● The Solution Must Allow Students To Request Essential Documents Such As Copies Of Report Cards And Academic Certifications For Various Purposes (e.g., Employment, Further Education, Or Personal Records.) ● The Solution Must Allow Students To Specify The Details Of Their Requests (e.g., Number Of Copies, Type Of Document, Purpose) And Provide Estimated Processing Times. ● The Solution Must Notify The Students About The Status Of Their Requests, From Submission To Approval And Document Issuance. ● The Solution Must Have A Feature That Supports Students To Request For Change Of Their Course Or Program Of Study. ● The Solution Must Have A Process That Involves Submitting A Detailed Request, Including The Reason For The Change And Relevant Supporting Information. ● Alumni Module ● The Solution Must Have An Alumni Module That Can Populate The Alumni Master File. ● The System Must Have A Record That Can Be Utilized To Contact The Alumni. ● The Solution Must Be Able To Update Alumni Information. ● The Solution Must Be Able To Search The Directory Of Alumni. ● The Solution Must Be Able To Update The Alumni Profile. ● Scholarship Management ● The System Must Serve As A Central Repository For All Scholarships. ● The Solution Must Handle Recurring Scholarships, Including Reminders To Renew. ● The Solution Must Provide Tools To Automatically Monitor Compliance With Scholarship Conditions (e.g., Gwa Maintenance). ● The System Must Be Integrated With Academic Records And Financial Systems For Validation. ● The System Must Be Able To Provide Real-time Application Status Tracking For Students. ● Awards And Distinction Management ● The System Must Provide A Streamlined Management Of Awards Through Automation. ● The System Must Be Able To Support Multiple Types Of Awards (e.g., Academic Excellence, Leadership, Research, Sports, And Cultural Activities) ● The System Must Be Able To Select Recipients By Committees. ● The System Must Be Able To Ensure Adherence To University Policies And Regulations Regarding Awards. ● The System Must Provide Fields To Define Award Qualifications (e.g., Gwa Thresholds, Competition Results, Or Nomination-based Recognitions) ● Academe Module ● The System Must Provide An Overview Of The Academic Organizational Chart Of The University's Faculties. ● Curriculum Module ● The System Must Provide Tools For Designing And Structuring Academic Programs, Including Defining Course Sequences, Corequisites, And Prerequisites ● The System Must Allow The User To Maintain A Comprehensive Catalog Of Available Academic Programs, Including Undergraduate Majors, Minors, Graduate Programs, And Certificates. ● Acts As A Map Between Program Learning Goals And Course Learning Objectives To Guarantee Coherence And Alignment Across The Curriculum. ● Block Sections Management Module ● The System Must Be Able To Efficiently Manage Student Groupings (block Sections) For Better Academic And Administrative Coordination. ● This Module Manages Predetermined Groupings Of Students Who Attend Classes Together For The Entirety Of A Course Or Academic Program. ● This Module Must Be Able To Automatically Assign Students To Sections Based On Predefined Rules, Such As Enrollment Data, Course Requirements, And Class Size Limits. ● Short Courses Management Module ● This Module Offers Enrollment Information, Fees, And Course Content For Tesda Courses And Other Modules. ● The System Should Include A Student List, Class Schedules, Faculty Assignments, Assessment Results, And The Issue Of Training Certificates, As Well As Other Data On Short-term Courses. ● Clinic Records Management Module ● The System Must Have A Component Designed To Facilitate The Management Of The Clinical Records Of The Students And The Dispensing Of Clinic Items. B.3 Learning Management System ● Administration Module ● The System Must Show Interactive Analytics ● The System Must Allow The Customization Of The Grading Transmutation. ● The System Must Allow The Customization Of The General Passing Percentage. ● Professor Module ● The System Must Show Interactive Analytics ● The System Must Automatically Retrieve The Classes Assigned To Teachers. ● The System Must Automatically Retrieve The List Of Students Enrolled In Each Class. ● The System Must Allow Teachers To Manage The Student Attendance Records. ● The System Must Support The Creation Of Lessons And The Attachment Of Related Files, Including Modules, Powerpoint Presentations, Excel Spreadsheets, Pdfs, Word Documents, Text Files, Videos, And Images. ● The System Must Permit The Addition Of User Activities, Such As Assignments, Projects, Quizzes, And Exams. ● The System Must Be Capable Of Creating And Generating A Rubric To Provide Clear Expectations For Each Evaluation Criterion. ● The System Must Be Capable Of Generating The Student Portfolio For A Range Of 3 To 5 Years. ● The System Must Be Able To Archive The Students' Assignments, Projects, Quizzes, And Exams. ● The System Must Be Able To Have A Grade Consultation ● The System Must Allow Teachers To Set Time Limits For Activity Questions. ● The System Must Be Capable Of Preventive Measures For Cheating. (e.g. Disabling Screenshots) ● The System Must Enable The Configuration Of Date Ranges For Users To Complete Assigned Activities. ● The System Must Be Able To Set Schedules And Deadlines For Posting The Activities, And Quizzes. ● The System Must Allow The Shuffling Of Quizzes And Exam Item Numbers And Answers. ● The System Must Provide Immediate Visibility Of Scores On Activities Upon Completion. ● The System Must Allow The List Of Created Questions To Be Viewable And Editable By The Activity Creator. ● The System Must Support The Creation Of Lessons And Quizzes One At A Time, All With The Same Subject Description. ● The System Must Allow The Teachers To View The Grades Of His/her Students. ● The System Must Allow The Teachers To Generate Reports For Each Class. ● Student Module ● The System Must Show Interactive Analytics ● The System Must Have A Dashboard To Easily Identify The Total Number Of Completed Activities, Assignments, Quizzes, Exams, Projects, And Subjects Per User. ● The System Must Allow Students To Change Their Passwords And Usernames During Their Initial Login. ● The System Must Provide A Newsfeed Feature To Display Upcoming Events And The School's Mission And Vision. ● The System Must Enable Students To Upload Profile Pictures. ● The System Must Support Live Chat And Messaging Functionality Between Students Of The Class. ● The System Must Automatically Post Classes In Which A Student Is Enrolled To Their User Account. ● The System Must Support User/class Attendance Tracking Within The Learning Management System (lms). ● The System Must Enable File Attachments To Lessons That Are Downloadable To The Users' Devices. ● The System Must Allow Students To View The Results Of Their Activities. ● The System Must Ensure That Detailed Activity Results Are Posted. ● The System Must Include An Activity Stream To Summarize The Recent, Upcoming, Later, And Missed Activities Providing An Overview Of A Student's Activity Status. ● The System Must Include Notifications When There’s New Activity Uploaded, Modifications, And Grade Posting. ● The System Must Provide Visibility Into Student Ranking. ● Parents Module ● The System Must Enable Parents To Monitor The Activities And Progress Of Their Children Within The System. ● The System Must Support The Addition Of Children With No Limitations, With An Auto-identification Feature. ● The System Must Comply With The Data Privacy Act. ● Student Transcript Module ● The System Must Have An Academic Record Or Course Management ● The System Must Play A Crucial Role In Managing And Organizing Academic-related Information For Students. ● The System Must Have A Module That Focuses On Tracking And Displaying Details Related To Individual Courses, Classes, And Academic Progress. B.4 Cashiering System ● Cashier Module ● The System Must Be Capable Of Setting Up The Assessment Fees. ● The System Must Be Able To Keep A Record Of A Student's Soa And Its Current Status Whether It’s An Active Soa Or Inactive. ● The System Must Be Able To Preview Or Print Student’s Soa Based On The Selected Academic Year And Semester. ● The System Must Be Able To Have An Audit Trail For Any Actions Or Activity Made Per Account. ● The System Should Support Walk-in Payments At Physical Locations Whether By Cash Or By Check. It Should Enable The Manual Entry Of Payment Details And Generate Receipts. ● The System Must Be Capable Of Identifying Eligible Students Based On Predefined Criteria And Offer A Range Of Financial Incentives, Including Scholarships, Fee Reductions, And Grants. It Must Also Establish An Efficient Application And Selection Process While Promoting Transparency And Fairness In Awarding Scholarships. B.5 Human Resource Management System And Timekeeping System ● Employee Management Module ● The System Must Be Able To Provide A Single Repository Where All Employee Records Are Stored, Updated, And Maintained. ● The System Must Be Able To Reflect Any Updates Or Changes Made To The Master Database Across All Modules. ● The System Must Be Able To Allow Linkage Of Personnel Files To The University Information System. ● The System Must Be Able To Prepare And Generate An Employee Masterlist. ● The System Must Be Able To Set Up Organizational Units With A Hierarchy. ● The System Must Be Able To Provide A Viewable Organizational Chart Of The University, Which Is Linked To The Employee Plantilla Records. ● The System Must Be Able To Manage Employees Based On Their Plantilla Numbers. ● The System Must Be Able To Organize The Employee Hierarchy By Rearranging The Plantilla Numbers Of Specific Employees Through A Drag-and-drop Interface. ● The System Must Be Able To Provide Employee Self Service For The Following: ■ Request To Update Profile. ■ Receive Notifications, News, And Announcements. ■ View Attendance. ■ View Schedule. ■ View Leave Balances, Benefit Balance, And Ledgers. ■ View Monthly Net Pay Summary/payslip. ■ Request Dtr Correction. ■ Submit Requests For Leave, Overtime, Business Trip, And Six Days Of Work. ● The System Must Be Able To Record And Generate Audit Trail Reports. ● Time-keeping Monitoring Modules ● The System Must Be Able To Link With The Biometrics Attendance System. ● The System Must Be Able To Link With The Payroll Management System. ● The System Must Be Able To Do Auto-tracking Of Sick Leave And Vacation Leave Balances. ● The System Must Be Able To Monitor Regular And Special Holidays With Automated Computation Of Pay Rates. ● The System Must Be Able To Prepare A Summary Of Attendance And Absences. ● The System Must Be Able To Prepare A Summary Of Overtime For Validation And Approval. ● The System Must Be Able To Provide A Calendar Of Approved And Pending Leave Requests. ● The System Must Be Able To Set Up Holidays Such As But Not Limited To Recurring Regular-holidays And Special Non-working Holidays. ● The System Must Be Able To Set Up Template Schedules To Be Assigned To A Bulk/group/ Per Employee. ● The System Must Be Able To Record And Generate Audit Trail Reports. B.6 Payroll Management System ● Automated Payroll System ● The System Must Be Able To Provide The Analytics Of Payroll Reports With Real-time And Accurate Data. ● The System Must Be Able To Display, Create, And Manage Payroll Period/s For Generating Payroll Reports. ● The System Must Be Able To Create And Manage Payroll Groups And Assign Employees To Their Payroll Groups Accordingly. ● The System Must Be Able To Set Bank Details And Salary Pertaining To The Corresponding Employee’s Job Type, Salary Grade, And Step. ● The System Must Have A Feature That Customizes And Manages Employees’ Allowances, Deductions, Loans, And Other Compensation Components. ● The System Must Be Able To Export Files For All Tables/lists Within The Payroll System (e.g., Employee Lists, Payroll Reports For A Certain Period, And Others). ● The System Must Have A User Access Control Wherein The Administrator Can Manage Who Can View, Edit, And Delete The Employee And Payroll Information. ● The System Must Be Able To Track Audit Logs Including Who Accessed The System And Made Changes. ● The System Must Have A Feature For Providing Alerts And Notifications Regarding Updates About Generating Payroll Reports And Releasing Payslips. ● The System Must Be Able To Archive Data With Complete Accessibility For Future Reference. ● The System Must Have A Feature That Allows The User To Have Backup And Recovery To Maintain Historical Payroll Records For Auditing And Compliance Purposes. ● Mandatory Deductions And Contribution Module ● The System Must Be Able To Accurately Calculate And Deduct Mandatory Contributions Such As Gsis Contribution, Philhealth, Pag-ibig, And Withholding Tax. ● The System Must Be Able To Integrate With The Latest Bir Tax Tables To Ensure Compliance With Tax Regulations. ● The System Must Be Able To Automatically Generate Reports For Government Agencies. ● Other Deductions Module ● The System Must Allow Flexible Customization Of Other Deductions. ● The System Must Have A User-friendly Interface For Easy Input And Management Of Deduction Rules. ● Other Income Module ● The System Must Be Able To Accommodate Various Types Of Other Income. ● The System Must Be Able To Calculate The Appropriate Tax. ● Loans Module ● The System Must Be Able To Allow The Creation And Tracking Of Different Loan Types With Varying Interest Rates And Repayment Terms. ● The System Must Be Able To Automatically Compute Loan Amortization And Deduct Payments From Employee Salaries. ● The System Must Be Able To Automatically Update Loan Balances And Remaining Dues. ● Attendance Module ● The System Should Be Able To Record Employee Attendance And Generate Accurate Time And Attendance Reports. ● The System Must Be Able To Calculate Overtime, Night Differential, And Other Time-based Compensations. ● Bank Transmittal ● The System Must Be Able To Generate Accurate Bank Files For Payroll Disbursement. ● The System Must Be Compatible With Various Bank Formats To Ensure Seamless Integration With Banking Systems. ● Integration To Time Keeping Monitoring Module ● The System Must Be Able To Connect And Communicate With The Biometrics Attendance System. ● The System Must Be Able To Provide Automated Tracking Of Sick Leave And Vacation Leave Balances Of Employees. ● The System Must Be Able To Monitor Regular And Special Holidays With The Inclusion Of An Automated Computation Of Pay Rates. ● Integration To Hris System ● The System Must Be Able To Integrate Data With The Human Resources Information System (hris) For The Employees’ Relevant Data Including Basic Information, Job Position, Salary Grade, And Bank Details. ● The System Must Be Able To Integrate Data With Hris To Track Employee Work Hours, Including Regular Hours, Overtime, Absences, And Leave Requests. B.7 Assets & Fleet Management System ● Asset Management System ● The System Must Be Able To Show And Manage The General Information, Vendor Details, Warranty Information, Financial Info, And Depreciation Info. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Requests. ● The System Must Be Able To Show Operational Costs And Progress Of The Asset Update. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Auction. ● The System Must Be Able To Show Operational Costs And The Progress Of The Repair And Maintenance. ● The System Must Be Able To Show The Operational Cost And Progress Of The Decommissioning. ● The System Must Be Able To Show Operational Cost And Progress Of The Disposal. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Issuance. ● The System Must Be Able To Show The Operational Cost And Progress Of The User Transfer. ● The System Must Be Able To Create, Update, And Delete Assets With Their Respective Information. ● The System Must Be Able To Create A Comprehensive Inventory Of All Assets, Including Physical Equipment, Software, Licenses, And Other Resources. Each Asset Is Typically Associated With Relevant Information Such As: ■ Article (laptops, Furniture, Or Journals) ■ Property Number ■ Assigned Number ■ Purchase Date ■ Vendor Name ■ Service Provider (optional If Different As To Vendor Name) ■ Financial Information ■ Required Documents (e.g., Purchase Request) ● The System Must Be Able To Track The Movement And Changes In The Status Of Assets. This Includes: ■ Recording Of Asset Transfers ■ Disposal ● Fleet Management System ● The System Must Be Able To Show And Manage General Information, Vehicle Registration Details, Vendor Details, Warranty Information, Financial Info, And Depreciation Info. ● The System Must Be Able To Show Operational Costs And The Progress Of The Fleet Requests. ● The System Must Be Able To Show Operational Costs And Progress Of The Fleet Update. ● The System Must Be Able To Show The Operational Cost And Progress Of The Fleet Auction. ● The System Must Be Able To Show Operational Costs And Progress Of The Repair And Maintenance. ● The System Must Be Able To Show The Operational Cost And Progress Of The Decommissioning. ● The System Must Be Able To Show Operational Cost, And Progress Of The Disposal. ● The System Must Be Able To Show Operational Cost, And Progress Of The Fleet Issuance. ● The System Must Be Able To Show Operational Cost, And Progress Of The User Transfer. ● The System Must Be Able To Show A Statistical Overview Of Fleets According To Its Categories And Types (e.g., Motorcycles, Service Vehicles, Heavy Equipment). ● The System Must Be Able To Have An Elaborative List Of Records Of All Fleets And Their Corresponding Information. ● The System Must Be Able To Have Integration With The Asset Management System To Be Able To Handle Instances Of Assets Being Carried On A Vehicle, Allowing Easier Management, Monitoring, And Inventory. ● The System Must Be Able To Create A Comprehensive Inventory Of All Fleets. Each Fleet Is Typically Associated With Relevant Information Such As: ■ Article (service Vehicle, Car, Heavy Equipment) ■ Body No./ Plate No./ Conduction Sticker No. ■ Assigned Department ■ Registration Information ■ Vendor Information ■ Insurance Information ■ Financial Information ■ Depreciation Information ■ Attachments ● Requisition And Issuance Slip ● Par ● Purchase Request ● The System Must Be Able To Have A Feature That Schedules And Tracks Vehicle Maintenance, Including Oil Changes, Tire Rotation,s And Physical Inspections. ● Inventory Management Module ● The System Must Be Accountable For Tracking, Managing, And Maintaining Various Assets And Fleets Owned Or Used By The Academic Institution. ● The System Must Be Able To Maintain A Centralized Database Of University-owned Resources, Including Computers, Equipment, Furniture, And Other Tangible Assets. B.8 Document Management System ● Document Management System (dms) ● The System Must Be Able To Track Both Physical And Electronic Documents. ● The System Must Be Able To Store Electronic Documents, Such As Pdfs, Word Processing Files, And Digital Images Of Paper-based Content. ● The System Must Be Able To Be A Centralized Repository Where Documents Can Be Easily Searched, Accessed, And Updated By Authorized Business Users. ● The System Must Be Able To Define The Recipient’s Routes With Information Such As Time & Date Sent, Time & Date Received, And Remarks. ● The System Must Be Able To Save/download Uploaded Attachments. ● The System Must Be Able To Generate Tracking With A Unique Batch Number As A Tracking Reference. ● The System Must Be Able To Provide Easier Identification Of Status For Users By Using Color Codes. ● The System Must Be Able To Send System Notifications On Printing Barcodes, Tracking Status Changes, Receiving Recipients, And Other System Actionable Functionalities. ● Process Flow Management ● The System Must Allow For The Customization Of Workflows To Accommodate Various Document Types And Other Business Processes. ● The System Must Offer A Visual Interface, Such As A Dashboard, To Display And Monitor Process Flows Efficiently. ● Routing Management ● The System Must Be Able To Automate The Routing Of Documents To Appropriate Individuals Or Departments Based On Predefined Rules And Flow. ● The System Must Be Able To Allow For Dynamic Routing, Where Documents Can Be Rerouted As Needed. ● The System Must Be Able To Provide Real-time Notifications To Users Upon Receipt Of A Document. ● The System Must Be Able To Include A History Log To Track The Routing Path For Auditing Purposes. ● Integration To Hris ● The System Must Be Able To Seamlessly Integrate With The Organization's Hris To Access Employee Information, Such As Names, Email Addresses, And Department Affiliations. ● Barcode Printing Module ● The System Must Be Able To Print Barcode Labels In Batches With A Unique Tag/number. ● The System Must Be Able To Provide Accurate Status Of The Document Based On The Printed/attached Barcode. ● Security Module ● The System Must Be Able To Record The Audit Trail For All The User Actions Inside The System. ● The System Must Provide Document Security And Access Control Depending On The Security Level. ● The System Must Be Able To Create/update Accounts And Give Them Access Rights Depending On The Business User's Role. B.9 Trouble Ticketing System ● Incident Ticket Management ● The System Must Be Able To Create A New Incident Ticket. ● The System Must Be Able To Identify Related Incident Tickets Based On Category, Type, System, And Description During Creation. ● The System Must Be Able To Assign The Incident Ticket To The Appropriate Team Based On The System Defined In The Assignment Rules. ● The System Must Be Able To Filter Incident Ticket Lists Based On State (e.g., Open, In Progress, Hold, Resolved, Closed, And All). ● The System Must Be Able To Show An Overview Of Incident Ticket Statistics, I.e.; ■ Open ■ Inprogress ■ Overdue ■ Overview Of Incident Ticket By Severity And State ● The System Must Be Able To Capture The Notes, Attachments, And Resolution Information. ● The System Must Be Able To Notify The Team Member To Whom The Ticket Is Assigned. ● The System Must Be Able To Notify The Team Manager To Whom The Ticket Is Assigned Whenever A Critical Ticket Is Created. ● Problem Ticket Management ● The System Must Be Able To Create A New Problem Ticket. ● The System Must Be Able To Create A New Problem Ticket From An Existing Incident Ticket. ● The System Must Be Able To Identify Related Tickets Or Problem Tickets Based On Category, Type, System, And Description During Creation. ● The System Must Be Able To Assign The Problem Ticket To The Appropriate Team Based On The System Defined In Assignment Rules. ● The System Must Be Able To Filter Problem Ticket Lists Based On Status (e.g., Open, In Progress, Hold, Resolved, Close,d And All). ● The System Must Be Able To Show An Overview Of Problem Ticket Statistics, I.e.; ■ Open ■ Inprogress ■ Overdue ■ Overview Of Incident Ticket By Severity And State ● The System Must Be Able To Capture The Notes, Attachments, Analysis, And Resolution Information. ● The System Must Be Able To Notify The Team Member To Whom The Ticket Is Assigned. ● The System Must Be Able To Notify The Team Manager To Whom The Ticket Is Assigned Whenever A Critical Ticket Is Created. ● Security Module ● The System Must Ensure That Only Authorized Personnel Can Access And Modify Tickets. ● The System Must Maintain A Detailed Audit Trail Of All Actions Taken On A Ticket To Ensure Accountability And Traceability. B.10 Queueing / Appointment System ● Queueing Admin Module ● The System Must Be Able To Allow Administrators To Manage And Monitor The Entire Queueing Process And Appointments. ● The System Must Be Able To Apply The Concept Of Calling Population To Determine And Measure The Arrival Process Of Customers. ● The System Must Be Able To Have Its Service Counters, Its Own Common Queue, And The Probability Distribution Of Customers’ Service Time. ● The System Must Be Able To Have The First-in-first-out (fifo) Approach To Have A Systematic And Consistent Flow To Maximize The Throughput Of The Customer Service Center. ● The System Must Be Able To Measure The Logical Ordering Of Customers In A Queue And Determine Which Customer Will Be Chosen For Service When The Service Counter Becomes Free. ● The System Must Be Able To Measure Performance Based On Steady-state Average Delay And Steady-state Average Waiting Time In The System. ● The System Must Be Able To Measure The Conversation Steady State Time Average Number In The Queue And The Steady State Time Average Number In The System. ● The System Must Be Able To Administer Parallel Management Through Multiple Counters By Navigating The Queue And Finding The Appropriate Counter For Their Needed Service. ● The System Must Be Able To Allow The Customers To Request Services Without Being Physically Present Throughout The Waiting Time Of The Lineup Of Customers. ● The System Must Be Able To Give Freedom To The Customers To Wait Outside The Premises Of The Branch Upon Enabling Virtual Sign-up. ● Admin Appointment Module ● The System Must Be Able To Manage And Oversee The Scheduling, Modification, And Cancellation Of Appointments. ● Local Kiosk Module ● The System Must Be Able To Provide A Self-service Station That Allows Users (clients, Customers, Or Employees) To Interact With The System For Tasks Like Check-ins, Appointment Booking, Ticket Printing, And Managing Their Queue Status. ● Mobile Kiosk Module ● The System Must Be Able To Provide A Mobile-based Self-service Solution That Enables Users To Interact With The System Directly From Their Smartphones Or Tablets. ● Security Module ● The System Must Be Able To Offer Protection For The System And Its Users By Managing Access, Ensuring Data Privacy, And Preventing Unauthorized Actions. ● Appointment System ● The System Must Be Able To Provide Users To Schedule An Appointment According To Their Needs. ● The System Must Gather Needed Information For The Services That The Customer Wants To Avail Or Request. ● The System Must Have The Feature Of Canceling Or Rescheduling A Registered Appointment Within A Specific Period. ● The System Must Have The Feature Of Sending Out A Notification Or Reminder To The Customer Regarding His/her Appointment. ● As An Admin/ Team Member ● The System Must Be Able To Have A Dashboard To Provide An Overview Of Queues And Appointments From The Web And Mobile Web Access Such As: ■ Currently Serving ■ Next Queue Number ■ Next Appointment Number / Priority Lane (pwd, Senior Citizens, Pregnant) ■ Summary ● The System Must Be Able To Provide A Queuing List Including The Queue’s: ■ Status (unserved, Served, Canceled) ■ Queue Date And Time ■ Last Call Date And Time ■ Called By (counter, Name And Position) ■ Actions (view, Recall/call, Start/end, Cancel, Hold) ● The System Must Be Able To Identify Customer Appointment Referrals Including: ■ Id Number ■ First Name ■ Last Name ● The System Must Be Able To Receive Notification/s When A Certain Appointment Needs To Be Accommodated Within A Specific Period. ● The System Must Be Able To Receive Notification/s When An Appointment Has Been Canceled Or Rescheduled. ● The System Must Be Able To Provide Reports And Data Exports In Excel And Pdf Formats. ● The System Must Have Customization Capabilities And A Control Console. ■ Marquee ■ Advertisements On The Tv Screen ● The System Must Be Able To Track The History Of Registered Appointments And Passed Queues. B.11 Executive Information System ● Executive Dashboard Module ● The System Must Be Able To Allow Configurable Layouts, Enabling Users To Choose, Arrange, And Resize Charts To Suit Their Preferences Or Specific Needs. ● The System Must Be Able To Reflect Almost Real-time Information, Ensuring That Executives Are Always Working With The Latest Data. ● Security Module ● The System Should Be Able To Include A Security Module To Ensure Robust Access Control, Data Protection, And Compliance, Safeguarding Sensitive Information And System Integrity Against Unauthorized Access. ● Dashboard Configuration ● This Module Should Allow The Administrators To Create And Configure The Layout And Content Of Dashboards To Reflect Key Business Metrics And Performance Indicators, Ensuring That The Right Data And Accurate Data Are Properly Presented. ● Access Control ● This Module Should Allow The Administrators To Assign Users Or Groups Of Users Who Will Have Access To The Different Dashboards. B.12 Campus Portal System ● Sso-based User Management System ● The System Must Have Sso (single Sign-on) To Enable Users To Authenticate Once And Automatically Gain Access To Multiple Campus Services, Eliminating The Need To Log In To Each Service Separately. This Seamless Authentication Process Must Enhance User Convenience, Improve Security By Reducing The Number Of Passwords Needed, And Streamline Access To Various Tools And Resources, Saving Time, And Effort For Both Students And Staff. ● Basc Active Directory W/ Configuration ● The System Must Allow Centralized User Management Through Active Directory (ad), Which Stores And Organizes Information About Users, Groups, Computers, And Other Network Resources. ● Web Traffic Statistic ● The System Must Allow The Administrators To Monitor Standard Web Traffic Data, Such As Page Views, No. Of Visitors, Geographic Locations, Duration Of Visits, And Referrals, Integrated With Google Analytics (ga4). ● Content Management ● The System Must Allow The Administrators To Manage And Update The Contents Of The School’s Campus Portal Page. Such As Announcements, Blogs, Calendars, Articles, And Activities. B.13 University Library System ● Cataloging And Inventory Management Module ● The System Must Allow The Cataloging And Inventory Management Of The Library's Collection Of Books, Journals, Dissertations, And Other Materials. ● Circulation Module ● The System Must Allow The Librarian To Monitor The Borrowing, Returning, And Renewing Of Library Materials, Ensuring Efficient And Accurate Tracking Of Resources As They Move Between The Library And The Borrowers. ● Acquisition Module ● The System Must Allow The Processing Of Acquiring New Library Resources, Including Books, Journals, E-books, Multimedia Materials, And Other Educational Or Research Content. ● The System Must Allow The Management Of Book Requisitions From Students And/or Teachers. ● Student Module ● The System Must Allow Students To Access New Library Resources, Including Books, Journals, E-books, Multimedia Materials, And Other Educational Or Research Content. ● The System Must Be Able To Provide The Following Information And Services: ■ Book Details (non-dissertation) ■ Book Details (dissertation) ■ My Library Card ■ Request For Purchase/acquisition ■ Reservation ■ Notices Of Due Dates ■ Notices Of Overdue Penalties ● Librarian Module ● The System Must Have A Dashboard That Shows The Librarian’s Crucial Kpis For The Library Such As: ■ Search Word Statistics ■ Tags And Metadata Of The Book Statistics ■ Circulation Statistics ● Student Request List (book Reservation, Purchase Request, Clearance Request, Dissertation Access Request) ■ This Module Must Allow The Students To Submit Various Types Of Requests Related To Their Academic And Campus Activities. ● Book Reservation ■ This Module Must Allow The Students And Faculty To Reserve Library Books Or Materials. ● Purchase Request ■ This Module Must Enable The Students, Faculty, Or Staff To Submit Requests For Purchasing Books, Equipment, Or Other Materials Needed For Academic Or Administrative Purposes. ● Clearance Request ■ This Module Must Enable The Students, Faculty, Or Staff To Submit Requests For Clearance. ● Dissertation Access Request ■ This Module Must Enable The Students, Faculty, Or Researchers To Request Access To Dissertations Or Theses Stored In The Library’s Collection From The Authors. ● Kiosk (self Check-in And Check-out Student) ● The System Allows The Kiosk To Provide Students With A Self-service Station For Managing Their Borrowing And Return Activities. Using Touch-screen Kiosks Or Other Interactive Devices, Students Can Quickly And Efficiently Check Out Library Materials, Return Items, And Access Various Library Services Without Requiring Staff Intervention. ● Integration With Sso Services ● The System Allows Integrating Single Sign-on (sso) Services With An Application Or System, Providing A Unified Authentication Process That Allows Users To Log In Once And Gain Access To Multiple Connected Systems Or Applications Without Needing To Log In Again For Each Service. B.14 Econference Room With Video Conferencing ● Video Conferencing System ● The System Must Be Able To Provide A Seamless And User-friendly Video Conferencing Experience. ● The System Must Enhance Remote Collaboration And Communication. ● The System Must Have Integrated Audio, Video, And Collaboration Tools For Effective Virtual Meetings. ● The System Must Ensure The Scalability And Flexibility To Accommodate Future Needs. B.15 Mobile Version Module ● Mobile Version ● The System Must Have A Mobile Version Of The Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Subsystems Website Designed For Smartphones And Tablets. It Gives Students, Professors, Staff, And Stakeholders Easy Access To University Information And Services. ● The System Should Promote Accessibility, Convenience, And A Great User Experience By Allowing Users To Communicate With The University Community Anytime. ● The System Should Accommodate Each Module's Specialized Functionalities While Staying Mobile-friendly And Focusing On Users. ● The System Must Be Able To Receive Notifications. C. Report Requirements These Are The Suggested Reports That Ought To Be Produced By The System To Analyze The Information Systems Trends In Bulacan's Colleges. It Is Recommended That The Data Be Automatically Submitted Through An Api In Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub To Give Basc Staff The Information They Need To Enhance The School Community. C.1 University Information System ● Admission Module ● List Of Applicants - The Overall List Of Potential Students With Their Personal Or Application Information. ● Registrar Module ● Academic Evaluation - Assessment Of A Student's Academic Performance, Conducted By The Institution's Instructors. ● Official List Of Enrollment - Document Provided By The Institution That Confirms The Students That Are Registered Or Enrolled For A Specific Academic Year. ● Diploma - Gives Thorough Details Regarding A Student's Academic Accomplishments And The Diploma's Presentation As Evidence Of Completion Of An Academic Program. ● Registration - A Document That Gives Information About A Student's Course Enrollment At The Institution For A Certain Term Or Semester. ● Shiftee - Document Of Proof For Students Who Are Changing Or Shifting Their Academic Programs Or Courses. ● Student Directory - Comprehensive And Manageable List Of Students Enrolled At The Institution. ● Subject Master List - A Thorough List Or Catalog Of Each Field Or Course That The Educational Institution Offers ● Summary Of Enrollment - Overview Of The Current Enrollment Status Of The Students At The Institution For A Specific Semester Or Academic Year. ● Enrollment Module ● Summary Of Enrolled Students - A Summary Of The Current Student Population, Including Enrollment Data And Demographics. ● Summary Of Unpaid School Fees - Gives A Summary Of The Unpaid Fees That Students Owe For The Current Semester Or Academic Term. ● Summary Of Tuition Fees Collected - Gives A Summary Of The Fees Collected/received From The Students For The Current Semester Or Academic Term. ● Clinic Record Management Module ● Health Management Report - A Document That Typically Focuses On The Health And Wellness Of Its Students And Covers Various Aspects Related To Healthcare Services Offered By The University. C.2 Learning Management System ● Professor Module ● Class Report - A Summary Of The Progress, Performance, And Involvement Of The Students In A Particular Course Or Class. ● Student Transcript Module: ● Subject Modules Report - Provides Comprehensive Insights And Summaries Related To The Modules Listed In A Specific Subject. ● Lesson Plan Report - Generates A Summary Lesson Plan That Is Defined By The Institution Or Organization. C.3 Human Resource Management System And Timekeeping System ● Audit Trail Report: ● Gives A Thorough Account Of All The Actions And Modifications Conducted Within The Hr System. Monitoring User Behavior, Protecting Data Integrity, And Upholding Adherence To Hr Rules And Regulations All Depend On This Report. C.4 Payroll Management System ● Payroll Management System ● Daily Time Record (dtr) - An In-depth Record Of Employees' Daily Attendance That Includes The Total Number Of Hours Worked, The Number Of Leaves Taken, And Other Essential Time-related Data. ● Payslip/s - A Detailed Breakdown Of An Employee's Earnings And Deductions For A Specific Pay Period. ● Payroll Report For A Specific Period - A Complete Summary Of Payroll Costs And Associated Information For A Specific Pay Period. C.5 Assets & Fleet Management System ● This Applies To Both Systems ● Assets And Fleets Reporting - A Document Containing Management Insights For Different Vehicles And Assets Used For Administrative And Academic Purposes. ● Depreciation Tracking - A Detailed Overview And Monitoring Of The Decrease In Value Of Such Assets Over Time Over A Specified Period. C.6 Document Management System ● Document Management System (dms) ● List Of On-hand Documents - Displays A List Of All Of The Documents That Are Available Or Accessible At The Moment Within The System. ● List Of Incoming Documents - Provides An Inventory Of Documents That Have Been Recently Received Or Uploaded Into The System. ● List Of Received Documents - Provides A List Of All The Documents The Institution Has Received In A Given Time Frame. ● List Of Finalized Or Kept Documents - Provides An Inventory Of All The Documents That Have Been Approved, Completed, And Archived In The System. ● List Of Archived Documents - Provides Comprehensive Details About The Documents That Have Been Stored In The System's Archive. ● Details Of Document Batch Tracked - Provides Full Details On The Batches Of Documents That The System Is Tracking. Documents Pertaining To Research Projects, Financial Transactions, Student Records, Admissions, And Other Aspects Of University Operations May Be Included In These Sections. ● Audit Logs Of Documents - Detailed Log Of Every Activity And Modification Performed To Any Document In The System. C.7 Trouble Ticketing System ● Reporting And Analytics ● The Solution Must Be Able To Provide Reports In Different Formats I.e., Pie Graph, Line Graph, Or Bar Graph. ● The Solution Must Be Able To Extract The Following Data Groupings: Open Tickets, Open With Critical Severity, In Progress, Overdue, Not Updated For 7 Days And Older Than 30 Days, And Tickets By State. C.8 Queueing / Appointment System ● The Solution Must Be Able To Generate Reports Which Show The Following: ● Queue List - Presents A Summary Of The System's Appointments And Queue Status At The Given Moment. ● Visitors List - Provides A Summary Of The Visitors' List And The Appointments They Have Made Using The Appointment/queuing System. ● Advertisements - Provides An Overview Of Advertisements And The Details That Are Displayed In The System. ● Queue Service - Presents An Overview Of The Queue Service Availability And Performance Within The Queueing/appointment System. ● Audit Trail - List Of Users' Activities On Who Approves, Disapproves, Cancels, And Reschedules Appointments. C.9 Executive Information System ● Reporting And Dashboard ● All-in-one Reporting, Dash Boarding, And Analysis. The Solution Should Support Multiple Use Cases Of Visualization Software Including Reporting, Interactive Analysis, And Business Intelligence. C.10 Campus Portal System ● Web Traffic Report ● The Web Traffic Report Provides Insights Into The Usage Patterns And Trends Within The Campus Portal, Offering Valuable Information About How Users Interact With The Platform. This Report Encompasses Various Metrics And Analytics That Help Administrators And Stakeholders Understand The Effectiveness Of The Portal And Identify Areas For Improvement. Key Components Of The Web Traffic Report Include: ■ Page Views: This Metric Quantifies The Total Number Of Times Each Page Within The Portal Has Been Viewed By Users Over A Specified Period. It Helps Gauge The Popularity And Relevance Of Different Sections Or Features Of The Portal. ● Unique Visitors: Unique Visitors Represent The Number Of Distinct Individuals Who Have Accessed The Portal Within A Given Timeframe. Tracking Unique Visitors Provides A Measure Of The Portal's Reach And User Engagement. ● Traffic Sources: Understanding Where The Traffic Originates From Can Provide Insights Into The Effectiveness Of Marketing Efforts Or The Impact Of External Events. Traffic Sources May Include Direct Visits, Referrals From Other Websites, Search Engines, Or Social Media Platforms. ● Bounce Rate: The Bounce Rate Indicates The Percentage Of Visitors Who Navigate Away From The Portal After Viewing Only One Page. A High Bounce Rate May Suggest Issues With Content Relevance, User Experience, Or Site Performance. ● User Demographics: Analyzing Demographic Data Such As Geographic Location, Device Type, And Browser Preferences Can Help Tailor The Portal's Content And Optimize Its Compatibility Across Different Platforms. ● Session Duration: This Metric Measures The Average Amount Of Time Users Spend On The Portal During Each Visit. Longer Session Durations Generally Indicate Higher User Engagement And Interest In The Provided Content. ● Popular Pages: Identifying The Most Visited Pages Or Sections Of The Portal Can Inform Content Prioritization And Resource Allocation Efforts. It Also Highlights Areas Of Interest Or Importance To The User Community. ● Audit Logs Report ● The Audit Logs Report Offers A Comprehensive Overview Of All Activities And Interactions Within The Campus Portal, Serving As A Vital Tool For Monitoring Compliance, Security, And Accountability. By Maintaining Detailed Records Of User Actions, System Events, And Administrative Changes, The Audit Logs Report Enables Administrators To Track User Behavior, Detect Anomalies, And Investigate Incidents Effectively. Key Features Of The Audit Logs Report Include: ■ User Activity Tracking: Every Action Performed By Users Within The Portal, Such As Login Attempts, File Uploads, Document Downloads, And Profile Modifications, Is Logged And Timestamped For Auditing Purposes. ■ Access Control Monitoring: The Report Monitors Changes To User Permissions, Role Assignments, And Access Privileges, Ensuring That Only Authorized Individuals Can View Or Modify Sensitive Information. ■ System Events Recording: Critical System Events, Including Software Updates, Database Modifications, Error Messages, And Security Alerts, Are Recorded To Facilitate Troubleshooting And Maintain System Integrity. ■ Compliance Verification: By Documenting Compliance-related Activities, Such As Data Access Requests, Consent Agreements, And Policy Acknowledgments, The Audit Logs Report Helps Organizations Demonstrate Adherence To Regulatory Requirements And Internal Policies. C.11 University Library System ● Reporting And Analytics Module ● The System Must Enable The Library To Gather, Analyze, And Present Data Related To Its Operations And Performance. ● The Solution Must Be Able To Generate Reports That Show The List Of Patrons. D. System Requirements • Sso Should Be Able To Manage People's Information And Authentication Of Security. • Hris Should Be Able To Manage The Employee Information • The System Should Be Developed Using The Coreui Framework. • The System Shall Support Connectivity And Access To Data Stored In Relational Ms– -sql Databases. • The System Must Support Interfaces To Common Packaged Applications Via The Standard Application Interface Provided. • The System Shall Support Paperless Reporting. • The System Shall Support Mobile (android & Ios) Devices. • The System Shall Support Web Desktop And Mobile Web Access. • A System With Superior Wide Area Network (wan) Performance, Highly Secured Features/functionalities, And Uses Web–enabled Workflow Systems Available To The Offices. E. Supply, Delivery, And Implementation E.1 University Information System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Server Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration (qa) 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.2 Learning Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.3 Cashiering System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.4 Human Resource Information System Infrastructure 1. Twenty (20) Units - Biometric - Time & Attendance A. Must Support Up To 1,500 Fingerprints, Up To 100,000 Records, And Up To 2,000 Cards (optional). B. Must Support Multi-languages. C. Must Have Communication: Tcp/ip, Usb-host, Wi-fi (optional). D. Must Have High Verification Speed. E. Must Have Professional Firmware And Platform. 2. One (1) Unit - Desktop Computer A. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in M. Must Have 1*650va Ups 3. One (1) Service - Vulnerability And Pen-testing 4. One (1) Service - Database Modelling Design Services 5. One (1) Service - Installation And Configuration Services 6. One (1) Service - Application Installation 7. One (1) Service - User Workflow Integration 8. One (1) Service - Ssl And Dns Configuration 9. One (1) Service - Integration To Basc Rdbms Database 10. One (1) Service - Data Migration 11. One (1) Service - Project Management Services 12. One (1) Service - User Acceptance Testing (uat) 13. One (1) Service - User Training Services 14. One (1) Service - Scaling And Optimization 15. One (1) Service - Manpower Cost 16. One (1) Service - Mobilization Cost 17. Two (2) Years - Support 18. One (1) Year - Warranty E.5 Payroll Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization Of Payroll Management System 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.6 Assets & Fleet Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.7 Document Management System Infrastructure 1. Ten (10) Units - Barcode Printer A. Should Be Capable Of Printing High-quality, Durable Barcodes On Various Label Materials. B. Should Offer Customizable Printing Options, Including Label Size, Orientation, And Font. C. Must Be Easy To Integrate With The Document Management System For Automated Barcode Generation And Printing. 2. One-hundred (100) Rolls - 2 X 1 Risen Label Sticker (2688 Stickers Per Roll) A. Should Be Durable And Resistant To Wear And Tear. B. Must Be Compatible With The Chosen Barcode Printer. 3. One-hundred (100) Rolls - 2 X 1 Ribbon For Risen Label Sticker (4 Rolls Sticker: 1 Ribbon) A. Should Produce Clear And Legible Barcode Prints. B. Must Be Compatible With The Chosen Barcode Printer And Label Stickers. C. Should Provide A Long Print Life And Minimize Ribbon Wastage. 4. Twenty (20) Units - Industrial Doc Imaging Machine A. Should Be Capable Of High-volume, High-speed Scanning Of Various Document Types (e.g., Paper, Plastic Cards). B. Must Offer Advanced Image Processing Features, Such As Automatic Document Feeding, Image Enhancement, And Ocr. C. Should Be Durable And Reliable, Suitable For Heavy-duty Use In Industrial Environments. D. Must Be Easy To Integrate With The Document Management System For Automated Image Capture And Indexing. 5. Three (3) Units -departamental Doc Imaging Machine A. Should Be Suitable For Lower-volume Scanning Needs In Departmental Settings. B. Must Offer Basic Image Processing Features, Such As Automatic Document Feeding And Image Enhancement. C. Should Be Compact And Easy To Use. D. Must Be Compatible With The Document Tracking System For Automated Image Capture And Indexing. 6. Twelve (12) Units -departamental Doc Imaging Machine Peripherals A. Should Include Necessary Accessories For Efficient Document Scanning, Such As Paper Trays, Feeder Units, And Cleaning Kits. B. Must Be Compatible With The Chosen Departmental Doc Imaging Machine. C. Should Be Easy To Install And Maintain. 7. Forty (40) Units -barcode Scanner A. Should Be Capable Of Accurately Scanning Various Barcode Types. B. Must Offer High-speed Scanning And Reliable Performance. C. Should Be Durable And Ergonomic, Suitable For Frequent Use. D. Must Be Easy To Integrate With The Document Management System For Automated Data Entry And Workflow Triggering. 8. One (1) Service - Vulnerability And Pen-testing 9. One (1) Service - Database Modelling Design Services 10. One (1) Service - Installation And Configuration Services 11. One (1) Service - Application Installation 12. One (1) Service - User Workflow Integration 13. One (1) Service - Ssl And Dns Configuration 14. One (1) Service - Integration To Basc Rdbms Database 15. One (1) Service - Data Migration 16. One (1) Service - Project Management Services 17. One (1) Service - User Acceptance Testing (uat) 18. One (1) Service - User Training Services 19. One (1) Service - Scaling And Optimization 20. One (1) Service - Manpower Cost 21. One (1) Service - Mobilization Cost 22. Two (2) Years - Support 23. One (1) Year - Warranty E.8 Trouble Ticketing System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.9 Queueing / Appointment System Infrastructure 1. Six (6) Units - Kiosk Stand With Touch Screen Monitor And Printer 2. Six (6) Units - Kiosk Audio Panel 3. Twelve (12) Units - Kiosk Interactive 65” Smart Tv 4. One Million (1m) Credits - Sms 5. One (1) Service - Vulnerability And Pen-testing 6. One (1) Service - Database Modelling Design Services 7. One (1) Service - Installation And Configuration Services 8. One (1) Service - Application Installation 9. One (1) Service - User Workflow Integration 10. One (1) Service - Ssl And Dns Configuration 11. One (1) Service - Integration To Basc Rdbms Database 12. One (1) Service - Data Migration 13. One (1) Service - Project Management Services 14. One (1) Service -user Acceptance Testing (uat) 15. One (1) Service - User Training Services 16. One (1) Service - Scaling And Optimization 17. One (1) Service - Manpower Cost 18. One (1) Service - Mobilization Cost 19. Two (2) Years - Support 20. One (1) Year - Warranty E.10 Executive Information System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.11 Campus Portal System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service -installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service -project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.12 University Library System Infrastructure 1. One (1) Unit - Kiosk (self Check-in & Self Check-out) With Monitor And Barcode Reader. 2. Fifty Thousand (50,000) Pcs - Rfid Tags For Books 3. Two (2) Units - Rfid Reader 4. One (1) Unit - Barcode Printer 5. Twenty Five (25) Rolls - Barcode Sticker 6. One (1) Unit - Barcode 3d Scanner 7. One (1) Service - Vulnerability And Pen-testing 8. One (1) Service - Database Modelling Design Services 9. One (1) Service - Installation And Configuration Services 10. One (1) Service - Application Installation 11. One (1) Service - User Workflow Integration 12. One (1) Service - Ssl And Dns Configuration 13. One (1) Service - Integration To Basc Rdbms Database 14. One (1) Service - Data Migration 15. One (1) Service - Project Management Services 16. One (1) Service - User Acceptance Testing (uat) 17. One (1) Service - User Training Services 18. One (1) Service - Scaling And Optimization 19. One (1) Service - Manpower Cost 20. One (1) Service - Mobilization Cost 21. Two (2) Years - Support 22. One (1) Year - Warranty E.13 Internet Connectivity 1. Eighteen (18) Months - Speed Requirement: 5 Gbps Bandwidth A. Connection Should Be Of Cable Type, Preferably Fiber-optic; Wireless Solutions May Be Considered. B. No Limitations On Traffic/ports; Bandwidth Capacity Should Be Ensured Through A Direct Ip Connection. C. A Subnet Of At Least 14 Static Publicly Routable Ip Addresses Is Required. D. Service Reliability Must Be Ensured. Overall Uptime Should Not Be Less Than 99%. E. All Necessary Hardware, Cabling, And Software (if Required For Internet Service) Should Be Provided And Set Up By The Provider. F. Support Managed Vpn Services. G. Isp Must Be Able To Manage The Customer Premises Equipment (cpe) To Be Installed In The Bulacan Agricultural State College. H. Traffic Management, Network Monitoring, And Access To Raw Log Files. I. Fiber Optic Connectivity From The Isp To The Internet Backbone. 2. One (1) Unit - Multiple Wan Router 3. One (1) Unit - Core Routing Switch 4. Four (4) Units - Distribution Switch 5. Ten (10) Units - Qsfp+ Module Xq+cm0000-xs+ 6. One (1) Service - Project Management Services Network Configuration Services 7. One (1) Service - Training And Knowledge Transfer 8. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 9. One (1) Service - Manpower Cost 10. One (1) Service - Mobilization Cost 11. Two (2) Years - Support 12. One (1) Year - Defect Liability E.14 Campus Network System 1. Ninety-four (94) Units - Indoor Wireless Access Points A. The Proposed Equipment Shall Support 802.11a/b/g/n/ac/ac Wave2/ax Protocol B. Triple-band Design, Support 2*2 Mimo, 2.4g ≥570mbps, 5g ≥3200 Mbps, The Maximum Speed ≥3.8gbps. C. Support Built-in Omnidirectional Antenna D. 1 Gigabit Ethernet Port E. 1*micro-usb Port F. Support 802.3at Standard Poe Power Supply And Power Adaptor G. Ap Full Load Working Power Consumption ≤ 17.5w H. Ap Transmit Power ≤20dbm (smaller Than 100mw), And Power Can Be Adjusted (adjustment Granularity Is 1dbm, Adjustment Range Is 3dbm~27dbm) I. Protection Degree≥41 J. Operating Temperature: -10~50℃, Humidity:5%~95% Non-condensing K. Maximum Concurrent Client ≤ 256 L. Support For Ssid-based Access User Limit M. Support Virtual Ap Technology, The Number Of Ssid Per Rf ≥16, Per Ap ≥32; N. Support Hiding Of Ssid O. Support Multiple Vlans Per Ssid P. Support Standalone Mode And Controller-based Mode, The Controller Must Be On-premise. Q. Ap Supports Tunnel Mode And Bridge Mode. Each Ssid Can Choose Its Own Working Mode. R. Support Ap Zero Configuration, Support Layer 2 And Layer 3 Discovery, Dhcp Option43, Dns Domain Name, And Other Network Access Controller Automatic Discovery Mechanisms S. Supports Ap Deployment Across Layer 3 Network, Wan, And Nat, And Supports Management Tunnel Encryption With Network Access Controller. T. Support The Service Sense Via Ai Rf, Including Connection And Delay For Network Access, Dhcp, Gateway, Dns, Internet And Other Server Address U. Support The Environment Sense Via Ai Rf, Including Channel Utilization, Co-channel Ap, Interference Ssid V. Supports 802.1x, Portal, Mac Address Authentication, Ca Certificate Authentication, Qr Code Approval Authentication, Sms Authentication, App Authentication, Guest Account, Facebook, 802.1x Wep, Wpa, Wpa2, And Other Authentication Methods; W. Support 802.11i, Aes, Tkip, And Other Encryption Methods X. Support Wips/anti-phishing Wifi Via Independent Rf (non-user Connected Radio Frequency) To Conduct Real-time Detection, Alarm, And Countermeasures For Illegal Access Points. Y. Support East-west Traffic Security, By Detecting Abnormal Behavior To Block Viruses Within The Intranet Z. Support Ap Vpn, An Encrypted Communication Tunnel Can Be Established Across The Internet And Remote Wireless Controllers For Encrypted Remote Access, The Ap Vpn Should Also Support Bidirectional Access From Site To Site. Aa. Support Intelligent Load Balancing Based On The Number Of Users, Signal Strength, And Channel Utilization, And Automatically Balance The Access Pressure Between Aps Bb. Support Rf Guiding Function To Guide Wireless Terminals To Preferentially Access 5g Frequency Bands With Low Interference Cc. Supports Fit Ap Switching To Gateway Mode (non-fat Ap Mode), Supports Pppoe Dial-up, Static Ip, And Dhcp. Dd. Support Dhcp Server And Dns Proxy Ee. Support The Wireless Controller Escape Function, When The Wireless Controller Is Down, The Ap Still Can Guarantee The Normal Online Access Of Online Users, And Ensure That New Users Can Also Connect To The Wireless Network Through Authentication; 2. One (1) Lot - Network Access Controller A. The Proposed Controller Shall Support At Least 5 Service Ports, 1 Rj45 Console Port, 1 Rj45 Manage Port, 2 Usb Ports, And 2 Expansion Slots. B. The Proposed Controller Shall Support Up To 1200 Access Points. C. The Proposed Controller Shall Support At Least 8 Built-in Captive Portal Templates. D. The Proposed Controller Shall Support Access Controller And Qos-based Applications And Urls. The Application Fingerprints In The Controller Database Should Be Larger Than 6400 At Least One Year Application And A Url Update License Should Be Included E. The Proposed Controller Shall Support A Questionnaire Survey And The Survey Result Can Be Shown In The Controller F. Web Ui To Show Survey Results In The Controller G. The Proposed Controller Can Configure The Time/data Quota Policy For Wi-fi Users. H. The Proposed Controller Shall Support The Topology Of The Switch. I. The Proposed Controller Shall Support The Big Data Analysis For The Guests, And Staff. The Content Should Include The Favorite Application, Online Duration, Time Starts, And Checkout. J. The Proposed Controller Shall Be Capable Of Identifying Terminal Types And Assigning The Different Policy-based Terminal Types. K. The Proposed Controller Shall Support The Graphical Dhcp Address Pool From The Controller And Switch And Can View The Following Information In Each Address Pool: I. Conflict Ip Address Ii. Terminal Devices Fail To Obtain An Ip Address Iii. Address Pool Utilization Iv. Ip Allocation Times Distribution L. The Proposed Controller Can Be Used As The Gateway, Support Ppoe, Nat, Policy-based Routing, Dhcp Server, Dhcp Replay, Provide Authentication And Access Controller For Both Wired And Wireless Users, M. The Proposed Software Controller Shall Support The Following: I. 802.1x Authentication Ii. Portal Authentication Iii. Mac Address-based Authentication N. Also Need To Support The Integration With Radius, Ldap, Ad, And Other Databases O. The Proposed Controller Shall Support Viewing Of The Following Status Of Ap. I. Power Supply Load Ii. System Resources (memory, Cpu) Iii. Chip Resources (mac Table, Arp Table, Acl Table, Route Table Utilization) Iv. Packet Drop Ratio V. Jumbo/normal Frame Vi. Traffic Load Vii. Packet Analysis (broadcast, Multicast, And Unicast Packets) Viii. Network Protocol Packet Receiving Rate Analysis (dhcp, Icmp, Arp, And Tcp Packet Rate) P. The Proposed Controller Shall Support A Security Log To View Switch Attack Events, Including Event Types, Attacker Mac Address, And Attack Device Types. Q. The Proposed Controller Shall Support The Binding Of Terminals To Ip Based On Switch Port Groups, And The Binding Of Terminals And Ports Based On Switch Port Groups. R. The Proposed Controller Manufacturer Shall Have A Cmmi5 Certificate To Ensure The Maturity Of The Product Software. S. The Proposed Brand Must Be Iso 9001 Certified 3. Forty-seven (47) Units - Access Poe Switch A. The Proposed Equipment Shall Have At Least I. 24 Gigabit Ethernet Poe Ports Ii. 4* Sfp+ Ports B. The Proposed Equipment Shall Support Ieee 802.3af/at Power Supply Standard, Single Port Maximum Output Poe Power 30w, The Whole Machine Maximum Output Poe Power 370w C. The Proposed Equipment Shall Have A Console Port D. The Proposed Equipment Shall Support Standalone Web Gui Management And Controller-based Management. E. The Proposed Equipment Shall Have A Switching Capacity Of At Least 336gbps F. The Proposed Equipment Shall Have Packet Forwarding Of At Least 108mpps G. The Proposed Equipment Shall Support Acl Policies Based On Single-port And Aggregation Of Interfaces. H. The Proposed Equipment Shall Support Acl Policies Based On Source Ip Address And Mac Address. I. The Proposed Equipment Shall Support Acl Policies Based On Protocols (ospf, Udp, Arp) J. The Proposed Equipment Shall Support Time-based Acl Policies K. The Proposed Equipment Shall Support 802.1p, Ip And Service Level, Dscp Priority Settings L. The Proposed Equipment Shall Support Traffic Shaping; And Packet Forwarding Rate Setting Based On The Outbound And Inbound Directions Of Switch Ports. M. The Proposed Equipment Shall Support Cos And Dscp Priority Mapping Based On Switch Groups N. The Proposed Equipment Shall Support Congestion Management That Supports Multiple Scheduling Modes To Implement Traffic Based On Packet Or Port Priority. O. The Proposed Equipment Shall Support Port Mirroring And Redirection. P. The Proposed Equipment Shall Support Dhcp Snooping, Dhcp Server Q. The Proposed Equipment Shall Support The Spanning Tree Protocol (stp, Rstp, Mstp) R. The Proposed Equipment Shall Support Igmp V1/v2/v3 Snooping S. The Proposed Equipment Shall Support 4,000 Vlan T. The Proposed Equipment Shall Support 16,000 Mac Address U. The Proposed Equipment Shall Support Mac Address Dynamic Learning V. The Proposed Equipment Shall Support Mac Address Filtering W. The Proposed Equipment Shall Support Mac Address Learning Limit X. The Proposed Equipment Shall Support Link Aggregation Y. The Proposed Equipment Shall Support M-lag Technology, Cross-device Link Aggregation Z. The Proposed Equipment Shall Have Layer 3 Routing Protocols Such As Static Routing, Rip, Ospf, Vrrp Aa. The Proposed Equipment Shall Support East-west Traffic Security With Policies Based On Area Or User Role, And Prevent The Virus Spread Within The Intranet Bb. The Proposed Equipment Shall Support Topology In The Controller, Configuration And Status Checking Can Be Done By Clicking The Topology. Cc. The Proposed Equipment Shall Support The Replacement By One Click On The Controller Platform To Replace The Defective Device Dd. The Proposed Equipment Manufacturer Shall Have A Cmmi5 Certificate To Ensure The Maturity Of The Product Software Ee. The Proposed Brand Must Be Iso 9001 Certified 4. One (1) Lot - Installation Consumables 5. One (1) Service - Network Design, Consultation (signed By Pece) And Permits 6. One (1) Service - Project Management Services 7. One (1) Service - Switch & Access Point Installation 8. One (1) Service -network Configuration Services 9. One (1) Service - User's Training And Knowledge Transfer 10. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 11. One (1) Service - Manpower Cost 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. One (1) Year - Campus Network System Defect Liability (base Bundle Warranty-support) A. 1-year Warranty For All Active Devices B. 1-year Subscription To Licenses C. 1-year Workmanship Warranty And After-sales Support E.15 Fiber Optics Works 1. Fiber Optics Passive Components A. Thirteen Thousand (13,000) Meters - Fiber Optic Cable Single Mode I. 8-core Single-mode 8 Ii. Fiber Type=g.652.d And G.657.a1, Teraspeed, Os2 Iii. Armored-type Corrugated Steel Iv. Stranded Loose-tube Cable-type V. Gel-free Sub-unit Type B. Forty-seven (47) Units - Fms Panel I. 1u Standard Size 19” Ii. Includes 6 X Lc Sm Adaptors (12f) Iii. Includes 12 X Sm Lc Pigtails Iv. Includes 12 X Splice Protectors V. With Splice Tray And Cable Glands (12 Port Loaded) C. One (1) Unit - Epx 4u Sliding Panel Splicing Cassette I. Symmetrical Body Style Ii. Sliding Shelf Iii. Splicing Type = Heat Shrink, Single Fiber Fusion Iv. Dimension: 44.45h X 482.6w X 320d Mm V. Powder Coated Finish D. Sixteen (16) Units - G2 Splice Cassette 24lc/upc With Internal Shutters Os2 With Pigtails I. Lc/upc Interface Ii. Method A Polarity Iii. Shuttered Iv. Maximum Insertion Loss = 0.25db V. Minimum Return Loss = 50db E. One Hundred Eighty-eight (188) Pcs - Fiber Patch Cords I. Lc-lc Patch Cord Ii. 1.6mm Duplex Iii. Riser Single Mode Os2, 0.9m F. Forty-seven (47) Units - Data Cabinet 15u I. Wall-mounted Type Ii. 600 X 600mm X 15u Dimension Iii. Glass Door With Lock With 8-gang Pdu G. One (1) Lot - Handhole Fabrication And Heat Shrinkable Seal Fiber Optic Splice Dome Closure I. With 24-core Pigtail Splicing Plate Termination H. One (1) Lot - Earth Ground Material And Accessories 2. Fiber Optics Active Components A. Two (2) Units - Network Core Switches I. 24-ports 10ge Layer 3 Managed Core And Aggregation Switch Ii. With 4 X 25g Ports Backward Compatible With 10g Iii. With 40g Uplink Capability Iv. With 150w Ac Power Module V. 19” Rack-mountable Vi. Steel Case B. Forty-seven (47) Units - Network Managed Switch I. 24-ports Layer 2 Managed Switch Ii. With 4 X 10g Uplink Ports Iii. 19” Rack-mountable Iv. Steel Case C. Four (4) Units - 40g Transceiver Modules I. 40g Lr Single-mode Fiber Module Ii. Qspf+ Transceiver Iii. Lc (1310nm) D. Ninety-four (94) Units - 10g Transceiver Modules I. 10g Lr Single-mode Fiber Module Ii. Qspf+ Transceiver Iii. Lc (1310nm) 3. One (1) Service - Roughing Ins Cost (piping Of Foc Per Building, Pvc/hdpe Pipes, Pullbox 10" X 10" X 6", Metal Clamps, Tox & Screws, Gi Wire) 4. One (1) Service - Labor Cost: Horizontal Direct Drilling (hdd) Wire Pulling, Roughing Ins For Expose Foc Going To Idf And/mdf 5. One (1) Service - Termination/splicing Of Pigtail Connectors/otdr Testing 6. One (1) Service - Electronic Permit Layout And Design (as-built Plan) 7. One (1) Service - Network Design And Consultation (signed By Pece) 8. One (1) Service - Project Management Services 9. One (1) Service - Switch Installation 10. One (1) Service - Network Configuration Services 11. One (1) Service - Training And Knowledge Transfer 12. One (1) Service - Cable Testing And Analysis By Fluke Systems 13. One (1) Service - Scaling And Optimization Of Network Security 14. One (1) Service - Manpower Cost 15. One (1) Service - Mobilization Cost 16. One (1) Service - Forwarding Cost 17. One (1) Year - Defect Liability 18. One (1) Year - Fiber Optic Passive Components Support Warranty A. 1-year Warranty For All Active Devices B. 1-year Subscription To Licenses C. 1-year Workmanship Warranty And After-sales Support E.16 Structured Cabling Works 1. Structured Cabling Passive Components A. Sixty-seven (67) Units – 24-ports 1u Keystone-type Patch Panel With Io Assembly I. 24-ports 1u Keystone Blank Panel Ii. 24-pcs Cat6+ Modular Jack, Rj45 Keyconnect Style B. One Thousand Four Hundred Thirty-three (1,433) Pcs – Cat6+ Modular Jack I. Cat6+ Modular Jack, Rj45 Keyconnect Style Ii. T568 A/b Wiring Scheme C. One Thousand Four Hundred Thirty-three (1,433) Pcs – 1-meter Cat6 Stranded Patch Cord I. 1-meter Cat6 Stranded Patch Cord Ii. T568b- Standard Machine-made Termination D. One Thousand Four Hundred Thirty-three (1,433) Pcs – 2 Meters Cat6 Stranded Patch Cord I. 2-meter Branded Cat6 Stranded Patch Cord Ii. T568b- Standard Machine-made Termination E. Sixty-seven (67) Units – Cable Organizer 1u I. 24 Slots Plastic With Cover F. Three Hundred Seventy-five (375) Rolls– Utp Cat6 Pure Copper I. Solid Bare-copper 24awg 4-pairs Ii. Pe-polyethylene Insulation Material Iii. 0.97 Mm Insulation Diameter Iv. Outer Jacket = Pvc Polyvinyl Chloride V. Operating Temperature = -20°c To +75°c Vi. Bending Radius = 23.2 Mm (0.913 In) G. Sixty-seven (67) Units – 15u Data Cabinet 600 X 600mm I. Wall-mounted Type Ii. 600 X 600mm Iii. Glass Door With Lock Iv. With 8-gang Pdu H. Sixty-seven (67) Sets – Fabricated Data Cabinet Bracket I. Five Hundred Fifteen (515) Pcs – Simplex Faceplate I. Keyconnect Faceplates, 1-port Ii. Plastic-made J. One Hundred Thirty-three (130) Pcs – Duplex Faceplate I. Keyconnect Faceplates, 2-ports Ii. Plastic-made K. Six Hundred Forty-five (645) Pcs – Faceplate Box I. Standard, Rectangular 2. Structured Cabling Active Components Technical Specification A. Seventy-two (72) Units – 24-ports L2+ Gigabit Switch + 4-sfp Ports Rack-mountable Ii. 24 X Gigabit Rj45 Iii. 4 X 10g Sfp+ Ports Iv. 19” Standard Size Rack-mountable B. Eighty-one (81) Units – 24-ports L2+ High-poe Switch Gigabit, With 4-sfp Module Rack-mountable I. 24 X Gigabit Poe Ports Ii. 4 X Sfp+ Slots Iii. 19” Standards Size Rack-mountable Iv. Poe Budget: At Least 370w C. Six (6) Units – 16-ports Aggregation Switch With 16-ports 10ge Ports I. 16 X 10g Sfp+ Slots Ii. 1u Rack Mountable 19” Iii. 802.3at/af D. Three Hundred Six (306) Units – Sfp+ Module, Single Mode Lc Connector I. 1310nm Single Mode Ii. Lc Duplex Connector Iii. Up To 10km Distance E. Three Hundred Six (306) Pcs – Lc Fiber Patch Cord I. Lc-lc Patch Cord Ii. 1.6mm Duplex Iii. Riser Single Mode Os2 0.9m F. Sixty-seven (67) Units – 1kva Ups, Tower Type I. 1000va/600w Ratings Ii. 1 X 12v/9ah Battery Iii. 4 X Universal Socket Iv. Not More Than 5.3kg G. One (1) Unit – 5kva Ups 4u, Online I. 5000va/5000w Ii. Dimension: Not Bigger Than 420 X 630 X 217mm Iii. Operating Voltage = 176 To 288 Vac Iv. Maximum Allowable Voltage = 288 Vac V. Input Frequency Without Battery Operation = 40 To 70hz Vi. Factory Default Voltage = 230 Vac Vii. Waveform = Pure Sinewave Viii. Backup Time At Full Load = 7 Ix. Backup Time At Half Load = 18.5 X. Audible Noise <55dba H. Sixty-seven (67) Units– Pdu With Reset And Switch, Metal Case I. 8-gang Metal With Reset Button Ii. Standard 19’’ Rack Mountable 3. Structured Cabling Roughing-ins A. One (1) Lot – Conduiting/piping Materials B. One (1) Lot – Cable Tray, Cable Ladder And Support Assembly (noc) C. One (1) Lot – Cable Tray Support & Hangers (distribution Per Building) D. One (1) Lot – Restoration Materials E. One (1) Lot – Cable Distribution Materials F. One (1) Lot – Grounding Materials, Installation And Consumables G. One (1) Lot – External Cabling Materials 4. One (1) Service - Network Design And Consultation (signed By Pece) 5. One (1) Service - Project Management Services 6. One (1) Service- Switch Installation 7. One (1) Service - Network Configuration Services 8. One (1) Service - Training And Knowledge Transfer 9. One (1) Service - External Cabling 10. One (1) Service - Scaling And Optimization (cable Testing And Analysis By Fluke Systems) 11. One (1) Service - Manpower Cost 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. One (1) Year - Service -structured Cabling Works Defect Liability 15. One (1) Year - Structured Cabling Passive Components Support Warranty A. 1-year Warranty For All Active Devices B. 1-year Workmanship Warranty And After-sales Support E.17 It Security Operations Center & Network Operations Center 1. One (1) Lot – Indoor Video Wall A. One (1) Lot – Led Panel I. Must Have 4.2x2.025m P0.9375 Indoor Led Screen Ii. Led Lamp Parameter: Color Configuration: Rgb 3in1, Color: Red, Green, Blue, Luminance: 990-1210 Mcd, 1980-2420 Mcd, 495-605 Mcd, Viewing Angle: 160º/160º, Wavelength: 625-630 Nm, 520-525 Nm, 465-470 Nm Iii. Must Have Led Module Parameter: Pixel Pitch(mm) 0.9375, Iv. Pixel Configuration Cob, Module Size(mm) W 300 H 168.75, Module Resolution(dots) W 320 H 180, Drive Ic Icn1069 V. Must Have Led Cabinet Parameter: Cabinet Size (mm) W 600 H 337.5, Cabinet Resolution (dots) W 640 H 360, Cabinet Pixels (dots) 230400, Cabinet Material Die Casting Aluminum, Cabinet Weight (kg) 4.8 Vi. Must Have Led Screen Parameter: Screen Size(m)w 4.2 W 2.025 H, Screen Resolution(dots)w 4480 W 2160 H, Cabinet Quantity(pc)w 7 W 6 H, Pixel Density(pixel/m2) 1137778, Brightness(cd/m2) 600, Brightness Adjusted 256 Grade By Software Or By Auto-optic Induced, Driving Method 1/46 Scan Display Color 439, 804, 651, 110, Viewing Distance (m) ≥0.9375m, View Angle Horizontal 160°; Vertical 160° Color Contrast Ratio 5000:1, Gray Grade 16bit, Refresh Frequency (hz) 3840, Protective Grade Ip43, Working Temperature(ºc) -30~+70, Stored Temperature (ºc) -40~+80, Operation Humidity(rh) 0-95%, Lifetime 100,000 Hrs Maintenance Front Side Working Voltage Ac110 / Ac220v±10% 47~63hz, Power Consumption Max: 800w/㎡ ; Ave:310w/㎡" B. One (1) Unit – Controller I. Must Have Three Kinds Of Led 4k Sending Cards: (1) − H_20xrj45 Sending Card Loads Up To 13,000,000 Pixels, (2) − H_16xrj45+2xfiber Sending Card Loads Up To 10,400,000 Pixels And Provides Two Opt Ports That Copy The Outputs On Ethernet Ports, (3) − H_4xfiber Sending Card Loads Up To 20,800,000 Pixels And Supports Three Working Modes, Including Independent, Copy And Backup. The Three Cards Mentioned Above Cannot Be Used Together To Load The Same Screen. Ii. Must Have Multi-capacity Configuration On A Single Card Slot: − 4x 2k×1k@60hz, − 2x 4k×1k@60hz, − 1x 4k×2k@60hz Iii. Must Have A Simple Screen Configuration Using A Single Card And Connector Iv. Must Have Online Status Monitoring Of All Input And Output Cards V. Must Have Hot-swappable Input And Output Cards Vi. Must Have An H_2xrj45 Ip Input Card That Supports Up To 512 Ip Camera Inputs And Input Mosaic. Vii. Must Have Auto Decryption Of Hdcp-encrypted Sources Viii. Must Have Decimal Frame Rates Supported Ix. Must Have Hdr10 And Hlg Processing X. Each Screen Can Have Its Output Resolution. Xi. Must-have Output Mosaic: Adopts The Frame Synchronization Technology, Which Ensures All The Output Connectors Output The Image Synchronously, And The Image Is Complete And Played Smoothly, Without Any Stuck, Frame Loss, Tearing, Or Piercing. Xii. Must Support Irregular Screen Configuration: Supports Irregular Rectangle Mosaic Without Any Limitations. Xiii. Must Have Input Source Grouping Management Xiv. Must Have Eye-saver Mode: Display The Image In A Warmer But Less Bright Way To Relieve Eye Strain. Xv. Lcd Bezel Compensation Xvi. Must Have Multi-layer Display: A Single Card Supports 16x 2k Layers, 8x Dl, Layers Or 4x 4k Layers. All Layers Support Cross-connector Output And The Layer Quantity Is Not Reduced For Cross-connector Output. Xvii. Must Have High-definition Scrolling Text, Customize The Scrolling Text Content, Such As Slogans Or Notification Messages, And Set The Text Style, Scrolling Direction, And Speed. Xviii. Must Support Up To 2,000 Presets: Fade Effect And Seamless Switching Supported, Less Than 60ms Preset Switching Duration Xix. Must Have Scheduled Playback Of Preset Playlist, Set Whether To Add The Presets To Playlist, Which Is Ideal For Monitoring, Exhibitions, Presentations, And Other Applications. Xx. Must Have Osd Settings On A Single Screen And Adjustable, Osd Transparency Xxi. Must Have Bkg Settings, Bkg Images Do Not Occupy The Layer Resources. The Max Width And Height Of A Bkg Image Is Up To 15k And 8k Respectively. Xxii. Must Have Channel Logo Management: Set A Text Or Image Logo For Identifying The Input Source. Xxiii. Must Have Input Source Cropping And Renaming After Cropping, Crop Any Input Source Image And Form A New Input Source After Cropping. Xxiv. Must Have Hdr And 10-bit Video Processing, Allowing For A More Exquisite And Clear Image. Xxv. Must Have Color Adjustment: Output Connector Color And Screen Color Adjustable, Including Brightness, Contrast, Saturation, Hue, And Gamma. Xxvi. Must Have Xr Scenario Control Xxvii. Must Have Low Latency: Reduce The Latency From The Input Source To The Receiving Card To As Low As 1 Frame. Xxviii. Must Have Web Control: Real-time Response And 1000m/100m Self-adaptive Network Control, Allowing For Multi-user Collaboration. Xxix. Must Have Monitoring Of Inputs And Outputs On A Web Page Xxx. Must Support Firmware Updates On Web Page Xxxi. Must Have Ark Visualized Management And Control Platform App Control On Pad Device. Xxxii. Must Have Self-test For Fault Detection Xxxiii. Must Have Auto-monitoring And Alarms: Supports Hardware Monitoring, Such As Fan Rotation Speed, Module Temperature And Voltage, And Running Status, And Sends Fault Alarms If Necessary. Xxxiv. Must Support An Optional Power Supply For Higher System Reliability. Xxxv. Must Have Backup Design − Backup Between Devices − Backup Between Led 4k Sending Cards. C. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable (4k) 10 Meters D. Six (6) Units - 1500va/900w Line Interactive Ups E. Three (3) Units – Desktop Computers I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 2. Desktop Computers W/ Extended Monitor A. Six (6) Units – Desktop Computer I. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4gb Vram, Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Motherboard: B760-g Wifi D5 Micro-atx Motherboard Viii. Power Supply: Modular Power Supply 850w 80+ Gold Argb Modular Psu Ix. Peripherals: Power Cords, Keyboard & Optical Mouse X. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Xi. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Xii. Operating System (os): Windows 11 Pro Or Higher Xiii. Warranty: 1 Year Courier Or Carry-in B. Six (6) Pcs For 6 Units Of Desktop – Extended Monitor I. Display: At Least 23.8” Hd Led Display (or Higher) C. Six (6) Units – Ups For Command Center I. Must Have Capacity 650va 3. Communication Equipment A. Six (6) Units – Desktop Computer Headphone I. Audio Specifications Must Have, Frequency Response: 20 Hz To 20,000 Hz (standard Range For Human Hearing), Impedance: 32 Ohms (standard For Most Headsets; Higher Impedance May Be Better For High-end Audio), Sensitivity: 90-120 Db (decibels) At 1 Mw For Sound Level, Driver Size: 30-50 Mm (larger Drivers Often Provide A Better Bass Response), Sound Output: Stereo Or 7.1 Surround Sound (for Gaming And Multimedia), Total Harmonic Distortion (thd): Less Than 1% (minimizes Audio Distortion), Noise-canceling: Active (anc) Or Passive, Ii. Microphone Specifications Must Have, Type: Omnidirectional Or Unidirectional, Frequency Response: 100 Hz To 10,000 Hz, Sensitivity: -38 Db ± 3 Db, Noise Cancellation: Active Or Passive Noise-canceling Microphone, Mute Function: Usually Included For Easy On/off Control, Iii. Connectivity Wired: 3.5 Mm Audio Jack, Usb (type-a Or Type-c) Iv. Controls Volume Control: On-ear Cup Or Inline Volume Adjustment, Playback Control: Some Models Allow Pause/play/skip For Media. B. Six (6) Units – Ip Phone Handset Note: Covered In Ip-pa System And Ip-pbx System I. Must Have The Following Physical Specifications: 2.3-inch 128x48 Pixel Dot-matrix Display, Graphical Lcd With Backlight, Keypad: 33 Keys, Including: 4soft-keys, 9 Function Keys (hold / Transfer / Voice Message / Conference / Phonebook, Mwi / Headset / Redial / Hands-free) 4 Navigation Keys, 12 Standard Phone Digits Keys, 3 Volume Control Keys (up/down/mute (microphone), Desktop Stand X1 Status Indicator Light X1 (red), Rj9/rj11 Port X2: Handset X1, Headset X1, Rj45 Port X2: Network X1, Pcx1 (bridged To Network), Security Slot X1, Dc Power Input: 5v/0.6a, Power Consumption (adapter): 0.8~1.29w, Power Consumption (poe): 1.25~1.86w, Device Dimensions: Desktop Stand (45°): 169x201.1x177.4 Mm, Desktop Stand (50°): 169x191.9x185.8 Mm, Wall Mountable: 169x120.1x213.7 Mm Ii. Must Have 6-way Audio Conference Iii. Must Have At Least 600 Call Logs Iv. Must Have At Least 1000 Local Phonebook V. Must Have At Least 1000 Remote Phonebook Vi. Must Have G.722, Opus Wideband Codec Vii. Must Have G.711a/u,g.726,g.723.1, G.729a/b, Ilbc Narrowband Codec Viii. Must Have 2 X 10/100/1000 Mbps Network Rate Ix. Must Have Power Supply Poe X. Must Support Ehs Wireless Headset Xi. Must Have Desktop Stand Xii. Must Support Plantronics Wireless Headset (through Plantronics Apd-80 Ehscable) Xiii. Must Support Recording (through Server) Xiv. Must-have Physical: 10/100/1000 Mbps Ethernet, Dual Bridged Port For Pc Bypass Xv. Must Support Ip Configuration: Static Ip / Dhcp / Pppoe Xvi. Must Support The Following Protocols: Sip 2.0 Over Udp/tcp/tls, Rtp/rtcp/srtp, Stun, Dhcp, Ipv6, Lldp, Pppoe, 802.1x, L2tp, Openvpn, Sntp, Ftp/tftp, Http/https, Tr-069, Aes 128 & Aes 256 Xvii. Must-have Generic Ip Phone Features: 2siplines, Hdvoice, Poeenabled, Dot-matrix Display Screen, Handset/hands-free /headset Mode, Desktopstand/ Wall Mountable (optional), Optional External Power Supply Xviii. Must Have The Following Call Functions: Callout/ Answer/ Reject, Mute/unmute(microphone), Callhold / Resume, Callwaiting, Intercom, Caller Id Display, Speeddial, Anonymouscall(hide Caller Id), Callforward(always/busy/no Answer), Calltransfer (attended/unattended), Callparking/pick-up (depending On Server), Redial, Do-not-disturb, Auto-answering, Voicemessage(with Server), 6-wayconference, Hotline, Hot Desking. 4. Two (2) Units – Laptop A. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Pro Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in 5. One (1) Lot - Outdoor Video Wall W/ Smart Led Solar Powered Light A. Led Panel I. Pixel Pitch 3.91mm Ii. Pixel Configuration 1r1g1b Iii. Led Type Smd1921 Iv. Brightness (max) 5000 Nit V. Color Temperature 3500k-10000k(adjustable) Vi. Viewing Angle H140° / V120° Vii. Pixel Density 65,536 Dots/m² Viii. Module Size 500mm×250mm Ix. Module Resolution 128x64 Dots X. Cabinet Size W500mm×h1000mm×d77mm Xi. Cabinet Resolution (w×h) 128×256 Dots Xii. Cabinet Weight 17.0 Kg ± 0.5 Xiii. Cabinet Material Aluminum Xiv. Operating Temperature/ Xv. Humidity -40℃~+60℃/10~80%rh Xvi. Storage Temperature/ Xvii. Humidity -40℃~+60℃/10~80%rh Xviii. Ip Rating Front Ip68/rear Ip66 Xix. Mounting: Ground Structured Support For Outdoor Video Wall Display Unit (181"w X 138"h) B. Four (4) Unit – Smart Led Solar Powered Light I. Independent Distributed Power Supply System Ii. Solar Powered W/ Smart Sensors Iii. High Quality Lithium Battery Iv. Input Voltage Ac 110~220v (+/-10%) V. Pole-mounted Installation Vi. Mounting: Ground Structured Support For Outdoor Smart Led Solar Powered Light C. One (1) Lot - Controller Required: Quantity I. Must Have Sending Box, Receiving Card, And Light Sensor D. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable (4k) 10 Meters Iv. Two (2) Units - 1500va/900w Line Interactive Ups E. One (1) Unit – Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Pro Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 6. One (1) Lot – Security Software Licenses A. Access Rights Manager B. Patch Manager C. Serv-u File Transfer Protocol Server D. Serv-u Managed File Transfer Server E. Server Configuration Monitor F. Engineer's Toolset G. Ip Address Manager H. Log Analyzer I. Network Performance Monitor J. Security Event Manager K. Network Topology Mapper 7. One (1) Service - Electronic Permit Layout And Design (as-built Plan) 8. One (1) Service - Electronic Permit Layout And Design Signed By Pece 9. One (1) Lot - Security Software Licenses W/ Dashboard 10. One (1) Lot - Structured Cabling (including External Cabling) 11. One (1) Lot - Roughing-in Materials 12. One (1) Service - Network Design And Consultation 13. One (1) Service - Project Management Services 14. One (1) Service - Temporary Facility (temfacil) For 30 Days 15. One (1) Service - Installation & Configuration 16. One (1) Service - Network Configuration Services 17. One (1) Service - User's Training And Knowledge Transfer 18. One (1) Service - Scaling And Optimization 19. One (1) Service - Manpower Cost 20. One (1) Service - Mobilization Cost 21. One (1) Service - Forwarding Cost 22. One (1) Year - Support Warranty E.18 Campus Data Center Upgrade 1. Non-electrical Components A. Seven (7) Units - Data Racks I. 1200mm Deep Static Rack Cabinet. Ii. Rack Capacity Must Be 42u Iii. Must Be Equipped With Casters And Leveling Feet Iv. Front And Back Doors Must Be Perforated V. Must Have A Load-carrying Capacity Of 950 Kg Or Higher Vi. Optional: Front And Side Stabilizers B. Three (3) Units - Gpu Server I. Must Have Warranty Support (4hr Resp) Ii. Gpu Server Add Ons Iii. Management Controller With 3-year Subscription For Server Endpoint Iv. Console Manager With 3-year Software Subscription C. One (1) Unit - Telephone Terminal Cabinet (ttc) I. The Ttc Must Be Made With Stainless Steel (304 Or 316) Gauge 16. Ii. At Least (800mm X 500mm X 200mm), With Canopy And Locking Mechanism. Iii. Water-resistant 2. Electrical Components A. One (1) Lot - Power Management System I. Design And Install Based On The Requirements Of Section 5.b (electrical Works Services) B. Fourteen (14) Lot - Power Distribution Unit I. 2 Units Shall Be Installed Per Data Rack. Ii. Input Voltage (v): 200-230 Iii. Input Plug Type: Iec 60309 32 A 2p + E Iv. Input Current Limit: 32 A V. Load Capacity: 7400 Va Vi. Network Frequency: 47...63 Hz Vii. Outlet Type And Quantity: (20) Iec 60320 C13, (4) Iec 60320 C19 C. One (1) Unit - Uninterruptible Power Supply 20kva (ups) And One (1) Unit - Uninterruptible Power Supply 5kva (ups) I. At Least 20kva/20kw Rackmount And 5kva/5kw Rackmount 1. Input: A) Ac Input Nominal Voltage (single-phase): 220/230/240 Vac, 3 Wire (l + N + G), Connected Via Hardwire. B) Ac Input Nominal Voltage (three-phase): 380/400/415 Vac, 5 Wire (l1 + L2 + L3 + N + G), Connected Via Hardwire. C) Ac Input Voltage Range: 160 – 285 Vac (l-n) At Full Load, While Providing Nominal Charging To The Battery System; Or 100 – 160 Vac (l-n) At 50% Load, While Providing Nominal Charging To The Battery System. D) Input Frequency Range: 40-70 Hz, Auto-selecting. E) Online Input Power Factor: 0.99 For 75% And 100% At 230 Vac. F) Green Mode Input Power Factor: ≥ 0.95 (for Resistive Load ≥ 25%) At 230 Vac.) At 230 Vac G) Input Current Distortion: <4% For 50% Resistive Load, <3% For 100% Resistive Load. H) Surge Protection: 600 Joules 2. Output: A) Ac Nominal Output Voltage: Single-phase B) Single-phase: 220/ 230/ 240 Vac. Models Are Factory Set At 230 Vac. C) 3-phase: 380/400/415 Vac. Models Are Factory Set At 400 Vac. (for 20kva) D) Output Frequency: 50/60 +/- 4 Hz (auto-sense). 3. Battery: A) Battery Type: Maintenance-free Sealed Lead-acid Battery With Suspended Electrolyte, Leakproof. 4. Installation: A) All Materials To Be Used In The Installation Should Be Included. From The Tapping Point To Ups. D. One (1) Unit - Generator With Automatic Transfer Switch (ats) I. 50kva Generator With Built-in Ats Or Ats Ready Ii. Automatic Start, Electric Start Iii. Phase: 3-phase/1-phase Iv. Operating Mode: Silent/soundproof V. Frequency Rating (hz): 50-70 Vi. Voltage Rating (v): 220-240 Vii. Engine Type: Turbo Diesel Viii. Large Capacity Fuel Tank Ix. Cooling System: Water Cooled X. Protection System: Low Oil Alarm, Temperature Sensor Xi. Should Include Installation And Configuration Services E. One (1) Set - Precision Air Conditioning Unit (pacu) I. Cooling Capacity: 7 Tr (20kw Or 75,400 Btu/hr) Ii. Power Supply: 230 Volts/60 Hz./3 Phase/pe Iii. System Type: Air-cooled Non-inverter Compressor Iv. Air Circuit: 1. Air Direction - Downflow Vertical Discharge 2. Air Inlet Into The A/c On A Large Surface From The Top Of The Unit V. Refrigerant Circuit: 1. Equipped With An Open Refrigerant Circuit The Basic Version Consists Of The Following Components: A. Fully Hermetic, Variable-speed Dc Scroll Compressor B. Oil Separator C. High-performance Evaporator With A Large Surface Area D. Liquid Receiver With Rota Lock On-off Valve And Safety Valve E. Dehydrating Filter F. Liquid Sight Glass G. Thermostatic Electronic Expansion Valve H. High-pressure Switches With Manual Resetting I. Needle Valves For The Refrigerant Change For Pressure Control J. External Welded Connections Vi. Standard Functions: Cooling Mode, Humidification & Dehumidification Mode Vii. User Terminal: 1. 64 X 120 Pixel Backlit Lcd Display And 6 Backlit Keys To Move Between And Change Parameters. 2. Set The Operating Parameters, Monitor The Trend Of The Main Working Parameters, And Read Any Alarm Messages. 3. Capable Of Enabling The Following Functions: A. Temperature And Humidity Control B. Setting Double Temperature And Humidity Set Point C. Complete Alarm Detection System D. Alarm Event History Storage E. Automatic Restart When Power Returns After A Cutout F. Remote Switching On/off Of The Unit G. Graphical Display With Icons Displaying The State Of The Unit Components H. Time Bands For Differential Weekly Switching On/off Of The Unit I. Management Of The Local Network With Setting The Rotation Of One Or Two Units In Standby J. Alarm Sequence History With Up To 100 Alarm Events Viii. Fan Section (indoor): 1. Radial Fan With Electronically Commutated (ec) Motor 2. High-efficiency Ec Motor With Wear-resistant And Maintenance-free Ball Bearing 3. Variable Speed Motor Modulating Fan Speed According To Load Density 4. Eurovent Certification 5. Ce Certification Ix. Air Filter: 1. Made From Self-extinguishing, Synthetic Fiber Cellular Material. 2. Large Filter Surface, Small Pressure Loss, Long Service Life, And Easy Replaceability X. Condenser: 1. Connections To The Remote Condenser 2. Witha Kit Of Legs For Vertical Discharge 3. With Rota Lock Shutoff Valves 4. Regulate The Fan Speed To Ensure Trouble-free Operations F. One (1) Unit - Dehumidifier I. At Least 80 Liters Capacity Ii. Adjustable Humidistat Iii. Auto Restart Iv. Automatic Bucket Full Shut-off V. Automatic Humidistat Control Vi. Bucket Full Indicator Light Vii. External Drain Connect Viii. Removable Water Tank Ix. Washable Air Filter 3. Safety Components A. Eight (8) Units - Fire Suppression System I. Hfc236fa (fe36) / /hcfc-123 Ii. At Least 20 Lbs Iii. Non-residual Iv. Non-corrosive V. Lifetime Chemical Efficacy Vi. Built-in Sensor For Automatic Discharge Vii. Should Include Mounting Plates And Installation Service B. Two (2) Units - Metal Door With Panic Lock Mechanism Note: Included In E-classroom, E-conference Room And Smart Led Solar Powered Light I. The Door Jamb Must Be Able To Hold The Weight Of The Metal Door. Ii. The Door Hinge Must Be Able To Contain The Stress Of The Sudden Swing Of The Metal Door Induced By The Panic Lock Mechanism. Iii. Panic Lock Mechanism Has Priority Over Electronic Security Locks For Exit. C. Four (4) Units - Environmental Monitoring System I. Temperature Sensor And Humidity Data Logger. Ii. Logging Capacity: 60000 Readings Or Higher. Iii. Alarm Status Indicator. Iv. Wired Or Wireless Connection Mode. V. Inclusion Of Cloud Access And/or Mobile Application For Data Access. Vi. Optional: Sms And/or Email Capability. 4. Warranty-three (3) Years Warranty A. Non-electrical Components I. Data Racks Ii. Telephone Terminal Cabinet (ttc) B. Electrical Components I. Electrical Management System Ii. Uninterruptible Power Supply 20kva Iii. Uninterruptible Power Supply 5kva Iv. Power Distribution Units V. 100 Kw Generator With Automatic Transfer Switch (ats) Vi. Air Conditioning Units Vii. Dehumidifier C. Safety Components I. Fire Suppression System Ii. Metal Door With Panic Lock Mechanism Iii. Environmental Monitoring System 5. Included Supply, Installation, And Configuration Services A. Civil Works Services I. Supply And Installation Of Telephone Terminal Cabinet (ttc) (800mm X 500mm X 200mm) With Canopy And Locking Mechanism. Ii. Supply And Installation Of 2 Fire Rated Metal Door With Panic Locking Mechanisms 400mm(w) X 900mm(w) X 2100mm(h)(1-unit) Iii. Supply And Installation Of 2hr Fire-rated Wall Partition 4” Thick (40 Sqm.) Iv. Supply And Installation Of Anti-static Raised Flooring (75 Sqm.) V. Supply And Installation Of The Acoustic-type Ceiling (75 Sqm.) Vi. Supply And Installation Of Led Lighting With Complete Wiring Vii. Painting Inside The Data Center Viii. Water Proofing (covering Part Of Data Center) Ix. Supply And Installation Of Emergency Lights X. Installation Of Generator System Housing B. Electrical Works Services I. Creation And Installation Of An Electrical Design Supporting Ups Power, Air-conditioning, Emergency Light And Exhaust Fan System, With The Capability To Switch To A Generator System With Ats And Auto-start Function. Ii. Independent Circuits For Ups And Regular Power Distributed On A Per Rack Basis. Iii. Independent Circuits For Air Conditioning Systems (ahu) On A Per Unit Basis. Iv. Provision Of Ups Circuits For Security And Environment Monitoring Devices. V. Provision Of Circuits For Future Use. Vi. Installation Of Grounding Systems. Vii. Electrical Panel Boxes Should Be Equipped With Surge Suppressors, Low Voltage Detectors And Power Monitoring. C. Mechanical Works Services I. Plumbing Works For Ahu Drain System. Ii. Plumbing Works For The Dehumidifier Drain System. Iii. Supply And Installation Of Electrical Wire Ways From Main Electrical Panel To Generator Location. Iv. Supply And Installation Of Data Wire Ways For Inter-rack Connections. 6. One (1) Service - System Design Services 7. One (1) Service - Cabling Works 8. One (1) Service - Structured Cabling (including External Cabling) 9. One (1) Service - Forwarding Cost 10. One (1) Service - Project Management Services 11. One (1) Service - User Acceptance Testing (uat) 12. One (1) Service - User's Training And Knowledge Transfer 13. One (1) Service - Scaling And Optimization 14. One (1) Service - Manpower Cost 15. One (1) Service - Mobilization Cost E.19 Data Center Network Switches 1. Two (2) Units - Core Switch A. Hot Swap Power Supply B. Open Ports Configuration With At Least 16 100g Qsfp28 Ports C. Open Ports Configuration With At Least 4 25g Qsfp28 Ports D. All Open Ports Enabled E. Zero License Fee For Modules Inserted I. Four (4) 100 Gbit Fiber Module Ii. Four (4) 40 Gbit Fiber Module Iii. Six (6) 10 Gbit Copper Module Iv. Six (6)10 Gbit Fiber Module V. 100 Gbit Dac Cable 2. Two (2) Units - Core Fiber Switch 3. One (1) Unit - Router A. Redundant Power Supply B. Load Balancing/failover Capability For Unequal Bandwidth C. At Least 12 1gbit Ports D. All Open Ports Enabled E. Zero License Fee For Modules Inserted F. One (1) Lot - X 10g Sfp+ Ports G. One (1) Lot - 10gbit Fiber Module (sfp / Sfp+ / Sfp28) H. One (1) Lot - 10gbit Copper Module 4. One (1) Unit- Top Of Rack (tor) Switch Poe A. Redundant Power Supply B. At Least 48 Gbit Ports C. All Open Ports Enabled D. Zero License Fee For Modules Inserted E. Four (4) X 10g Sfp+ F. Two (2) 40g Qsfp+ G. 48 Poe Ports H. Poe Out Standard: 802.3af/at I. Max Power Output Per Port (input 18-30 V): 1000 Ma J. Max Power Output Per Port (input 30-57 V): 570 Ma K. Total Power: 700w L. Six (6) 40gbit Fiber Module 5. One (1) Unit - Top Of Rack (tor) Switch Non-poe A. Redundant Power Supply B. At Least 48 Gbit Ports C. All Open Ports Enabled D. Zero License Fee For Modules Inserted E. Four (4) X 10g Sfp+ F. Two (2) 40g Qsfp+ G. 48 Poe Ports H. Six (6) 40gbit Fiber Module 6. One (1) Unit - Management Switch A. Redundant Power Supply B. At Least 24 Gbit Ports C. 10gbit Fiber Module D. Sfp+ To Sfp+ Connector 7. Two (2) Units - Access Point Cap-ac 8. One (1) Service - Electrical And Racking Design Services 9. One (1) Service - Network Design And Consultation 10. One (1) Service - Project Management Services 11. One (1) Service - Switch Installation 12. One (1) Service - Network Configuration Services Supplier 13. One (1) Service - Training And Knowledge Transfer 14. One (1) Service - Scaling And Optimization Of Data Center Network Switches 15. One (1) Service - Manpower Cost 16. One (1) Service - Mobilization Cost 17. One (1) Service - Forwarding Cost 18. One (1) Year - Support Warranty E.20 Data Center Compute System & Data Center Block And File Storage 1. Eight (8) Lots - Hci Cluster: A. Form Factor: 2u Rack Server B. A Total Of Eight (8) Hci Nodes C. Must Have 2x 6426y 16c 185w 2.5ghz Processor Per Node D. Must Have A Total Of 256gb 2rx8 4800mhz Memory Per Node. Can Support Up To 8tb Of Memory E. Network Interfaces Must Have A 2x 2-ports 10gb Base-t F. Storage Drives Must Have 2.5" Cache Drives And 3.5" For The Capacity Drives G. Must Have 2x M.2 Nvme 960gb Read Intensive Pcie Gen 4 Ssd For The Boot Drive H. Must Have A Total Effective Capacity Of At Least 500 Tb And 700 Tb Raw Capacity On Rf2 With 0% Savings I. Must Have Redundant 1100w Platinum Psu J. 2u Rack Mounted K. Software Inclusion: I. Must Include Rhel For Virtual Datacenters Premium 3 Years. Ii. Must Include Microsoft Center Licenses, Cals, And Sql Server With Software Assurance For The Education Sector. L. Hypervisor Support: I. Supports Industry-standard Hypervisors Like Vmware Esxi, And Native (bundled) M. Hci Features: Ii. Hci Licenses Should Be Oem Iii. Can Support Heterogeneous Clusters And Storage Nodes Only Iv. Must Have Vm-centric Snapshots & Clones V. Must Have Data Tiering Vi. Must Have Online Cluster Grow/shrink Vii. Must Have Data Path Redundancy Viii. Up To 2 Tunable Redundancy Factor Ix. Basic Compression (lz4) - Inline And Post-process X. Deep Compression (lz4hc) - Greater Efficiency For Cold Data Xi. Cache Deduplication Xii. Capacity Deduplication Xiii. Volume Groups - For In-cluster Vms Xiv. Async Replication (rpo = 1 Hr Or Greater) Xv. Application Consistent Snapshots Xvi. Client Authentication Xvii. Centralized Management Can Support Multi-cluster Management Xviii. Infrastructure Management, Monitoring, And Health Xix. Enterprise Authentication And Rbac Xx. Rest Apis Xxi. Comprehensive Search Xxii. Management Can Support The Report Xxiii. Management Has A Customizable Dashboard Xxiv. Management Can Plan And Forecast The Capacity Xxv. Resource Inefficiency Detection And Right-sizing Xxvi. Low-code/no-code Operations Automation Xxvii. Must Have 50tib Licenses For Unified Storage N. Hardware Management Features: I. Configure An Hci Node Ii. Update An Hci Node Iii. Integrate Into External Apps Through Integrators Or Rest Apis Iv. Manage Servers, Network, And Storage V. Auto-discover Systems Vi. Monitor And Track Multiple Systems, And Handle Faults Including Call Home Or Equivalent Vii. Manage Server, Network, And Storage Updates With Policies Viii. Configure Multiple Servers With Software Patterns Ix. Install Operating Systems And Hypervisors X. View The Status Summary Of All Hardware Components Xi. Encapsulation, Which Enables Us To Configure The Management Software To Change The Firewall Rules For The Devices So That Incoming Requests Are Accepted Only From The Management Software Xii. Compliant With Nist Sp 800-131a Or Fips 140-2. Hardware Management Should Support Self-signed Ssl Certificates (issued By An Internal Certificate Authority) Or External Ssl Certificates (private Or Commercial Ca). Xiii. Must Include An Audit Log That Provides A Historical Record Of User Actions, Such As Logging On, Creating Users, Or Changing User Passwords. O. Hardware Management Platform Should Have A Mobile App With The Following Features: I. View The Status Summary Of All Hardware Ii. Monitor The Detailed Status Of Each Device Iii. Monitor Inventory Of Each Device Iv. Monitor Audit Events, Hardware And Management Events, Alerts, And Jobs. V. Performs Power Actions On The Device. Vi. Act On Common System-level Tasks To Minimize The Risk Of Disruptions And Downtime. Vii. Forward Emails To Share Inventory, Alerts, And Event Information. Viii. Perform Initial Configuration Of Servers, Retrieve Diagnostic Information (virtual Lcd) And Perform Actions, Initiate Hardware Management From A Mobile Device. Ix. Monitor Hardware Inventory For Unexpected Component Changes, And Simply Log The Event Or Prevent Booting X. Enforces Cnsa 1.0 Level Security Xi. Enables Administrators To Manage And Synchronize Configurations And Firmware Levels Across Multiple Servers Xii. Should Be Available On Both Ios And Android. Xiii. The Hci Should Provide A Single Unified Management Console For The Management Of The Entire Environment Including Virtualized Environment As Well As Software Defined Storage Environment, Underlying Hardware, And Associated Components. Xiv. The Hci Should Provide Enterprise Data Services Such As Deduplication And Compression With Erasure Coding Completely In Software Without Dependency On Any Proprietary Hardware. Xv. System Management Must Be Able To Provide Proactive Alerts For Processors, Voltage Regulators, Memory, Internal Storage, Fans, Power Supplies, Raid Controllers, And Server Ambient And Sub-component Temperatures. Xvi. Must Be 100% Software-defined Without Dependency On Proprietary Hardware Or Networking Components. Xvii. Supports Differing Cpu & Memory Configurations Of Nodes Within The Same Cluster Xviii. The Hyper-converged Platform Must Have Fips 140-2 Certification Xix. The Hyper-converged Platform Must Have Common Criteria Security Certification. 2. One (1) Lot - Kvm Switch With Lcd Console A. 16-ports Kvm Switch And One (1) Lcd Console. Must Be The Same Brand As The Hci Nodes. B. Must Be Able To Handle 2 Concurrent Users. C. Local User Connection For Kvm: Vga + Usb D. Maximum Number Of Target Systems: 16 E. Maximum Video Resolution: 1600x1200 (4:3),1680x1050 (wide) 3. Thirty-two (32) Roll - Green Cat6 Cable 4. One (1) Service - Storage System Installation 5. One (1) Service - Storage Network Configuration Services 6. One (1) Service - System Design Services 7. One (1) Service - Application Installation 8. One (1) Service - Project Management Services 9. One (1) Service - User Acceptance Testing (uat) 10. One (1) Service - User's Training And Knowledge Transfer 11. One (1) Service - Scaling And Optimization Of Data Center Compute System 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost 14. One (1) Service - Forwarding Cost 15. Three (3) Years - Software Warranty 16. Three (3) Years - Support Warranty E.21 Data Center Backup And Recovery System 1. One (1) Lot - Enterprise On-premises Data Backup System - Hardware A. Must Have At Least 4410t 10c 150w 2.7ghz Processor. B. Must Have At Least 32gb 4800mhz Memory With Expansion Of Up To 8tb. C. Must Have 4-ports 10gb Base-t. D. Must Have At Least 22tb Storage Capacity. E. Must Have 2x M.2 480gb Read Intensive Sata Ssd. F. Raid Controller Should Support Raid 0,1,10,5,50,6 Configurations With 4gb Cache. G. Must Include Microsoft Windows Server Standard And Client Access Licenses (cals) For The Education Sector. 2. One (1) Lot - Enterprise On-premises Data Backup System – Software A. The Backup And Recovery Solution Should Work With Virtualized Infrastructure Based On Version 6.x, 7.0, 8.0, Microsoft Hyper V 2022 Or Higher And Later Versions, Nutanix Ahv Version 6.5 And Later, And Red Hat Virtualization Version 4.4 Sp1 (red Hat Virtualization Manager Version 4.5.0 Or Later) In A Single Product B. The Solution Should Provide A Centralized Console To Coordinate Backup, Replication, Recovery Verification And Restore Tasks. It Is Also Used To Set Up And Manage Backup Infrastructure Components. C. The Solution Must Provide Immutability To Prohibit Modification Or Deletion Of Backup Data As A Result Of Malware Activity Or Ransomware Attacks. D. Must Provide Agentless Protection Without The Need To Install Agents Inside Each Vm Running On Vmware, Hyper-v, Nutanix Ahv, And Rhv Platforms E. Must Support Direct Attached Storage, Network Attached Storage, Deduplicating Storage Appliances, And Object Storage As Backup Repositories F. Ability To Utilize Forever Forward Incremental, Forward Incremental & Reverse Incremental Backup Methodology. G. Ability To Perform Agentless Transaction Log Backup And Replay And Database Restore To Original Or New Sql Server H. Ability To Select And Choose Multiple Mssql Databases When Performing A Mass Database Export, Restore, Or Instant Recovery. I. The Solution Must Provide Automated Tests And Verification Of Each Backup Or Replica To Assure Recoverability In Case Of Production Failure. The Verification Must Include Vm Files, Os, And Applications Including Custom Testing Using Scripts J. The Solution Must Provide 105 Options To Perform Recovery. K. The Solution Must Have The Ability To Provide Recovery Delegation For Individual Or Group Vms L. Included Built-in Aes 256-bit Encryption, Compression, And Deduplication In A Single Product Without An Additional Option To Purchase M. The Solution Should Support Direct Backup To Object Storage Such As Amazon S3, Google Cloud Storage, Ibm Cloud Object Storage, Microsoft Azure Blob Storage, And Any S3-compatible Object Storage On-premise And In The Cloud. N. Ability To Combine One Or More Backup Repositories Or Object Storage (aws S3, Azure Blob, Gcp & Any S3 Object Compatible) Repositories And Tier Backup Data From Performance To Capacity And Archive Tier. O. Provide Agent-based Data Protection For Physical Server On Windows Or Linux With Support For Bare Metal Recovery, Export As Virtual Disk & Able To Perform Instant Recovery To Vmware Platform, Microsoft Hyper-v, And Nutanix Ahv P. Able To Provide Secure Access To The Backup Console With Optional Two-factor Authentication (2fa) That Is Based On Time-based One-time Passwords (totp) 3. Twenty-four (24) Months - Cloud-based Disaster Recovery System A. The Solution Must Have The Ability To Provide Recovery Delegation For Individual Or Group Vms B. The Solution Should Support Direct Backup To Object Storage Such As Amazon S3, Google Cloud Storage, Ibm Cloud Object Storage, Microsoft Azure Blob Storage, And Any S3-compatible Object Storage On-premise And In The Cloud. C. Provide Agent-based Data Protection For Physical Server On Windows Or Linux With Support For Bare Metal Recovery, Export As Virtual Disk & Able To Perform Instant Recovery To Vmware Platform, Microsoft Hyper-v, And Nutanix Ahv D. The Billing Of Dr Site Resources Must Only Be In Effect When The Resources Are Used. E. Must Provide For Monitoring And Periodic Conduct Of Dr Drills F. Must Have The Capability To Instantiate Test Instances For Non-disruptive Testing G. Must Be Able To Set Up And Initiate Continuous Data Replication. H. Must Provide Replication For At Least 10 Servers 4. One (1) Service - Electrical And Racking Design Services 5. One (1) Service - Network Design And Consultation 6. One (1) Service - Disaster Recovery Site Provisioning And Testing 7. One (1) Service - Application Installation 8. One (1) Service - Project Management Services 9. One (1) Service - Network Configuration Services 10. One (1) Service - User's Training And Knowledge Transfer 11. One (1) Service - Scaling And Optimization Of Data Center Backup And Recovery System 12. One (1) Service - Forwarding Cost 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Three (3) Years - Support Warranty E.22 Cloud Infrastructure-as-a-service 1. Cloud Infrastructure Subscription A. Payment Terms I. Basc Shall Pay The Vendor A Fixed Monthly Fee For All Cloud-related Services. Ii. The Accumulated Payables Within The Validity Of The Subscription Period Must Not Exceed The Budget Set For This Procurement. Iii. All Activated Additional Resources Must Be Billed Not Less Than 30 Calendar Days From The Date Of Activation, Or 60 Calendar Days Should It Be Activated Beyond The Agreed “cut-off” Period. Iv. All Chargeable Costs Must Be Inclusive Of Vat. V. Basc Shall Reserve The Right To Take Over The Root Account And Pay The Billings Directly. To Avail Of This Prerogative, Basc Must Inform The Vendor In Writing At Least 3 Months Prior To Contract Expiration. B. One (1) Lot – Cloud Management Services I. The Vendor Shall Have Cloud Provider Preference, Provided That The Cloud Provider Adheres To The Standards Stated In Section 2.b. Ii. The Vendor Shall Migrate Agreed-upon Resources From The Current Cloud Computing Service Platform Or Its Current Site To The New Cloud Computing Platform In Coordination/collaboration With Basc’s It Team. Iii. The Vendor Shall Provide Counterpart Technical Support In The Setup, Configuration And Monitoring Of Cloud Infrastructure. 2. Cloud Infrastructure Standards A. Cloud Infrastructure Providers Should Have Global Presence. B. Certified For Information Security Management Systems (iso 27001) C. Certified For Code Of Practice For Information Security Controls Based On Iso/iec 27002 For Cloud Services (iso/iec 27017) D. Certified For Code Of Practice For Protection Of Personally Identifiable Information (pii) In Public Clouds Acting As Pii Processors (iso/iec 27018) 3. Data Center Standards A. Must Have The Capability To Deploy A Highly Available And Multi-zone Disaster Recovery Solution Across Multiple Data Centers Within The Asean Region B. Must Have The Ability To Provide A Managed Relational Database Service That Can Be Integrated With Any Chosen Software Solutions. C. Must Have The Capability To Deploy Standard Virtual Machines And Cloud-native Services. 4. Account Management A. The Account Ownership And Its Related Services Shall Belong To The Vendor. Access Rights Should Be Given To Basc, As Deemed Necessary, To Perform Monitoring Services Related To The Project 5. Warranty A. Cloud Management Services - One (1) Year 6. One (1) Lot - Secure Access Path A. Split Tunneling: Routes Only Specific Traffic Through The Vpn. B. Always-on Vpn: Maintains A Constant Secure Connection. C. Kill Switch: Disconnects If The Vpn Tunnel Fails. D. Dynamic Multipoint Vpn (dmvpn): For Dynamic And Scalable Vpn Networks. 7. One (1) Service - Cloud Infrastructure Design And Consultation Services 8. One (1) Service -vpn Network Design And Consultation 9. One (1) Service - Cloud Resources Provisioning And Testing 10. One (1) Service- Project Management Services 11. One (1) Service - User's Training And Knowledge Transfer 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost 14. Three (3) Years - Support Warranty E.23 Ip-pa System And Ip-pabx System 1. Ip-pabx System Components A. One (1) Unit - Ip Phone System I. Base Users / Max Users Up To 300 / 500 Ii. Max Concurrent Calls 60 / 120 Iii. Base / Max Call Center Agents 300 / 500 Iv. Max Fxs Ports 16 V. Max Fxo/bri Ports 16 Vi. Max Gsm/3g/4g Ports 6 Vii. Max E1/t1/j1 Ports 2 Viii. Expandable D30 2 Ix. Nfc Read/write X. Ethernet Interfaces 2 X (10/100/1000 Mbps) Xi. Hard Disk 1 Sata (up To 2tb) Xii. Usb 1 (usb Portable Ssd, Up To 2tb) (usb Flash Drive, Up To 256) Xiii. Power Supply Ac 100-240v 50/60hz Xiv. Form Factor 1u Rackmount Xv. Environment Operation Range: 0°c To 40°c, 32°f To 104°f Storage Range: -20°c To 65°c, -4°f To 149°f Humidity: 10-90% Non-condensing B. One (1) Unit - D30 Expansion Module I. Dsp Module, Used To Expand The Capacity Of Pbx. Ii. Extensions Increase By 100 And Concurrent Calls Increase By 30 Additionally. C. One (1) Unit - Ex 08 Module I. Must Support Up To 4 Modules (8 Rj11 Ports). D. Two (2) Units - O2 Module I. Ports 2 Rj11 Fxo Ports Ii. Supported Model S20, S50, S100, S300 Iii. Ring Frequency Detection 15~50 Hz Iv. Ring Voltage Detection 30+ Vrms (depending On The Fxo Mode) V. Termination Pstn Lines Vi. Echo Cancellation Signaling Modes Foreign Exchange Office: 2-way Connection To Prx Or Key System Trunk. Foreign Exchange Station Defined Network: Provides Access To Major Carrier Services. Private Line Automatic Ringdown (plar)-point-to-point Unswitched Connections. E. One (1) Unit - Voip Gateway I. Rj11 Fxo Ports Ii. Lan 1 10/100mbps Iii. Protocol Sip (rfc3261), Iax2 Iv. Transport Udp, Tcp, Tls, Srtp V. Codec G.711 (alaw/ulaw), G.722, G.723, G.726, G.729a, Gsm, Adpcm Vi. Voice Capability Itu-t G.168 Lec Echo Cancellation, Dynamic Jitter Buffer, Vad, Cng, Plc Vii. Dtmf Mode Rfc2833, Sip Info, In-band Viii. Fax T.30 Ix. Qos Diffserv, Tos, 802.1 P/q Vlan Tagging X. Network Dhcp, Ddns, Openvpn, Pppoe, Static Route, Vlan Xi. Network Protocol Ftp, Tftp, Http, Https, Ssh Xii. Management Protocol Radius Xiii. Signaling Fxs Loop Start, Fxs Kewlstart Xiv. Caller Id: Bell202, Etsi (v23), Ntt (v23-japan), And Dtmf-based Cid Xv. Disconnect Methods: Busy Tone, Polarity Reversal Xvi. Fxo Connectivity: Programmable Ac Impedance, Hangup Detection, Answer Detection, Caller Id Detection Xvii. Power 12v, 1a Xviii. Mounting Desktop, Wall-mount Xix. Compatibility: Interoperable With Asterisk, Lync Server, Freepbx And Certified With Elastix F. Forty-six (46) Units - Ip Phone Handset I. Must Have A Linux Operating System Ii. Must Have 132x64 2.3” Dot-matrix Display Iii. Must Have 6-way Audio Conference Iv. Must Have At Least 600 Call Logs V. Must Have At Least 1000 Local Phonebook Vi. Must Have At Least 1000 Remote Phonebook Vii. Must Have G.722, Opus Wideband Codec Viii. Must Have G.711a/u,g.726,g.723.1, G.729a/b, Ilbc Narrowband Codec Ix. Must Have 2x10/100/1000mbps Network Rate X. Must Have Power Supply Poe Xi. Must Have An Ehs Headset Xii. Must Have Desktop Stand G. Two (2) Units - Enterprise Ip Phone I. Must Have A 3.5-inch Main Color Screen And 2.4-inch Extended Screen For Dss Keys Ii. Hd Audio On Speakerphone And Handset Iii. Support 6-way Audio Conference Iv. Line Keys On The Main Display V. 6 Dss Keys On The Extended Screen, Up To 30 Dss Keys Via 5 Pages Vi. Built-in Bluetooth 4.2, Support Bluetooth Headset; Support Wi-fi Dongle Vii. Support Ehs Wireless Headset Viii. Dual Gigabit Ports, Integrated Poe Ix. Stand With 2 Adjustable Angles Of 45 And 50 Degrees 2. Ip-pa System Components A. One (1) Unit - Digital Ip Network Broadcasting Client Management Software I. Support Each Audio Terminal’s Operation, Audio Streaming Transmission Management, Broadcasting From Each Audio Terminal, And Full Duplex Exchange Of Audio. It Adopts B /s Architecture And Supports Terminal Management, User Management, Program Broadcasting Management, Audio Files Management, Record Storage, And Internal Communication Scheduling Through Web Login. Ii. Support Program Database Sources Management, Timing Broadcast, And Real-time Media Service Vod For All Audio Terminals, Program Broadcasting For Each Terminal, And Data Interface Service For Each Audio Workstation Iii. Support Full-duplex Voice Data Exchange, Paging And Call From Each Intercom Terminal, Various Calling Modes (like One Button To Call, One Button To The Intercom, One Button To Ask For Help, One Button To Alarm, And So On), Automatic Answer, Manual Answer, And Custom Answer Tone. Iv. Support Multiple Calling Strategies, Including Call Waiting, Call Forwarding, No Answer Reminder, And Custom Setting For Time Strategy And Forwarding Strategy. It Supports Setting Up The Call Strategy Of The Intercom Terminal. It Can Customize The Call Time From 0 To 180s Or No Limit. It Can Choose Whether To Answer Automatically Or Not. It Also Supports Customizing The Choice Of Calling Ringtones And Waiting Ringtones. V. Support Terminal Short Circuit Linkage Trigger. Users Can Arbitrarily Set The Trigger Scheme And Trigger Terminal Quantity. The Trigger Scheme Includes Short Circuit Output, Music Playback, And Patrol Alarm. Vi. Support To Program Timing Tasks, Multiple Timing Programs, Support Selecting Any Terminal, And Setting Any Time. Support Timed Task Execution Test, Setting Repetition Period And A Variety Of Audio Source Selections For Timing Tasks (music Playback, Sound Card Acquisition, Terminal Acquisition). Vii. Support Multiple Schemes Of Timed Ringing To Be Enabled At The Same Time. Viii. Support Multiple Tasks To Be Carried Out At The Same Time Ix. Support All Schemes To Be Enabled/ Disabled By One Button. X. Support Bell Scheme Cloning, Task Execution, And Stop Control, Disable And Enable The Function Of A Timing Task. Xi. Support Timing Patrol, Support Execution Time And Repetition Period Of The Custom Patrol Task, 0-30s Customized Interval Of The Indicator Flashing, And External Lock-free Button Short-circuit Switch (with 3.3v Led Indicator Light). Xii. Support Today's Task List View, Which Makes It Easy To Manage All Scheduled Task Information And Execution Status Performed Today. Xiii. Support Terminal Tamper Alarm. Trigger Terminal Alarm When A Terminal Is Demolished Or Trigger Alarm For Other Terminal Linkages. Support Alarm Task To Automatically Cancel The Alarm Function. Xiv. Support External Power Management Of Audio Terminals, Timing Switch O,n And Delay Off. Xv. Support Light Control And The Light Mode Configuration. Xvi. Support All Zones, Part Of The Zones Fire Linkage, N±n Fire Mode, Manual Alarm And Digital Alarm Mixing, Alarm Configuration To Trigger Terminal Collection Tasks Xvii. Support Terminals’ Login Password Central Management, Multiple Priority Management, Easy Automatic Authorization, Task Priority, Terminal Priority, And User Priority Customization. Xviii. Support Sub-control Management Of Multi-users And Arbitrary Degrees To Achieve Remote Program Broadcasting Management. Xix. Support Multi-user, Multi-level, Specified Permissions, Specified Functions, And Specified Terminals To Classify And Manage The Background. Xx. The Terminals Support Three-wire And Four-wire Volume Control Functions; The Four-wire Volume Control Needs An External Power Supply. Xxi. Support To Set The Zones And Control The Power To The 8-channel Terminal Through Web Background Or Sub-control Client Side. Xxii. Support To Set The Time Display In The Terminals Can Set 0 - 6 Level Brightness Value, It Can Realize No Time Display Mode When The Terminal Is Offline. Xxiii. Support Broadcast, Intercom, Real-time Acquisition, Terminal Monitoring ,and Recording. Xxiv. Support Remote On-demand Operation By Remote Controller. Xxv. Support Terminal Audio Acquisition And Broadcast Function. Xxvi. Support Local Audio Collection Function, The Local File Can Be Played To Any Designated Terminal. Xxvii. Support Scheduled Offline Ringing Function, Which Enables The Terminal To Perform Scheduled Ringing Tasks When The Network Is Disconnected Xxviii. Support Offline Downloading Of Ringing Tasks; Xxix. Support To Clear The Offline Tasks On The Terminals. Xxx. Support The Telephone Broadcasting Function, Realize The Function That The Telephone Initiates All Zone Broadcasting Or Part Of The Zones Or Single Zone Broadcasting. Xxxi. Support Remote Firmware Upgrade To The Terminal, No Need To Upgrade Locally, Which Can Reduce The Maintenance Work. Xxxii. Support Background Skin Change Function, You Can Switch Skin Themes Freely According To Your Preference. Xxxiii. Support Terminal Details Exporting Function, Support To Export The Configuration Details Of The Current System Terminal By Table. Xxxiv. Support Batch Modification Of The Time Of Scheduled Tasks And Execution Terminal. Xxxv. Support Sdk Kits, Standard Mfc Dynamic Link Libraries, And Http Protocols To Achieve Integration With Third-party Platforms. Xxxvi. Support The Terminal To Self-define The Area Division, Realizing The Management Of The Terminal’s Real-time Status According To Different Zones. Xxxvii. The Log Records The System Operation Status And Records The System Operation And Terminal Working Status In Real-time. Each Paging, Call, And Broadcast Operation Is Recorded. Xxxviii. The System Is Compatible With Any Network Structure Such As Router, Switch, Bridge Gateway, Modem, Internet, 2g, 3g, And 4g. Xxxix. Windows Service Mode, Support Win7, Server2008, And Higher Systems. Xl. It Uses The Background System Service To Run, Which Is An Enterprise-level Standard Server Working Mode. The System Can Run Automatically When The System Is Turned On. It Has Higher Stability And Reliability Than The Software Running In The Foreground Of The Interface. B. One (1) Unit - Desktop Computer I. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4gb Vram, Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Peripherals: Power Cords, Keyboard & Optical Mouse Viii. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Ix. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) X. Operating System (os): Windows 11 Pro Or Higher Xi. Warranty: 1 Year Courier Or Carry-in C. One (1) Unit - 2kva Ups I. Must Have Capacity 2000va Ii. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac Iii. Must Support Voltage Range 140vac~290vac 81vac~145vac Iv. Must Have A Rated Frequency Range Of 50hz Or 60hz V. Must Have Output Voltage 220/230/240 Vac 110/120 Vac Vi. Must Have Ac Voltage Regulation (batt. Mode) ±10% Vii. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz Viii. Must Transfer Time 2-6ms Ix. Must Support Battery Type & Number 12 V/9 Ah X 2 X. Must Charging Voltage 27.4v±1% Xi. Must Have Indicators: Battery Mode Green Lighting, Ac Mode Green Lighting Xii. Must Have Alarm: Battery Mode Sounding Every 10 Seconds Xiii. Must Have A Low Battery Sounding Every Second Xiv. Must Have Overload Sounding Every 0.5 Second Xv. Must Have Fault Continuously Sounding Xvi. Must Have Protection: Full Protection Overload, Discharge, And Overcharge Protection Xvii. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) Xviii. Must Operating Humidity 0~90% Rh(non-condensing) D. Two (2) Units - Desktop Intercom Paging Microphone I. With Desktop Design, It’s Built-in 7-inch Resistance Touch Screen By 800 × 480 Dot Matrix K600 + Kernel 65k Color, To Fulfill Clear Display And Sensitive Touch. Ii. With Numeric And Function Keys Interface. Iii. Support Paging To Single Or Multiple Zones, All Zones. Support Direct Paging Or Intercom With Terminal, Support Environmental Monitoring To Any Terminal, With Distance Up To 5 Meters. Iv. With Embedded Computer Technology And Dsp Audio Processing Technology, High-speed Industrial-grade Chips. V. Built-in 1 Channel Network Hardware Audio Decoding Module That Supports Tcp / Ip, Udp, Igmp (multicast) Protocol To Achieve 16-bit Stereo Cd Quality Network Audio Signal Transmission. Vi. It Is Compatible With Routers, Switches, Bridges, Gateways, Modem, Internet, 2g, 3g, 4g, Multicast, Unicast, And Other Arbitrary Network Structures. Vii. Support Full-duplex Two-way Intercom Function, Built-in Network Echo Cancellation Module. Viii. Support Two-way Intercom Between The Terminals, With A Network Delay Of Less Than 100ms, And Suppress The Network Echo Howling Completely. Ix. Support Hints Of Asking For Help Signal Ringing And Flashing Lights, One Key To Accept The Call, Intercom, Hands-free Calls And Receive Broadcast, To Achieve Quick Links. X. Support Multiple Paging Modes, Including Paging Waiting, Paging Forwarding, And Answer Reminding. Xi. Support For Answering Automatically, Manual Answering, And Support For Custom Answer Tone. Xii. Support The User-defined Setting Of Time For Call Forwarding, No Answer, And Call Waiting. Xiii. Built-in 2w Full-frequency Hi-fi Speaker, To Fulfill Two-way Conversation And Network Monitoring. Xiv. One Φ3.5 Headphone Jack And One Φ3.5 Mic Input Socket, Matching 95% Headphones And A Portable Microphone In The Market. Xv. With One Line Output For External Amplifier Expansion, And One Line Input For More Audio Source Transmission. Xvi. One-way Alarm Output For Short Circuit Trigger Can Be Cascaded With An External Alarm Device Or Access Control; One-way Short Circuit Input Can Be Used To Trigger Preset Voice Prompts (or Alarm) And Also Can Be Used To Control The Access Control To Linkage With Input Short-circuit Signal. Xvii. The Digital Products Are More Convenient For Extension, With No Limit By The Geographical Position, No Need To Increase Management Equipment In The Control Center, Sharing Network To Save Cabling And Simple Installation. Xviii. It Supports Remote Updating To The Hardware Terminal, With No Need To Upgrade Locally, To Reduce Maintenance Work And Make Simpler Operation. Xix. With 10 Buttons, Supports Customized One-button Paging And One-button Broadcasting. E. Twenty (20) Units - Wall Mount Speakers 30w I. The Equipment Is Designed With Embedded Computer Technology And Dsp Audio Processing Technology. Ii. Built-in 1-channel Network Hardware Audio Decoding Module, Supports Tcp/ip, Udp Protocol, Realizes The Network Transmission Of 16-bit Cd Audio Signal. Iii. Supporting Poe (ieee 802.3af) Power Supply Mode, Only One Network Cable Is Needed To Connect To The Poe Switch, So The Operation Is Simple And Convenient. Iv. Equipped With A Dc 24v Standby Power Interface, It Is Suitable For Power Supply When Power Demand Is Greater Than 10w Or For Non-poe Networks. V. Digital Power Amplifiers With Intelligent Gain Adjustment, Adaptive Power Supply, And Automatic Power Adjustment Are Always In The State Of Performance Optimization And Efficiency Maximization. Vi. Full-band, High-sensitivity Amplifier Unit With Abundant Power And High Fidelity. Vii. Compatible With Any Network Architecture Such As Router, Switch, Bridge Gateway, Modem, Internet, 2g, 3g, And 4g. Viii. Supporting The Broadcasting System To Upgrade The Terminal Firmware Remotely, Without Upgrading To The Terminal Locally, So As To Reduce The Work Intensity Of Maintenance. F. Forty-six (46) Units - Outdoor Column Speaker 20w I. Outdoor Waterproof Column Speaker, Streamlined Design. Ii. The Shell Is Made Of One-piece Thickened Aluminum Alloy, Which Can Effectively Reduce The Resonance Of The Cabinet When The Sound Pressure Is High, And The Surface Adopts Outdoor Powder Spraying To Prolong The Service Life. Iii. The Mesh Cover Is Made Of Aluminum Alloy, One-piece Stamping, And Covered With A High Acoustic Sponge, Further Improving The Waterproof Performance And Increasing The Service Life. Iv. Using Six 2.5-inch Full-range Speaker Units, Bearing High Power, Low Distortion, And Excellent Vocal Performance. V. Built-in High-performance 100v Audio Transformer, Which Can Reduce The Loss In The Circuit Due To Impedance. Vi. Using High-quality Wires, It Can Be Used At Full Load For A Long Time, With Good Anti-scald And Conductivity Capabilities. Vii. L-shaped Bracket Design, Convenient And Flexible Adjustment Scheduling, User-friendly Operation, And Installation Debugging. 3. One (1) Lot - Roughing-in Materials 4. One (1) Lot - Scope Of Works I. Device Installation And Termination Ii. Cable Testing And Tracing Iii. Technical Configuration, Testing, Commissioning, System Configuration, Training, System Design, And System Management. 5. One (1) Service - Network Design, Consultation (signed By Pece) And Permits 6. One (1) Service - Project Management Services 7. One (1) Service - Switch & Access Point Installation 8. One (1) Service - Network Configuration Services 9. One (1) Service - Training And Knowledge Transfer 10. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 11. One (1) Service - Temporary Facility (temfacil), Field Office 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. Two (2) Years - Warranty E.24 E-library Infrastructure 1. Twenty (20) Units – Desktop Computers A. Processor: Intel I5 Or Amd Ryzen 5 Processor (or Higher) B. Memory: 8 Gb Ddr4 Or Higher C. Form Factor: Tower D. Storage: At Least 500 Gb Ssd (or Higher) E. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) F. Display: At Least 23.8” Hd Led Display (or Higher) G. Peripherals: Power Cords, Keyboard & Optical Mouse H. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch I. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) J. Operating System (os): Windows 11 Or Higher K. Warranty: 1 Year Courier Or Carry-in L. Must Have 650va Ups 2. Twenty (20) Units – Desktop Computers Headphones A. Audio Specifications Must Have, Frequency Response: 20 Hz To 20,000 Hz (standard Range For Human Hearing), Impedance: 32 Ohms (standard For Most Headsets; Higher Impedance May Be Better For High-end Audio), Sensitivity: 90-120 Db (decibels) At 1 Mw For Sound Level, Driver Size: 30-50 Mm (larger Drivers Often Provide A Better Bass Response), Sound Output: Stereo Or 7.1 Surround Sound (for Gaming And Multimedia), Total Harmonic Distortion (thd): Less Than 1% (minimizes Audio Distortion), Noise-canceling: Active (anc) Or Passive, B. Microphone Specifications Must Have, Type: Omnidirectional Or Unidirectional, Frequency Response: 100 Hz To 10,000 Hz, Sensitivity: -38 Db ± 3 Db, Noise Cancellation: Active Or Passive Noise-canceling Microphone, Mute Function: Usually Included For Easy On/off Control, C. Connectivity Wired: 3.5 Mm Audio Jack, Usb (type-a Or Type-c) D. Controls Volume Control: On-ear Cup Or Inline Volume Adjustment, Playback Control: Some Models Allow Pause/play/skip For Media. 3. One (1) Lot - Roughing-ins Materials 4. One (1) Service - Project Management Services 5. One (1) Service - User's Training & Knowledge Transfer 6. One (1) Service - User Training 7. One (1) Service - Manpower Cost 8. One (1) Service - Mobilization Cost 9. One (1) Service- Forwarding Cost 10. One (1) - Temporary Facility (temfacil) 11. One (1) Service - Desktop Installation/software Setup And Configuration 12. One (1) Year - Support Warranty E.25 E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 1. Twenty (20) Units - Smart Tv A. Screen Size: 65” B. Resolutions: 3840x2160, Picture Quality: 4, Brightness Detection C. Ultimate Dimming, Contrast Enhancer, Adaptive Sound D. Multi-device Experience, Hdmi At Least Two (2) Port, Bluetooth E. Usb At Least One (1) Port, Wireless Lan Built-in, F. Power-supply: Ac100-240v~ 50/60hz 2. Eight (8) Unit – Smart Led Solar Powered Light I. Independent Distributed Power Supply System Ii. Solar Powered W/ Smart Sensors Iii. High Quality Lithium Battery Iv. Input Voltage Ac 110~220v (+/-10%) V. Pole-mounted Installation Vi. Mounting: Ground Structured Support For Outdoor Smart Led Solar Powered Light 3. Eleven (11) Units - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10;android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panel Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce 4. Eleven (11) Units - Ups A. Must Have Capacity 1500va/900w B. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac C. Must Support Voltage Range 140vac~290vac 81vac~145vac D. Must Have A Rated Frequency Range Of 50hz Or 60hz E. Must Have Output Voltage 220/230/240 Vac 110/120 Vac F. Must Have Ac Voltage Regulation (batt. Mode) ±10% G. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz H. Must Transfer Time 2-6ms I. Must Support Battery Type & Number 12 V/9 Ah X 2 J. Must Charging Voltage 27.4v±1% K. Must Have Alarm: Battery Mode Sounding, Low Battery Sounding, Overload Sounding, And Fault Continuously Sounding L. Must Have Protection: Full Protection Overload, Discharge, And Overcharge Protection M. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) 5. Biometric And Door Access With Connectivity (restricted Rooms And Offices Only) A. Eighty-six (86) Units - Fingerprint And Card Reader I. Must Have Rs-485 Protocol1 Ii. Must Support Mifare 13.56 Mhz Card Or Fingerprint Iii. Must Store Up To 3,000 Fingerprints Iv. Must Have Watchdog Function For Tamper Detection V. Must Have Audible And Visual Indicators Vi. Must Support Surface-mount Installation Vii. Must Support Unlock Mode Ic Card, Fingerprint, Combination Viii. Must Have Card Reader Format 13.56 Mhz Mifare Ix. Must Have Response Time 0.1s B. Eighty-six (86) Units - Access Controller I. Must Have Tcp/ip Communication. Ii. Must Support Communication Protocols Rs-485 And Wiegand. Iii. Must Support Storing 100,000 User And 500,000 Card-swiping Records. Iv. Must Support Multi-door Interlock, Multi-user Unlock, Aand Nti-passback. V. Must Support Remote Unlock. Vi. Must Support Reader Tamper Alarm, Intrusion Alarm, Unlocking Timeout Vii. Must Have An Alarm, Duress Alarm, Invalid Card Exceeding Threshold Alarm, And Incorrect Password Alarm. Viii. Must Support Built-in Rtc, Manual Time Fixing, And Automatic Time Fixing. Ix. Must Support Online Upgrades. X. Must Support A Watchdog Mechanism To Ensure The Operation Stability. C. Eighty-six (86) Units - Ups I. Must Have Capacity 1500va/900w Ii. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac Iii. Must Support Voltage Range 140vac~290vac 81vac~145vac Iv. Must Have A Rated Frequency Range Of 50hz Or 60hz V. Must Have Output Voltage 220/230/240 Vac 110/120 Vac Vi. Must Have Ac Voltage Regulation (batt. Mode) ±10% Vii. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz Viii. Must Transfer Time 2-6ms Ix. Must Support Battery Type & Number 12 V/9 Ah X 2 X. Must Charging Voltage 27.4v±1% Xi. Must Have Alarm: Battery Mode Sounding, Low Battery Sounding, Overload Sounding, And Fault Continuously Sounding Xii. Must Have Protection: Full Protection Overload, Discharge And Overcharge Protection Xiii. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) D. Ninety-eight (98) Units - Electromagnetic Lock I. The Casing Must Made Of Aluminum Alloy Ii. Must Have The Following Functions: Signal Output Com/no/nc, Door Status Detection 1, Relay Iii. Must Have Tension Up To 280 Kg (617.29 Lb), Tensile Force Iv. Must Have Anti-corrosion Level Basic Protection E. Ninety-eight (98) Units - Bracket For Door I. Must Support Up To 280kg Magnetic Lock Ii. Must The Material: High Strength Aluminum Alloy Iii. Must Support Door Type: Wooden, Metal, Fire Door Iv. Must Support Open Way: 90°/180° F. Eight (8) Units - Card Enrollment Reader I. Must Be Equipped With The 32-bit High-speed Processor Ii. Must Have A Built-in Audible Beeper Iii. Must Support Read Format 13.56mhz 125khz Iv. Must Have Read Range 3cm-5cm (max.) V. Must Have Communication Interface Usb To Pc Vi. Must Have Power Supply 5v Dc/100ma Vii. Must Have Ce And Fcc Certificates G. Five Hundred (500) Pcs - Laminated Integrated Circuit (ic) Card I. Must Have Read/write Function Ii. Must Be Made Of Pvc Material Iii. Must Support Standard: Mifare S50, 13.56 Mhz Iv. Must Have Range: Approximately 10 Cm (3.94 In.) H. Accessories I. Eighty-six (86) Units - Infrared Exit Button 1. Must Have Plastic Or Stainless Steel Case 2. Must Support Working Temperature Is -30°c~+60°c Ii. Eighty-six (86) Units - Emergency Break Glass Button 1. Must Have Nc/no/com Ports 2. Must Support Working Temperature Is -20°c~+55°c I. One (1) Lot - Software Note: Stand-alone 1. Must Have Video Surveillance, Access Control, And Various Attendance Functions. 2. Must Built To Be Versatile, Provide Direct Access To The Web Client, And Feature P2p Linking, Real-time Monitoring, Video Playback, Event Center, Access Control And Attendance, 3. Must Have A Monitoring Screen That Can Be Viewed In Real-time On The Platform. Can Also View Snapshots Taken Of The Monitoring Screen, And Play Video Recordings. 4. Built To Work With Access Control Devices, It Can Be Used To Remotely Open And Close Doors, Access Videos From Cameras, And Remotely Configure Alarm Settings. 5. Works Together With Attendance Devices To Allow You To Manage Shifts, Handle Errors, Configure Settings For Business Trips And Leave Of Absence, And Generate Statistics On Attendance. 6. Access Control: Device Type Face Recognition Access Terminal (asi), Access Controller, (asc), Time & Attendance Terminal (asa), Number Of People 1000, Time Template 128, Time Period Up To 4, Holiday Plan Up To 16, Anti-passback Group Max. 2, First Card Unlock Record Max. 64, Multi Card Unlock Record Max. 64, Inter-door Lock Record Max. 64, Real-time Event Display Max. 100 J. One (1) Unit - Desktop Computer 1. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) 2. Memory: 16 Gb Ddr4 Or Higher 3. Form Factor: Tower 4. Storage: At Least 500 Gb Ssd (or Higher) 5. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) 6. Display: At Least 23.8” Hd Led Display (or Higher) 7. Peripherals: Power Cords, Keyboard & Optical Mouse 8. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch 9. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) 10. Operating System (os): Windows 11 Pro Or Higher 11. Warranty: 1 Year Courier Or Carry-in 12. Must Have 1*1500va Ups 6. Thirty (30) Units - Biometric For Employees With Connectivity For Time-in And Timeout A. Thirty (30) Units - Biometric - Time & Attendance I. Must Support Up To 1.500 Fingerprints, Up To 100.000 Record,s And Up To 2.000 Cards (optional). Ii. Must Support Multi-languages. Iii. Must Have Communication: Tcp/ip, Usb-host, Wi-fi (optional). Iv. Must Have High Verification Speed. V. Must Have Professional Firmware And Platform. B. One (1) Lot - Management Software Note: Included In Hris And Payroll Management System C. One (1) Unit - Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Peripherals: Power Cords, Keyboard & Optical Mouse Viii. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Ix. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) X. Operating System (os): Windows 11 Or Higher Xi. Warranty: 1 Year Courier Or Carry-in Xii. Must Have 1*650va Ups 7. One (1) Site - Electrical Works Temporary Facility (temfacil) 8. One (1) Site - Structured Cabling (including External Cabling) / Roughing - In 9. One (1) Service - Smart Tv Installation 10. One (1) Service - Smartboard Installation, Setup, And Configuration 11. One (1) Site - Installation Components (biometric Installation, Setup, And Configuration) 12. One (1) Service - Project Management Services 13. One (1) Service - User's Training & Knowledge Transfer 14. One (1) Service - Manpower Cost 15. One (1) Service Mobilization Cost 16. One (1) Service - Forwarding Cost 17. One (1) Year - Extended Support Warranty E.26 Software And Network Laboratories 1. Twenty (20) Units - Desktop Computers A. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in 2. Four (4) Units - Interactive Smart Tv ( 65") A. Screen Size: 65” B. Resolutions: 3840x2160 C. Picture Quality: 4 D. Brightness Detection E. Ultimate Dimming F. Contrast Enhancer G. Adaptive Sound H. Multi-device Experience I. Hdmi At Least Two (2) Port J. Usb At Least One (1) Port K. Wireless Lan Built-in L. Bluetooth M. Power-supply: Ac100-240v~ 50/60hz 3. One (1) Unit - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10;android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panels Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce B. Ops I5 8+256 Win 10 C. Screen Sharingdongle 4. One (1) Unit - 1500va/900w Line-interactive Ups 5. One (1) Lot - Roughing-ins Materials 6. One (1) Service - Project Management 7. One (1) Service - Temporary Facility (temfacil) For 30 Days 8. One (1) Service - Smart Board Installation, Set Up, And Configuration 9. One (1) Service - Training And Knowledge Transfer 10. One (1) Service - Smart Tv Installation 11. One (1) Service - Desktop Installation/software Setup And Configuration 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost, Demobilization 14. One (1) Service - Forwarding Cost 15. One (1) Service - Cabling Works 16. One (1) Lot - Structured Cabling (including External Cabling) 17. One (1) Year - Support Warranty E.27 Smart Function Hall 1. Smart Function Hall (audio System) A. Six (6) Units - Active Speakers I. Power: 1300w Peak, 650w Rms Ii. Lf Driver: 12" Ferrite Woofer Iii. Hf Driver: 1" Neodymium Tweeter Iv. Frequency Range: 50hz - 20khz V. Maximum Spl: 127db Vi. Mounting Options: Suspension Points, Pole Socket, Universal Yoke Mount B. One (1) Unit - Digital Mixer With Ipad Controller I. Channels: 32 Input, 40 Mix Channels Ii. Inputs: 8 X Xlr, 8 X Xlr-1/4" Combo, 1 X Dual Rca Stereo Iii. Outputs: 2 X Xlr, 1 X Xlr (mono Sum), 6 X Xlr (mix Out) Iv. Effects: Flex Fx Multi-effects Processor, 4 Effects Slots V. Control: Touch-sensitive Motorized Faders, Daw Control C. One (1) Set - Control Room Monitor Speakers I. Driver: 6.5" Composite Cone Lf, 1.25" Silk Tweeter Hf Ii. Power: 130w Rms Iii. Frequency Response: 42hz - 20khz Iv. Maximum Spl: 104db D. Two (2) Units - Wireless Microphones With Stands I. Frequency Response: 50hz - 20khz Ii. Operating Range: 300 Ft Line-of-sight Iii. Battery Life: Up To 14 Hours E. Four (4) Units - Wired Microphones With Stands I. Frequency Response: 50hz - 15khz Ii. Max Spl: 94db Spl F. One (1) Unit - Rack Mount Server I. Cpu: Intel I7 12th Gen Ii. Ram: 32gb Iii. Storage: 1tb Sata, 500gb Ssd Iv. Graphics Cards: 4 G. One (1) Unit - Ptz Camera Ai Auto Tracking I. Resolution: Uhd 4k, 1080p Signal Format Ii. Zoom: 30x Optical, 16x Digital Iii. Connectivity: Ethernet, Hdmi, 3g-sdi H. One (1) Unit - Ptz Camera Controller With Lcd Screen I. Control: Ndi, Ip, And Serial Control Ii. Protocols: Visca, Pelco-p & D Iii. Compatibility: Sony, Newtek Iv. Display: Lcd Screen For Real-time Status I. One (1) Lot - Cabling And Installation Smart Function Hall 2. Smart Function Hall (indoor Video Wall) A. One (1) Lot - Led Panel I. Must Have 4.2x2.025m P0.9375 Indoor Led Screen Ii. Led Lamp Parameter: Color Configuration: Rgb 3in1, Color: Red, Green, Blue, Luminance: 990-1210 Mcd, 1980-2420 Mcd, 495-605 Mcd, Viewing Angle: 160º/160º, Wavelength: 625-630 Nm, 520-525 Nm, 465-470 Nm Iii. Must Have Led Module Parameter: Pixel Pitch(mm) 0.9375, Iv. Pixel Configuration Cob, Module Size(mm) W 300 H 168.75, Module Resolution(dots) W 320 H 180, Drive Ic Icn1069 V. Must Have Led Cabinet Parameter: Cabinet Size (mm) W 600 H 337.5, Cabinet Resolution (dots) W 640 H 360, Cabinet Pixels (dots) 230400, Cabinet Material Die Casting Aluminum, Cabinet Weight (kg) 4.8 Vi. Must Have Led Screen Parameter: Screen Size(m)w 4.2 W 2.025 H, Screen Resolution(dots)w 4480 W 2160 H, Cabinet Quantity(pc)w 7 W 6 H, Pixel Density(pixel/m2) 1137778, Brightness(cd/m2) 600, Brightness Adjusted 256 Grade By Software Or By Auto-optic Induced, Driving Method 1/46 Scan Display Color 439, 804, 651, 110, Viewing Distance (m) ≥0.9375m, View Angle Horizontal 160°; Vertical 160° Color Contrast Ratio 5000:1, Gray Grade 16bit, Refresh Frequency (hz) 3840, Protective Grade Ip43, Working Temperature(ºc) -30~+70, Stored Temperature (ºc) -40~+80, Operation Humidity(rh) 0-95%, Lifetime 100,000 Hrs Maintenance Front Side Working Voltage Ac110 / Ac220v±10% 47~63hz, Power Consumption Max: 800w/㎡ ; Ave:310w/㎡" B. One (1) Lot - Controller I. Must Have Three Kinds Of Led 4k Sending Cards: (1) − H_20xrj45 Sending Card Loads Up To 13,000,000 Pixels, (2) − H_16xrj45+2xfiber Sending Card Loads Up To 10,400,000 Pixels And Provides Two Opt Ports That Copy The Outputs On Ethernet Ports, (3) − H_4xfiber Sending Card Loads Up To 20,800,000 Pixels And Supports Three Working Modes, Including Independent, Copy And Backup. The Three Cards Mentioned Above Cannot Be Used Together To Load The Same Screen. Ii. Must Have Multi-capacity Configuration On A Single Card Slot: − 4x 2k×1k@60hz, − 2x 4k×1k@60hz, − 1x 4k×2k@60hz Iii. Must Have A Simple Screen Configuration Using A Single Card And Connector Iv. Must Have Online Status Monitoring Of All Input And Output Cards V. Must Have Hot-swappable Input And Output Cards Vi. Must Have An H_2xrj45 Ip Input Card That Supports Up To 512 Ip Camera Inputs And Input Mosaic. Vii. Must Have Auto Decryption Of Hdcp-encrypted Sources Viii. Must Have Decimal Frame Rates Supported Ix. Must Have Hdr10 And Hlg Processing X. Each Screen Can Have Its Own Output Resolution. Xi. Must-have Output Mosaic: Adopts The Frame Synchronization Technology, Which Ensures All The Output Connectors Output The Image Synchronously, And The Image Is Complete And Played Smoothly, Without Any Stuck, Frame Loss, Tearing, Or Piercing. Xii. Must Support Irregular Screen Configuration: Supports Irregular Rectangle Mosaic Without Any Limitations. Xiii. Must Have Input Source Grouping Management Xiv. Must Have Eye-saver Mode: Display The Image In A Warmer But Less Bright Way To Relieve Eye Strain. Xv. Lcd Bezel Compensation Xvi. Must Have Multi-layer Display: A Single Card Supports 16x 2k Layers, 8x Dl, Layers, Or 4x 4k Layers. All Layers Support Cross-connector Output And The Layer Quantity Is Not Reduced For Cross-connector Output. Xvii. Must Have High-definition Scrolling Text, Customize The Scrolling Text Content, Such As Slogans Or Notification Messages, And Set The Text Style, Scrolling Direction, And Speed. Xviii. Must Support Up To 2,000 Presets: Fade Effect And Seamless Switching Supported, Less Than 60ms Preset Switching Duration Xix. Must Have Scheduled Playback Of Preset Playlist, Set Whether To Add The Presets To Playlist, Which Is Ideal For Monitoring, Exhibitions, Presentations, And Other Applications. Xx. Must Have Osd Settings On A Single Screen And Adjustable, Osd Transparency Xxi. Must Have Bkg Settings, Bkg Images Do Not Occupy The Layer Resources. The Max Width And Height Of A Bkg Image Are Up To 15k And 8k Respectively. Xxii. Must Have Channel Logo Management: Set A Text Or Image Logo For Identifying The Input Source. Xxiii. Must Have Input Source Cropping And Renaming After Cropping, Crop Any Input Source Image And Form A New Input Source After Cropping. Xxiv. Must Have Hdr And 10-bit Video Processing, Allowing For A More Exquisite And Clear Image. Xxv. Must Have Color Adjustment: Output Connector Color And Screen Color Adjustable, Including Brightness, Contrast, Saturation, Hue, And Gamma. Xxvi. Must Have Xr Scenario Control Xxvii. Must Have Low Latency: Reduce The Latency From The Input Source To The Receiving Card To As Low As 1 Frame. Xxviii. Must Have Web Control: Real-time Response And 1000m/100m Self-adaptive Network Control, Allowing For Multi-user Collaboration. Xxix. Must Have Monitoring Of Inputs And Outputs On A Web Page Xxx. Must Support Firmware Updates On A Web Page Xxxi. Must Have Ark Visualized Management And Control Platform App Control On Pad Device. Xxxii. Must Have Self-test For Fault Detection Xxxiii. Must Have Auto-monitoring And Alarms: Supports Hardware Monitoring, Such As Fan Rotation Speed, Module Temperature And Voltage, And Running Status, And Sends Fault Alarms If Necessary. Xxxiv. Must Support An Optional Power Supply For Higher System Reliability. Xxxv. Must Have Backup Design − Backup Between Devices − Backup Between Led 4k Sending Cards. C. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable 8k 10 Meters Iv. Six (6) Units - 1500va/900w Line Interactive Ups D. Three (3) Units - Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Pro Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 3. One (1) Service - Project Management Services 4. One (1) Service - User Acceptance Testing (uat) 5. One (1) Service - User Training And Knowledge Transfer 6. One (1) Service - Manpower Cost 7. One (1) Service - Mobilization Cost 8. One (1) Service - Forwarding Cost 9. One (1) Year- Support Warranty E.28 Econference Room With Video Conferencing 1. Six (6) Units - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10; Android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panels Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce B. Ops I5 8+256 Win 10 C. Screen Sharingdongle’ D. Must Have 6*1500va/900w Line-interactive Ups 2. Four (4) Lots - Microphones, Speakers And Accessories A. Four (4) Units - Full Digital Conference System Controller I. Microphone Capacity: Wired Microphone≤4096: Wireless Microphone≤300 Ii. Simultaneous Interpretation Channel: 63+1 Channels Iii. Frequency Response: 80~16khz Iv. Main Power: 100-120vac / 200-240vac By Switch V. Audio Input: Linein1: 775mvrms Balanced; 2 Output Phoenix Terminals: 775mvrms Balanced; Linein2: 775mvrms Unbalanced Vi. Audio Output: Lineout1: 1vrms Balanced; 16 Multi-function Output Phoenix Terminals: 1vrms Balanced; Lineout2: 1vrms Unbalanced Vii. Output Load >1kω Viii. Extension Port 1 For Connecting Conference System Extension Equipment Ix. Pc Network Port: 1 For Connect To The Computer X. Delegates Output Interface: 4 For Connecting Conference Speaking Units Xi. Rs-232 Interface: 2 Channels, 1 Channel For Camera Tracking, 1 Channel For Docking External Equipment Xii. Rs-485 Interface: 1 For Camera Tracking Xiii. Wired Microphone Connection Method Special Cable (6 Pins) Xiv. Rack Mountable B. Four (4) Units - Audio Processor, Afc Feedback Suppression Function I. The Panel Is Designed With Afc Touch Keys And Working Indicators. Ii. Equipped With 2 Network Ports For Connecting Wireless Ap And Communicating With The Conference Server; Connect To The Digital Conference Server Through Network Protocol To Realize Audio Data Transmission. Iii. With Automated Functions, Including Gain Sharing Type Auto-mixing And Gate Type Auto-mixing. Iv. Support Afc Feedback Suppression Function, Adopt Dual Notch + Frequency Shift Method, Automatically Grab The Howling Point, And Set The Notch Frequency, The Notch Filter Supports 12 Fixed Points + 12 Dynamic Points To Effectively Eliminate The Howling Function. V. With Automatic Gain Function, It Can Effectively Keep The Microphone Volume Within A Certain Dynamic Range. Vi. With The Microphone Voice Activation Function, Set The Tracking Threshold, And The Camera Tracking Function Can Be Realized When The Microphone Speech Reaches The Threshold. Vii. Working With The Digital Conference Server, With The Auto-mixing Function, It Can Support Up To 16 Wired Microphones And 8 Wireless Microphones At The Same Time. Viii. With 1 Xlr Balanced Output And 1 Rca Unbalanced Output. Ix. With 1 Extension Interface, Used To Connect The Extension Port Of The Digital Conference Server. X. With 1rs-232 Communication Interface (camera Tracking), Connected To The Central Controller Or The Camera Tracking Controller To Realize The Speech Camera Tracking Function. Xi. With 1 Rs-485 Communication Interface, Used To Connect Cameras To Achieve Camera Tracking. Xii. With 1 Rs-232 Communication Interface (speech Transcription), Used To Connect A Speech Transcription Server To Realize The Function Of Speech Transcription. Xiii. Simultaneous Turned-on Microphone: 16 Wired Mics + 8 Wireless Mics Xiv. Main Power Supply: 100-240ac/50-60hz Xv. Audio Output: Line Out 1: 1v Xlr Balanced Output ; Line Out 2: 1v Rca Unbalanced Output Xvi. Output Load: >1kω Xvii. Connection Method: Rj45 Network Port Xviii. Rack Mountable C. Four (4) Units - 5g Wifi Full Digital Conference - Chairman Unit I. Adopt A 48khz Sampling Rate, Clear And Bright Sound. Ii. Using Advanced Processing Chip Architecture And A Unique Processing Algorithm, The Microphone Power-on Connection Time Only Takes 5 Seconds. Iii. Support Intelligent Detection Of Faults, Prompting Users Of Ap Faults, Host Communication Faults, And Low Signal Strength. Iv. Support Charging Through Type-c Port, Support 18w Fast Charging, With Smart Indicator Status. V. Support Setting Ssid Function Through Ui. Vi. Support Multi-language Switching, And Uniformly Set Through Pc Software. Vii. The Chairman Unit Has A Speech Timing Function. When The Timing Speech Function Is Turned On, The Chairman Unit Is Not Restricted. Viii. With A Voice Control Function, The Microphone Can Be Turned On Intelligently. Support Adjusting The Sensitivity Of The Voice Control And Setting The Closing Time Through The Software. Ix. Support Sign-in Function, Set And Initiate Through Pc Software. X. Support Conference Voting Function, Five-key Voting, Three-key Voting Function, Flexible And Convenient. Xi. Adopt 128-bit Aes Encryption Technology, Support Wpa/wpa2 Wireless Security Technology, Prevent Eavesdropping And Unauthorized Access, And Provide Higher Confidentiality Of The Conference System. Xii. Using Wireless Transmission Technology, It Only Takes Very Little Time For The Venue Layout To Carry Out Activities. Xiii. The Chairman Has A Priority Function To Turn Off All Speaking Delegate Microphones. Xiv. Equipped With A 3.5mm Headphone Jack For Connecting An External Microphone. Xv. Built-in Lithium Battery, The Battery Capacity Supports 14 Hours Of Continuous Speech. D. Sixty-eight (68) Units - 5g Wifi Full Digital Conference - Delegate Unit I. Adopt A 48khz Sampling Rate, Clear And Bright Sound. Ii. Using Advanced Processing Chip Architecture And A Unique Processing Algorithm, The Microphone Power-on Connection Time Only Takes 5 Seconds. Iii. Support Intelligent Detection Of Faults, Prompting Users Of Ap Faults, Host Communication Faults, And Low Signal Strength. Iv. Support Charging Through Type-c Port, Support 18w Fast Charging, With Smart Indicator Status. V. Support Setting Ssid Function Through Ui. Vi. Support Multi-language Switching, And Uniformly Set Through Pc Software. Vii. Support Speech Timing And Timing Speech Functions, And The Delegate Unit Has The Function Of Applying For Speech. Viii. With A Voice Control Function, The Microphone Can Be Turned On Intelligently. Ix. Support Adjusting The Sensitivity Of The Voice Control And Setting The Closing Time Through The Software. X. Support Sign-in Function, Set And Initiate Through Pc Software. Xi. Support Conference Voting Function, Five-key Voting, Three-key Voting Function, Flexible And Convenient. Xii. Adopt 128-bit Aes Encryption Technology, Support Wpa/wpa2 Wireless Security Technology, Prevent Eavesdropping And Unauthorized Access, And Provide Higher Confidentiality Of The Conference System. Xiii. Using Wireless Transmission Technology, It Only Takes Very Little Time For The Venue Layout To Carry Out Activities. Xiv. The Delegate Unit Can Apply To Speak With The Approval Of The Chairman. Xv. Equipped With A 3.5mm Headphone Jack For Connecting An External Microphone. Xvi. Built-in Lithium Battery, The Battery Capacity Supports 14 Hours Of Continuous Speech. E. Seven (7) Units - Power Charger, With 10 Usb Charger Interfaces Support 18w Charge I. All Usb Ports Of The Charger Can Be Used Simultaneously For Batch Charging Of Devices. Ii. Use A Usb Cable, Connect One End To The Charger And The Other End To The Conference Unit; Support 18w Fast Charging. Iii. With Auto Circuit Protection, All Usb Ports Support Short-circuit Protection And Self-recovery Functions F. Four (4) Units - Ap Transmitter I. Comply With The Wi-fi 6 Protocol Standard (ieee 802.11ax), Backward Compatibility With 802.11a/b/g/n/ac/wave2, Support Mu-mimo, And Allow The Ap To Receive Data From Multiple Terminals At The Same Time. The Maximum Transmission Rate Of The Whole Machine Can Reach 1.601gbps, Effectively Providing Higher-performance Wireless Access Services In Terms Of Coverage, Access Density, And Traffic Throughput. Ii. Support Ofdma Spatial Multiplexing Technology And 1024 Qam Modulation And Demodulation Algorithm, Which Can Provide Faster Wireless Internet Access And Larger Wireless Coverage. Iii. Through The Virtual Wireless Access Point (virtual Ap) Technology, Up To 32 Essids Can Be Provided. Iv. Layer 2 Isolation Can Be Performed On The Subnets Using The Same Ssid Or Under The Same Vlan To Ensure User Data Security. V. Support Wpa3 Security Protocol. Vi. Support 80/160mhz High Bandwidth Frequency Band. Vii. Support Local Power Supply And Poe Remote Power Supply. Viii. It Is Suitable For Ceiling Mounting, Wall Mounting, And Desktop Installation. G. Eight (8) Units - Speaker I. Adopt 1 Mid-woofer And 2 Cone Tweeters. Ii. 12mm Plywood Housing, Lightweight, Wear-resistant Spray Paint Treatment, And Dust-proof Net Cotton Outside. Iii. The Frequency Divider In Precise Design Optimizes The Vocal Mf Performance H. Four (4) Units - Amplifier I. 1u Cabinet Design, Small In Size And Light In Weight. Ii. Adopt The Latest Class D Digital Amplifier Design, With Low Distortion And High Efficiency. Iii. Adopt Switched Power Supply Technology, With High Efficiency. Iv. Adopt A Smart Peak Clipper To Control The Power Module And Speaker System To Work In A Safe Range. V. Designed With Standard Xlr Input Interface And Link Output Interface. Vi. Support Soft Start To Prevent Absorbing Large Currents From The Power Grid During Startup And Interfering With Other Electrical Equipment. Vii. Smart Control Forced Heat Dissipation Design, Low Fan Noise, And High Heat Dissipation Efficiency. Viii. Support Overvoltage Protection, Undervoltage Protection, Overcurrent Protection, Dc Protection, Output Short Circuit Protection, Temperature Control, Fan, And So On. I. Eight (8) Units - Professional Loudspeaker Wall - Mounted Bracket I. Fixed Panel Size: 34×34mm (length×width) Ii. Cabinet Fixed Panel Size: 110mm Iii. Weight: 0.31kg 3. One (1) Lot - Roughing-ins Materials 4. Six (6) Lots - Cabling Works 5. Six (6) Lots - Structured Cabling (including External Cabling) 6. Three (3) Licenses - Video Conferencing System 7. One (1) Service - Project Management Services 8. One (1) Service - User Acceptance Testing (uat) 9. One (1) Service - User's Training & Knowledge Transfer 10. One (1) Service - Manpower Cost 11. One (1) Service - Mobilization Cost 12. One (1) Service - Forwarding Cost 13. One (1) Year - Warranty Iv. Mandatory Technical Requirements/qualifications A. Statement Of Accumulated Similar Completed Government And Private Contracts Within The Last Five (5) Years With A Total Contract Amount Of At Least Php 500,000,000.00 Or 50% Of The Abc. A. Contract Definition Must Be Supported By The Following Documents: I. Copy Of Contract Or Po; Ii. Certificate Of Completion And Acceptance B. The Software Provider (sp) Should Be In The Business Of Software Development For At Least Five (5) Years With At Least Five (5) Completed And Accepted Combined Network And Software Projects. C. The Sp Shall Have At Least One (1) Software Accredited By The Bureau Of Internal Revenue (bir) Either An Inventory System Or Pos System Or Accounting System. D. The Sp Should Have Delivered At Least (2) Government Projects Within The Past 3 Years. E. The Sp’s Technical Director(s) Such As Senior Project Manager, Senior System Project Manager, Senior Network Project Manager, Senior Infrastructure Project Manager Must Have A Project Management Experience Of At Least Five (5) Years. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. F. The Sp Shall Be A Partner/distributor Of The Oem Of The Devices Which Has Been In The Market For At Least 3 Years. G. The Sp’s Program Director Must Have A Project Management Experience Of At Least Five (5) Years, With Itil Service Management Certification Or Training And Fifteen (15) Years Of Experience In Software Architecture - Development, Service Delivery Management, State-of-the-art Network Infrastructure, And Delivered Project(s) In At Least One Of The 500 Fortune Companies Or At Least One Of The Telecommunication Companies In The Philippines. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. H. The Sp’s Software Architect Must Have A Devops Foundation Certification Of At Least Five (5) Years Of Experience. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. I. The Sp’s Security Lead Must Be A Certified Information Systems Security Professional (isc)2 For At Least Ten (10) Years Of Experience And Certified Ethical Hacker (ceh) For At Least Ten (10) Years Of Experience. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. J. The Delivery Period Of The Project Is Two Hundred Eighty (280) Days. V. Progress Billing The Project Milestones Are Identified And Aimed At Improving The Hard, Soft, And Infrastructure Of The Basc Organization Leading To The Following Output And Outcome: 15% : Upon Submission Of Signed Contract 25% : Submission And Acceptance Of Detailed Work Plan And Systems Design 29. University Information System 30. Learning Management System 31. Cashiering System 32. Human Resource Management System & Time Keeping System 33. Payroll Management System 34. Assets & Fleet Management System 35. Document Management System 36. Trouble Ticketing System 37. Queuing / Appointment System 38. Executive Information System 39. Campus Portal System 40. University Library System 41. Econference Room W/ Video Conferencing 42. Internet Connectivity 43. Campus Network System 44. Fiber Optics Works 45. Structured Cabling Works 46. It Security Operations Center & Network Operations Center 47. Campus Data Center Upgrade 48. Data Center Network Switches 49. Data Center Compute System & Data Center Block And File Storage System 50. Data Center Backup And Recovery System 51. Cloud Infrastructure 52. Ip-pabx System 53. Software & Networking Laboratories 54. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 55. E-library Infrastructure 56. Smart Function Hall 26.43% 1st Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 17. It Security Operations Center & Network Operations Center 18. Campus Data Center Upgrade 19. Data Center Network Switches 20. Data Center Compute System & Data Center Block And File Storage System 21. Data Center Backup And Recovery System 22. Ip-pabx System 23. Software & Networking Laboratories 24. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 25. E-library Infrastructure 26. Smart Function Hall 27. Campus Network System 28. Fiber Optics Works 29. Structured Cabling Works 30. Human Resource Management System & Time Keeping System 31. Document Management System 32. Queuing / Appointment System 1st Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 8. Human Resource Management System & Time Keeping System 9. Payroll Management System 10. Assets & Fleet Management System 11. Document Management System 12. Trouble Ticketing System 13. Queuing / Appointment System 14. Campus Portal System 23.57% 2nd Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 4. Internet Connectivity 5. University Library System 6. Econference Room W/ Video Conferencing 2nd Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 6. Cloud Infrastructure 7. University Information System 8. Learning Management System 9. Executive Information System 10. University Library System Hardware Installation, Configuration And Integration 8. Campus Network System 9. Structured Cabling Works 10. It Security Operations Center & Network Operations Center 11. Data Center Network Switches 12. Data Center Backup And Recovery System 13. Ip-pabx System 14. E-library Infrastructure Acceptance Of Volume Testing 14. University Information System 15. Learning Management System 16. Cashiering System 17. Human Resource Management System & Time Keeping System 18. Payroll Management System 19. Assets & Fleet Management System 20. Document Management System 21. Trouble Ticketing System 22. Queuing / Appointment System 23. Executive Information System 24. Campus Portal System 25. University Library System 26. Econference Room W/ Video Conferencing : Completion Of Training 19. University Information System 20. Learning Management System 21. Cashiering System 22. Human Resource Management System & Time Keeping System 23. Payroll Management System 24. Assets & Fleet Management System 25. Document Management System 26. Trouble Ticketing System 27. Queuing / Appointment System 28. Executive Information System 29. Campus Portal System 30. University Library System 31. Econference Room W/ Video Conferencing 32. Campus Network System 33. It Security Operations Center & Network Operations Center 34. Campus Data Center Upgrade 35. Data Center Backup And Recovery System 36. Smart Function Hall 10% : Project Acceptance And Turnover 29. University Information System 30. Learning Management System 31. Cashiering System 32. Human Resource Management System & Time Keeping System 33. Payroll Management System 34. Assets & Fleet Management System 35. Document Management System 36. Trouble Ticketing System 37. Queuing / Appointment System 38. Executive Information System 39. Campus Portal System 40. University Library System 41. Econference Room W/ Video Conferencing 42. Internet Connectivity 43. Campus Network System 44. Fiber Optics Works 45. Structured Cabling Works 46. It Security Operations Center & Network Operations Center 47. Campus Data Center Upgrade 48. Data Center Network Switches 49. Data Center Compute System & Data Center Block And File Storage System 50. Data Center Backup And Recovery System 51. Cloud Infrastructure 52. Ip-pabx System 53. Software & Networking Laboratories 54. E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 55. E-library Infrastructure 56. Smart Function Hall Vi. Warranties And Guarantees A. Software – At Least 1-year License Coverage, Starts Upon The First Day Of Acceptance. B. Network And Hardware Support – At Least 1-year Warranty In Parts And Labor Upon Acceptance, Onsite 24x7x365. C. Db Services – At Least 1-year License Coverage, Starts Upon Delivery And Installation. D. Implementation Services – At Least 1 Year Of License Coverage With 1,000 Users. E. Technical Support – Local 24x7x365 Online/onsite Support For At Least 1 Year. F. Onsite Support – Within 8 Hours From Receipt Of The Notice, Spare Parts Ready If Necessary. G. Supply Of Spare Parts – Availability Of Parts Shall Be Within 72 Hours. H. Provision Of Service Units If The Repair Will Exceed 3 Days. I. Sp Shall Provide A Testing Facility For Functionality Demonstration. Vii. Training The Project Supports The Capacity Building For Top-level Managers, Trainers, Developers, Network/systems/database/security Administrators, Hardware Maintenance And Troubleshooting. Training For A Minimum Of 10 Persons Per Component/system For The Following Categories: A. 3 -top-level Management – Designed For The Basc Executives B. 10 - Trainers – Specifically For The Trainers Of The Basc To Ensure Continuous Training To End-users. C. 10 - Network/systems/database/security Administrators - Training Designed For Administrators To Ensure 24x7x365 Monitoring Of The Services As Well As Prompt Response As Needed. D. 10 - End-user Training Is Designed For The Users Of The System And/or Encoders. Viii. Manpower The Proposed Project Team Shall Be Composed Of Experts And Specialists As Indicated In The Table Below. The Roster Shall Include A Minimum Of 19 Distinct Physical Persons. There Shall Be No Overlapping Of Functions. In This Respect, The Persons’ Names And Functions Shall Be Explicitly Specified. However, The Sp Has The Option To Add More Personnel Depending On His Work Strategy. The Curriculum Vitae Shall Be Signed By The Person. They Will Closely Collaborate And Coordinate With The Project Management Team Of The Basc. Personnel Role / Qualification Min. No. Program Director Point Person For Issues And Concerns About The Contract And Deliverables. With Project Management Experience Of At Least Ten (10) Years, Cs/it/engineering Degree Or Equivalent. 1 Senior Project Manager With Project Management Experience Spanning Seven (7) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Business Analysts. With Servicenow Certification For Certified System Administrator. 1 Senior System Project Manager With Project Management Experience Spanning Five (5) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Developers. With A Itil Service Management Certification, Cs/it/engineering Degree Or Equivalent. 1 Senior Network Project Manager With At Least Seven (7) Years Of Experience In Planning, Implementing, And Maintaining It Networks. With A Network Cable Installer Certification And A Jablotron 100+ Alarm System Training Course Certification. With A Cs/it/engineering Degree Or Equivalent. 1 Senior Infrastructure Project Manager With At Least Seven (7) Years Of Experience In Taking Charge Of The Planning, Implementation, And Maintenance Of Infrastructure And Service Delivery Management. With A Microsoft Certified Professional Certification With A Cs/it/engineering Degree Or Equivalent. 1 Senior Project Manager For Peripherals With At Least Seven (7) Years Of Experience In Project Management With A Focus On It Networks, Infrastructure, And Peripherals (biometrics, Cctv, And Alarm Systems). With A Fiber Optic Preparation & Splicing And Jablotron 100+ Alarm System Training Course Certification With A Cs/it/engineering Degree Or Equivalent. 1 Business Analyst Person In Charge Of The Business And System Specifications With Experience In Systems Analysis And Design. With A Cs/it/engineering Degree Or Equivalent. 4 Enterprise/ Software Architect Person In Charge Of System Architecture And Structural Design With At Least Ten (10) Years Of Experience In Software Architecture And Development. Microsoft Office Sharepoint Server 2007, Application Development Certification Of At Least Three (3) Years Or Openspan Certified Developer Certification Of At Least Ten (10) Years. With A Cs/it/engineering Degree Or Equivalent. 2 Systems Analyst/ Developers Person In Charge Of The System Specifications With At Least Three (3) Years Of Experience In Systems Analysis And Design. Basic React Programming Certification Or With A Cs/it/engineering Degree Or Equivalent. 9 Senior Database Administrator Person In Charge Of Installing, Administering, Maintaining, And Performance Tuning Databases With At Least Seven (7) Years Of Experience In Rdbms. With A Cs/it/engineering Degree Or Equivalent. 2 Senior Security Analyst Person In Charge Of Securing And Administering Smart Campus Security System With At Least Seven (7) Years Of Experience In It Security. With A Cs/it/engineering Degree Or Equivalent. Certified Information Systems Security Professional (isc) And Certified Ethical Hacker (ceh). 1 Quality Assurance Manager With Quality Assurance Experience Spanning Three (3) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Developers. With A Cs/it/engineering Degree Or Equivalent. 4 Operations Support Lead With Operations Support Experience Spanning Three (3) Years Of The Same Role In A Customer Service, Help Desk, Technical Support, And/or Call Center. With A Bachelor's Degree Or Equivalent. 1 Help Desk And Technical Support With Operations Support Experience Spanning Two (2) Years Of The Same Role In A Help Desk, Technical Support, And/or Call Center. With A Bachelor's Degree Or Equivalent. 5 Senior Trainers With Trainer Or Teaching Experience Spanning Five (5) Years Of The Same Role In Education Institutions. With A Bachelor's Degree Or Equivalent. 2 Total (minimum Physical Count) 36 Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 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 ⬜ (f) 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 ⬜ (g) 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 ⬜ (h) 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 ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (j) 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 ⬜ (k) 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 ⬜ (l) 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 ⬜ (m) 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. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [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. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: ____________ Project Identification No. 2025-01g To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers______ [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hubin Conformity With The Said Bidding Documents For The Sum Of __________________________________________________________(php____________)[total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2022. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________ Price Schedule Name Of Bidder ____. Invitation To Bid Number 2025-01g Page _____ Of______. 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _________________________ [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address :______________________________________________________________________ Name Of Contract/ Project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstanding Works / Undelivered Portion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : ____________________________________________ Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ * This Form Will Not Apply For Wb Funded Project Bid Securing Declaration Form Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we , The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date:
DEPARTMENT OF EDUCATION GENERAL SANTOS CITY Tender
Education And Training Services
Philippines
Closing Date5 May 2025
Tender AmountPHP 7.3 Million (USD 131.3 K)
Details: Description Invitation To Bid Project No: 005 – 2025 - Rb 1. The Department Of Education Through The Fy 2025 Gaa Intends To Apply The Sum Of Seven Million Three Hundred Thirty-eight Thousand Five Hundred Seven And 00/100 (7,338,507.00) Being The Approved Budget For The Contract (abc) For Lots 1 And 2 For The Procurement Of Assistive Devices, Equipment, Supplies And Materials For Inclusive Learning Resource Centers. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. Unit Description Qty Cost Abc (vat Inclusive) 1 Lot Procurement Of Assessment Tools For Inclusive Learning Resource Centers 1 Set Adaptive Behavior Scale (specs: Vineland-3; Manual; Interview Form, Teacher Form, Parent Form 1 40,000.00 40,000.00 2 Set Autism Checklist (specs: Childhood Autism Rating Scale For 2 Yrs Old And Above: 1manual,25 Standard Rating Booklet,25 High Functioning Rating Booklet For Parents And Caregivers) 1 35,000.00 35,000.00 3 Piece Intelligence Test Booklet (specs: Raven's Standard Intelligence Test For 12 Yrs Old And Above) 10 3,500.00 35,000.00 4 Set Non-verbal Intelligence Test (specs: Raven’s Colored Intelligence Test For 4-11 Yrs Old: 1 Manual, 1 Test Booklet, Answer Key) 1 49,900.00 49,900.00 5 Set Non-verbal Intelligence Test (specs: Raven’s Standard Intelligence Test For 12 Yrs Old And Above: 1 Manual, 1 Test Booklet, Answer Key) 1 49,900.00 49,900.00 6 Set Psychomotor Speed, Visual Search And Sequencing, And Attention Test (specs: Comprehensive Trail-making Test: 1 Manual, 10 Record Booklets, And A Storage Box) 1 20,000.00 20,000.00 7 Set Trauma And Posttraumatic Stress In Children Test (trauma Symptom Checklist By Dr. John Briere For 8-17 Yrs Old: 25 Piece. Screening Form And Technical Paper 1 12,000.00 12,000.00 8 Set Verbal Intelligence Test (specs: Slosson Intelligence Test For 5 Yrs Old And Above: 1 Manual, 25 Score Sheets And Stimulus Item For The Blind) 1 35,000.00 35,000.00 9 Set Verbal Intelligence Test Score Sheets (specs: Slosson Intelligence Test For 5 Yrs Old And Above: 25 Piece) 1 12,200.00 12,200.00 With License Delivery Terms: Within 30 Days Drop Off Points: General Santos City Sped Integrated School – Quezon Avenue, Brgy. West, Gsc (ilrc) Payment Terms: Payment To The Service Provider Shall Be Made Through Philippine Veterans Bank Lddap-ada / Mds. In The Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Subtotal P 289,000.00 2 Lot Procurement Of Assistive Devices, Equipment, Supplies And Materials For Inclusive Learning Resource Centers 1 Unit 2hp Split Type Aircon, Inverter (free Installation) At Least 2 Years Warranty After Sales Service 1 49,000.00 49,000.00 2 Piece 8.1cu. Ft. Bottom Freezer Inverter Ref (specs: Net Weight 66kg, Net Dimension 23.6x72.8x26.8 Inches, Color White) At Least 2 Years Warranty After Sales Service 1 30,000.00 30,000.00 3 Unit Android Smart Television 55" 4k Uhd Bluetooth Connectivity, Mobile Screen Mirroring, Netflix, Wireless Connectivity, Youtube Audio Out (mini Jack), Component In (y/pb/pr), Composite In (av), Ethernet (lan), Hdmi, 220v Free Installation At Least 1 Year Warranty With After Sales Service 4 35,000.00 140,000.00 4 Set Cctv - 16ch-dvr 8 Irpf Bullet Camera 8 Irpf Dome Camera 16 Rolls (20meters) Siamese Cables, 35-bng 20-male Head 12v20a18ch Centralized Power Supply Free Installation At Least 1 Year Warranty With After Sales Service 1 49,000.00 49,000.00 5 Piece Solid Top Chest Freezer, 22 Cubic Ft. 355watts, Hxwxd (91cmx198cmx73cm) Dual Function Freezer And Chiller, Roller Feet Galvanized Inner Lining, 2-basket, 2-grip Handles At Least 1 Year Warranty With After Sales Service 1 40,000.00 40,000.00 6 Piece Vacuum Cleaner (heavy Duty Gas 12-25 Pl Wet And Dry Vacuum Cleaner/ Extractor With Power Socket System 1,250 W Weight-9kg, Max Input Power- 1,250 W, Max Vacuum Power-200 Mbar) At Least 1 Year Warranty With After Sales Service 4 12,000.00 48,000.00 7 Piece Washing Machine. 10.5 Kg Digital Inverter Fully Automatic Front Load Washing Machine (total Capacity: 10.5kg Rated Washing Power: Water Pressure: 0.02-1 Mpa Spin Speed: 1400 Rpm Gross Weight: 67 Kg Warranty: 1 Year Parts & Labor / 10 Year Motor Dimension (wxdxh): 595mm X 520mm X 850mm At Least 1 Year Warranty With After Sales Service 1 30,000.00 30,000.00 8 Piece Water Dispenser. Hot And Cold Water/drinking Household Multifunctional Top Loading. Stainless Steel Casing Color White. Dimension: 85x29x29 Cm. Large Bottom Locker. At Least 1 Year Warranty With After Sales Service 9 8,000.00 72,000.00 9 Unit 1500va Ups (black) Input Voltage: 220vac Frequency: 50hz – 60hz, Output Voltage: 220vac Capacity Va/wattage: 1500va/1050watts Transfer Time: ≤10ms Including Direction Time At Least 1 Year Warranty With After Sales Service 2 4,000.00 8,000.00 10 Set All In One Personal Desktop Computer 23" Display Monitor Processor: 2.5 To 3.8 Ghz Ram Memory: 16 Gb Storage: 1 Tb Ssd Wifi Ready, Hdmi, Usb 2.0 Or 3.2 Slots With Graphics Card For Editing Photos And Videos, With Mouse, Mousepad And Keyboard At Least 1 Year Warranty With After Sales Service 3 49,500.00 148,500.00 11 Piece Laptop - 16"-17"" Monitor Processor: 2.5 Ghz To 3.5 Ghz Ram: 16gb Storage: 1tb Ssd With Graphics Card With Bag, Mouse, And Mouse Pad At Least 1 Year Warranty With After Sales Service 13 49,000.00 637,000.00 12 Unit Svc 1500w Automatic Voltage Regulator1500va Avrservo Motor Typeinput Voltage: 140v-260vacoutput Voltage : 110v/220v Output Overvoltage : 246±4voutput Voltage Precision : <±4% Frequency : 50/60hz Temperature Rise : <80k Efficiency : >92%regulation Time : <1s(when Variation Of Input Voltage Is 10%) At Least 1 Year Warranty With After Sales Service 1 4,000.00 4,000.00 13 Unit Svc 3000w Automatic Voltage Regulator 3000va Avr Servo Motor Type Input Voltage : 140v-260vac Output Voltage : 110v/220v Output Overvoltage : 246±4v Output Voltage Precision : <±4% Frequency : 50/60hz Temperature Rise : <80k Efficiency : >92% Regulation Time : <1s(when Variation Of Input Voltage Is 10%) At Least 1 Year Warranty With After Sales Service 1 5,000.00 5,000.00 14 Unit 3in1 Printer (print, Scan, Copy) Dye Ink, A4 (black / Color) (cyan, Magenta, Yellow) Paper Sizes: Legal (8.5 X 14"), Indian-legal (215 X 345 Mm), 8.5 X 13", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7", 5 X 8", 4 X 6", Envelopes: #10, Dl, C6 Maximum Paper Size: 215.9 X 1200 Mm Dimensions (w X D X H): 375 X 347 X 179mm, Weight: 3.9 Kg Ac 220-240 V, 50-60 Hz, Usb 2.0 At Least 1 Year Warranty With After Sales Service 8 15,000.00 120,000.00 15 Bottle Printer Dye Ink Color Black 65 Ml 50 300.00 15,000.00 16 Bottle Printer Dye Ink Color Cyan 65 Ml 50 300.00 15,000.00 17 Bottle Printer Dye Ink Color Magenta 65 Ml 50 300.00 15,000.00 18 Bottle Printer Dye Ink Color Yellow 65 Ml 50 300.00 15,000.00 19 Unit A3 Size Ink Tank Printer, Inkjet, 30ppm 4 Colors (cyan, Magenta, Yellow, Black) Integrated Ink Tank System, Usb 2.0 Paper Size: A3 (297mm X 420mm), A4 (210mm X 297mm), A5 (148mm X 210mm), A6 (105mm X 148mm) Resolution: 1400dpi At Least 1 Year Warranty With After Sales Service 1 30,000.00 30,000.00 20 Bottle Sublimation Ink - 100ml (black) 10 350.00 3,500.00 21 Bottle Sublimation Ink - 100ml (cyan) 10 350.00 3,500.00 22 Bottle Sublimation Ink - 100ml (light Cyan) 10 350.00 3,500.00 23 Bottle Sublimation Ink - 100ml (light Magenta) 10 350.00 3,500.00 24 Bottle Sublimation Ink - 100ml (magenta) 10 350.00 3,500.00 25 Bottle Sublimation Ink - 100ml (yellow) 10 350.00 3,500.00 26 Unit Laser Printer Compact Mono Laser Multi-function Laser Printer A4 Print Speed Up To 34 Ppm (black) Wifi, Airprint, Mopria, Wifi Direct, Lan, Usb 2.0 Full Capacity Toner Included. Yield Up To 1200 Pages (black)* Auto 2-sided (duplex) Printing, 50 Sheets Auto-document Feeder (adf), 2-line Lcd Dimensions: 410 Mm × 399 Mm × 319 Mm Up To 250 Sheets Of 80 Gsm Plain Paper Paper Size: A4, Letter, B5 (jis), B5 (iso), A5, A5 (long Edge), B6 (jis), A6, Executive, 16k (195x270 Mm), A4 Short (270mm Paper), Com-10, Dl, C5, Monarch, Legal And Folio At Least 1 Year Warranty With After Sales Service 1 16,000.00 16,000.00 27 Piece Toner Ink For Laser Printer Color Black 10 2,500.00 25,000.00 28 Unit Wireless Printer 6 Colors (cyan, Light Cyan, Magenta, Light Magenta, Yellow, Black) Printing Technology: Micropiezo Printhead Pvc/id Card Printing: Yes Printer Borderless 300 Gsm Wi-fi A4 (210mm X 297mm) Usb: Usb 2.0 Network: Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Network Protocol: Tcp/ipv4, Tcp/ipv6 Network Management Protocols: Snmp, Http, Dhcp, Apipa, Ping, Ddns, Mdns, Slp, Wsd, Lltd Compact Integrated Tank Design Replaceable Maintenance Box High Yield Ink Bottles Ultra-high Page Yield Of 2,100 Pages (colour) Rated Voltage: Ac 220-240 V Rated Frequency: 50 - 60 Hz, Operating: 19 At Least 1 Year Warranty With After Sales Service 1 23,000.00 23,000.00 29 Bottle Universal Pigment Ink - 1liter (black) 2 1,500.00 3,000.00 30 Bottle Universal Pigment Ink - 1liter (cyan) 2 1,500.00 3,000.00 31 Bottle Universal Pigment Ink - 1liter (light Cyan) 2 1,500.00 3,000.00 32 Bottle Universal Pigment Ink - 1liter (light Magenta) 2 1,500.00 3,000.00 33 Bottle Universal Pigment Ink - 1liter (magenta) 2 1,500.00 3,000.00 34 Bottle Universal Pigment Ink - 1liter (yellow) 2 1,500.00 3,000.00 35 Unit Photocopier 28 Copies Per Minute Direct Usb Printing/scanning Copier/printer/colored Scanner Enlarger/reducer Automatic Back-to-back/duplex Printing Touchscreen Operating Panel Original Size Up To 11x17 A3 At Least 1 Year Warranty With After Sales Service 1 49,200.00 49,200.00 36 Piece Toner Ink For Photocopier 20 1,800.00 36,000.00 37 Piece A3/a4 Laminator Machine Hot/cold/reverse 220v Heavy Duty Product Size: 450*175*92mm Product Weight: About 4.5kg Temperature Range: 80-180℃ Film Thickness: ≤1mm Over-plastic Width: ≤330mm At Least 1 Year Warranty 3 5,000.00 15,000.00 38 Unit A4/a3 Sliding Paper Cutter Heavy Duty Metal Base Paper Trimmer For Photo/vinyl/card Rolling Blade Dimensions: 441mm X 169mm (a4) / 580mm X 169mm (a3) Maximum Cutting Width: 318mm (a4) / 450mm (a3) Materials: Aluminum Alloy, High-carbon Steel, Plastic Maximum Sheets Per Cut: 10 Sheets Of 70g Standard Copy Paper At Least 1 Year Warranty With After Sales Service 2 2,000.00 4,000.00 39 Unit Electric Paper Shredder Machine Automatic Heavy Duty Black Paper Cutter Shredder, Weight:17.55kg Size & Spec.: Shred Capacity: 16 Sheets; Shred Size: 4x40mm; Security Level:4 Can Shred: Cd/dvd, Paper, Card, Paper Clip, Staple Continuous Run Time: 30min, Bin Capacity: 31l Machine Noise: 58db Machine Power: 240w, Dimensions:390x302x615mm At Least 1 Year Warranty With After Sales Service 2 20,000.00 40,000.00 40 Piece Portable Sound System With Microphone ( Active Potable Trolley Speaker , 600w Max Power, Bluetooth + Tws, Usb & Sd Playback, Fm Radio, Line-in & Line -out, 2 Guitar Input, 2 Wired Mic Input, 180 Channels, Mic Priority, High Quality Lead Acid 12ah Battery, 12 Dc Input, Dimensions: (l) 36.5cm (w) 40 Cm (h) 67.5 Cm, 2 Fee Wireless Mic) At Least 1 Year Warranty With After Sales Service 2 20,000.00 40,000.00 41 Unit Price Labeler Size & Spec.: 230x130x55mm, With Ink Wheel And Price Label Sticker Color: Black, Material: Abs 1 1,500.00 1,500.00 42 Unit A3 Size Heavy Duty Digital Heat Press Machine 15x18 Inches Flatbed Auto-open Drawer Type *auto-open Heat Press *15x17.75inches Flatbed Working Area *watts: 1800 Watts At Least 1 Year Warranty With After Sales Service 1 20,000.00 20,000.00 43 Unit Cap Press Machine For Sublimation Printing Watts: 450 Press Handle Digital Controller Aluminum Heating Plate Pressure Knob At Least 1 Year Warranty With After Sales Service 1 6,000.00 6,000.00 44 Unit Digital Mug Press Heavy Duty, 220volts, 280watts 11oz Built In Heating Pad Replaceable Heating Pad At Least 1 Year Warranty With After Sales Service 2 6,000.00 12,000.00 45 Piece Acoustic Guitar, Glossy Finish, Body Shape: Redondo Scale Length: 25.6" No. Of Frets: 20, Fret Size: 2.4mm Material Made: Bod, Back & Neck (mahogany) Fingerboard Radius: 15.75", Nut Width: 1.69" With Pickup Tuner And Preamp System Electronics: Controls Volume, Bass, Treble 3 6,050.00 18,150.00 46 Unit Brailler Machine - Metal Carrying Handle Paper Size Maximum: 11.5 X 14 In (29.2 X 35.6 Cm) Weight: 10.6 Lb (4.8 Kg), Recommended Paper Weight: 90 Lb Includes Leather Dust Cover, Audible Bell Sound Seven Spaces Before End Of Line Dot Height: .019 In (.5 Mm), Dot Diameter: .057 (1.4 Mm) Dot Spacing: .09 In (2.3 Mm), Character Spacing: .24 In (6 Mm) Line Spacing: .4 In (10 Mm) 3 49,500.00 148,500.00 47 Unit Mirrorless Camera With Rf-s 18-45mm F/4.5-6.3 Is Stm Lens Kit 24.2mp Aps-c Cmos Sensor Digic X Image Processor Uhd 4k 30p Video Recording Dual Pixel Cmos Af Ii With 651 Points 2.36m-dot Electronic Viewfinder 3.0"" 1.62m-dot Vari-angle Touchscreen 15 Fps Electronic Shutter Movie For Close-up Demos Mode Vertical Movie Mode, Multi-function Shoe, Wi-fi & Bluetooth At Least 1 Year Warranty With After Sales Service 1 49,000.00 49,000.00 48 Unit 18-35mm F/1.8 Dc Hsm Art Lens Dimensions (diameter × Length): Φ78mm × 121mm / Φ3.1in. × 4.8") Weight:810g / 28.6oz. Petal Type Lens Hood Lh780-06 Front Cap Lcf-72mm Iii, Rear Cap Lcr Ii 1 40,000.00 40,000.00 49 Set Speedlite Flash Ttl For Camera Built-in 2.4ghz X Wireless Radio System Compatible With Canon E-ttl / E-ttl Ii Guide Number: 118' At Iso 100 And 105mm Zoom Range: 24-105mm (14mm With Panel) Tilts From -7 To 90°, Rotates 270° Wireless Master/slave Ttl Functionality Recycle Time: 0.1-2.2 Second At Least 1 Year Warranty With After Sales Service 1 5,000.00 5,000.00 50 Unit Portable Camera Tripod (heavy Duty Aluminum) 22lbs Load 67”/1.7m With Detachable Monopod For Dslr, Military Magnesium Aluminum Alloy, Corrosion Resistance Weight: 1.5kg, 28mm Metal Ball Head, 360 Degrees Rotation 5 Sections Tube Leg, Max Diameter: 25mm Height Without Column: 51", Height With 2 Sections Center Column: 67" 1 5,000.00 5,000.00 51 Unit 2.4ghz Wireless Microphone System Transmitter 2.4ghz Frequency Hopping System 200meters Wireless Range Lithium Battery Parameters: 3.7v ⎓ 140mah, 0.518wh 24h All Day Recording Intelligent Noise Cancellation Dynamic Range:86db, Type-c Input, Net Weight: 12g Dimensions: 48mmx22mmx16mm (1.89”x0.87”x0.63”) At Least 1 Year Warranty With After Sales Service 1 3,000.00 3,000.00 52 Unit 2.4ghz Wireless Microphone System Receiver 2.4ghz Frequency Hopping System 200meters Wireless Range, Type-c Input Lithium Battery Parameters: 3.8v ⎓ 200mah, 0.76wh, 5v ⎓ 200ma Dimensions: 48mmx28mmx15mm (1.89”x1.10”x0.59”) Net Weight: 16g At Least 1 Year Warranty With After Sales Service 2 3,000.00 6,000.00 53 Unit Studio Lighting Softbox 50 * 70cm With 2m Light Stand And 45w Light Bulb Max Height: 200cm / 78" Collapsible Height: 65cm / 32" 2 1,500.00 3,000.00 54 Unit 16port Desktop/rackmount Switch Network Switch Hub 16 Port 1 4,000.00 4,000.00 55 Unit 4k Hdmi To Hdmi Wire (10 Meters) 9 1,000.00 9,000.00 56 Unit Audio Voice Recorder. Built-in 375mah Battery, Specification: Recording Time: 512kbps, 32gb: About 144 Hours. Storage Media: Tf Card, 32gb, Battery Capacity: 375mah, Package Size: 15.2x7.8x3.7cm/5.9x3x1.4in, Package Weight: 135g/4.7oz At Least 1 Year Warranty With After Sales Service 3 2,674.00 8,022.00 57 Piece Calculator. Basic Calculator Big Calculator. Office Supplies. Dimension: 160.4x164.5x44.2mm. Color White. Dual Power Supply. Aaa Battery With Solar Panel. Inner Concave Buttons. 10 500.00 5,000.00 58 Box Cat5e, Utp Cable, Box ~305mtrs, Pn: 25awg (lan Cable) 2 6,000.00 12,000.00 59 Unit Dual Band Wifi 6 Router Dimensions Wxdxh: - 10.2 × 5.3 ×1.5 In (260.2 × 135.0 × 38.6 Mm) 2 3,000.00 6,000.00 60 Set Heavy Duty 3.5mm Jack Plug Male To 2 Rca Stereo Aux Audio Cable Line, 10 Meters 9 900.00 8,100.00 61 Unit Network Cable Tester Rj45 Rj11 Rj45 Network Lan Ethernet & Networking Tool Network Repair Dimensions: 10cm*5cm*3cm Two Power Supply Methods: 9v Battery & Type-c Charging 2 600.00 1,200.00 62 Piece Offline Mini Compressor (air Compressor Kwv550 9l) 1 4,558.00 4,558.00 63 Piece Presentation Clicker. Slide Deck Presentation 2.4ghz Wireless Usb Ppt Flip Pen Pointer Clicker Presenter With Red Light Remote Control, Color Black 9 900.00 8,100.00 64 Unit Rj45 Crimping Tool Ethernet Network Lan Cable Crimper Cutter Stripper Plier Modular 8p Rj45 And 6p Rj12 Rj11 2 400.00 800.00 65 Unit Usb Headset Headphone With Noise Cancelling, Unidirectional Microphone, Wired Connection Cable Length: 200 Cm, Port: Usb, Speaker Unit: 40mm Hd Driver Frequency Response: 20 Hz - 20 Khz Sensitivity: 105 Db, Impedance: 32 Ohms 16 1,000.00 16,000.00 66 Set Wired Handheld Microphone, 70 Hz → 14 Khz With 10-meter Cord, Anti-interference, Anti-whistling. 2 1,500.00 3,000.00 67 Piece Abrasive Disc Cutter Machine (ssc22 14-inch Cut Off Saw Machine 2200w) 5 7,577.00 37,885.00 68 Unit Electric Angle Grinder. Heavy Duty 4" 1000w Professional Power Tools Grinders Variable-speed 2 2,500.00 5,000.00 69 Piece Electric Heat Gun (shrink Gun With Accessories 2000 W) 5 1,725.00 8,625.00 70 Piece Sewing Machine Electric Built-in 4-step Buttonhole Stitch And 22 Patterns Shuttle Hook System And Front Loading Bobbin Sturdy But Light Aluminum Casting Housing Big Needle Plate With Seam Guide Line, Metal Hook Cover Pressure Regulator Button, Snap-on Presser Feet Stitch Length And Width Dial, Manual Reverse Stitch Button Built-in Led Light, Needle Position At Mid Or Left Drop Feed, Treadle Or Motor Options At Least 1 Year Warranty With After Sales Service 2 20,000.00 40,000.00 71 Piece Sewing Machine (zigzagger) Power:90w, Rated Voltage:220v, Number Of Stiches:23, Automatic Winding. Presser Foot Pressure Adjustable (free Installation) At Least 1 Year Warranty With After Sales Service 1 25,000.00 25,000.00 72 Set Electric Wood Power Planer. Wood Planer For Woodworking. 1200 Watts. 1300 Rpm. 50 Hz. 80mm Wide. With Accessories. With Warranty 2 3,000.00 6,000.00 73 Piece Handheld Rechargeable Pool Vacuum. • Strong Built-in 4v 2ah Ni-mh Rechargeable Batteries Suitable For Use With All Purpose And Above Ground Pools Up To 18 Feet Or 5.49 Meters In Diameter 0.21 Gal (0.8 Liters) Quick Release Transparent Debris Container 12 Gal/min. (45 Liters/minute) Water Suction For Efficient Debris Collection 94 Inches (2.39m) Lightweight Telescoping Aluminum Pole Two Interchangeable Brush Heads Automatic Shut-off Feature When Vacuum Is Not Submerged In Water Ipx8 Waterproof Switch For Added Protection 5-6 Hour Charge Time / 50 Minutes Maximum Running Time Usb Charging Cable Included For Convenient Recharging (plug Not Included) At Least 1 Year Warranty With After Sales Service 2 9,998.00 19,996.00 74 Piece Heavy Duty Automatic Electric Hand Dryer, Color: White Features: Cold And Hot Air Sensing Range: 12 + 3cm Hot Air Temperature: 40c - 54c Action Duration: 40s - 1 Min Water Power Source Voltage: Ac 220v 50/60 Hz Heating Power: 1800w Motor Speed: 2800r / Min At Least 1 Year Warranty With After Sales Service 2 5,000.00 10,000.00 75 Piece Heavy Duty Wood Circular Saw 7" Rated Power Input: 1500w Rated Frequency: 60hz Rated Voltage: 220v No- Load Speed: 5300r / Min Max. Disc Diameter: 185mm At Least 1 Year Warranty With After Sales Service 5 4,104.00 20,520.00 76 Unit Impact Drill 13mm Hammer Electric Drill Heavy Duty 220v Household Power Tools Industrial Screwdriver. 7.5 Amp Copper Motor, 700w, 3300rpm. With Warranty At Least 1 Year Warranty With After Sales Service 2 3,000.00 6,000.00 77 Unit Portable Generator With Electric Start, 10,000 Watt Starting Power & 8,000 Watt Running Power, Large Fuel Tank For Extended Run Time Powerful 420cc Ohv 4-stroke Engine Large 10.5-gallon Fuel Tank For Extended Run Time 120vac / 240vac / 60hz & 12vdc Includes Large 9.5" Wheels (free Installation) At Least 1 Year Warranty With After Sales Service 1 48,000.00 48,000.00 78 Unit Electric Welding Machine. Portable Igbt Inverter Welding Machine (dc Inverter Welding) With Accessories. With 3 Mos. Warranty 500w At Least 1 Year Warranty With After Sales Service 2 7,000.00 14,000.00 79 Piece Adjustable Wrench. Industrial Adjustable Wrench (12") 300mm Made Of High-quality Steel. 2 700.00 1,400.00 80 Set Allen Wrench. Short Arm Hex Allen Key Set With Carbon Steel Material. (1.5 To 6 Mm 7-piece Set) 2 100.00 200.00 81 Piece Anvil (15 Kg) With Steel Mounting Platform 2 12,000.00 24,000.00 82 Set Back Wrench. Set Of Heavy-duty Double Ring Spanner Wrench (metric 28mm - 32mm) Cr-v 2 700.00 1,400.00 83 Piece Ball Peen Hammer (½ Lb (80 Oz) 2 400.00 800.00 84 Piece Carving Chisels For Wood (wood Chisel 4 Piece/set) 2 798.00 1,596.00 85 Piece Chisel Rack For Wood Carving (professional 12-piece Wood Carving Chisel Set With Black Case Sharp Hand Tools For Beginners) 5 1,299.00 6,495.00 86 Set Combination Wrench Tool Set 16piece (8-32mm Professional Dual Purpose 2 700.00 1,400.00 87 Piece Corner Clamp (90-degree Single Swing Jaw Corer Clamp 68 Mm) 5 500.00 2,500.00 88 Piece Cutting Discs For Masonry. 4”-inch Professional Diamond Cutting Disc Continuous Eco For Tile / Ceramic 20 300.00 6,000.00 89 Box Cutting Disc For Steel. Ultra-thin Cutting Disc 4 (25piece) For Stainless 5 2,000.00 10,000.00 90 Set Drill Bits For Wood. 7pc X Long Wood Drill Bit Set 4mm 5mm 6mm 7mm 8mm 10mm 12mm X 300mm Brad Point Auger Drill Bits Wood 5 500.00 2,500.00 91 Set Drill Bits. 13pc Cobalt High Speed Steel Twist Drill Bit Set 1.5mm-6.5mm For Drilling Metal Wood Stainless Steel 5 500.00 2,500.00 92 Set Drill Bits.3-12mm Multifunctional Triangle Glass Metal Drill Bit Set Diamond Ceramic Tile Concrete Brick Wood Punching Hole Drill Bits 5 500.00 2,500.00 93 Piece Files Set For Wood Carving, Craft Metal, And Glass Stone (10-piece Needle File Set For Jewelries) 2 191.00 382.00 94 Piece Geometric Designer Templates (multi -functional Geometric Ruler) 5 118.00 590.00 95 Piece Geometric Shapes Set (wooden Montessori Learning Geometric Building Blocks) 5 1,176.00 5,880.00 96 Set Hacksaw Frame With Blade For Metal 12" 300mm Heavy Duty 3 350.00 1,050.00 97 Piece Hammer For Carpentry. Claw Hammer /16oz 3 300.00 900.00 98 Piece Hard Hat (heavy Duty Safety Helmet With Chin Strap) 3 300.00 900.00 99 Piece Heavy Duty Extension Wire (10-meter Wire: # 162 C, Plug: 15a, 25 V, Maximum Wattage:3750 W., At Least 4 Outlets) 12 1,500.00 18,000.00 100 Piece Heavy Duty Multi- Purpose Bench Vise (8") Mounted On A Steel Platform. 2 10,000.00 20,000.00 101 Set Heavy Duty Pliers. 8" Standard Pliers Cutter Longnose Combinations 8" Pliers 2 500.00 1,000.00 102 Unit Industrial Li-ion Cordless Laser Level 20v (12 Lines) 1pc Black Nylon Stand, 90mm Lift Adjustable; Front And Rear 55mm Adjustable Gap; 1/4″ And 5/8″ Copper Threaded Holes On Bottom; Strong Magnet On Side 1pc Sheet Metal Clip, Wavelength: 520nm Green Light Beam Accuracy: H/v Line ±3mm/10m Laser Intensity: Class Ii, <1mw Self Leveling: 0-4°, Expanded Angle: H&v 360° Max. Working Distance: 30m (without Detector) Maximum Drop Height: 1.5m, Function Mode: 1c, 2c, 3c At Least 1 Year Warranty With After Sales Service 1 15,000.00 15,000.00 103 Piece Jet-bow Beam Compass Drawing Set. The Set Includes 6" Speed Compass With Inter-changeable Pen, Pencil, Divider Parts, And Replaceable Needle Points. 4½" Bow Compass With Inter-changeable Pen, Pencil, And Divider Parts. 5 1,169.00 5,845.00 104 Piece Level Bar. Aluminum Level Bar With Magnet Heavy Duty 80cm 2 2,000.00 4,000.00 105 Set Magnetic Screwdriver Set Professional Cushion Grip 5 Flat Head And 4 Phillips Tips Screwdriver Non-slip 2 1,000.00 2,000.00 106 Piece Manual Canvas Pliers (industry Line Combination Plier Insulated Pliers) 5 416.00 2,080.00 107 Piece Metric Scale (technical Triangular Scale. Set Of 45, 90 Degrees) 5 1,000.00 5,000.00 108 Piece Mixing Paint Palette (paint Mixing Palette 10 Well Plastic) 2 45.00 90.00 109 Piece Picture Frame And Miter Clamp (90 Degree Right Angle Clip Picture Frame) 5 710.00 3,550.00 110 Piece Plumb Bob / Hulog. With String 350g 2 250.00 500.00 111 Piece Professional Compound Mitre Box & Saw (mitre Box And Box Saw Set 12 Inch) Miter Box Will Handle Stock 7 1/4" High, 8" Wide At 90°, And 5" Wide At 45°. The Saw Can Be Set At Any Angle And Has Automatic Stops For 90°, 45°, And For 5, 6, 8 And 12-sided Frames. 1 1,510.00 1,510.00 112 Set Rachet. Combination Wrench Steel Chrome Vanadium 8-24mm(per Piece) 2 2,500.00 5,000.00 113 Set Ratchet Wrench. 12piece 1/2 1/4 Inch Drive Ratchet Wrench Cr-v Socket Kits Mechanic Spanner Car Motorcycle Repair Tool 2 2,500.00 5,000.00 114 Piece Roofing Square. Dual Marking Right Angle Picture Framing Carpenter Ruler (stainless Steel Angle Ruler Aluminum Alloy Body Heavy Duty Tool) 10 500.00 5,000.00 115 Piece Rubber Mallet (16 Oz) 2 400.00 800.00 116 Piece Screen Print Squeegee (curved Aluminum Handle Squeegee 75) 2 310.00 620.00 117 Piece Staple Gun. Heavy Duty (gun Tacker/ Staple Gun Length-18cm Width -12cm H-3cm, Color- Silver Head T50) 2 2,000.00 4,000.00 118 Piece Steel Tape Measure (tape Measure 8m/20) 5 470.00 2,350.00 119 Piece Styrofoam Cutter (electric Foam Cutter Hot Wire Pen Portable) 1 1,500.00 1,500.00 120 Piece Swimming Pool Leaf Skimmer. Purpose: Used For Cleaning The Swimming Pool And Salvaging Pool Water Garbage. Material: Pp Plastic. Size: 420*280*30mm/16.54*11.02*1.18". 2 376.00 752.00 121 Piece Tape Measure-material: Pvc Centimeter Scale On Reverse Side Which Is Up To 300cm Large, Easy To Read Marking Measures Up To 120 Inches 3 300.00 900.00 122 Piece Toilet Paper Holder (wall Mounted Bathroom Toilet Paper Holder Tissue) 7 300.00 2,100.00 123 Piece Transparent Edge T- Square (hand Tool Inch Metric Ruler 6") 5 535.00 2,675.00 124 Piece Tri Square. High Quality Metal Frame 12" With Clear Markings 2 750.00 1,500.00 125 Piece Water Pipe Wrench 18" Liyabe Tubo Yabe Hand Tools 2 700.00 1,400.00 126 Piece Welding Mask (welding Helmet Auto Darkening Adjustable) 3 1,500.00 4,500.00 127 Piece Welding Protective Visor Glasses, Standard 3 420.00 1,260.00 128 Box Welding Rod Special N-6013 (2.5) (3/32 X 13”) 10kg Per Box 5 2,500.00 12,500.00 129 Piece Wood Carving Set. Carpentry Tools (professional 12/set Manual Wood Carving) 5 1,670.00 8,350.00 130 Set Wood Planer Set -katam. Locally Manufactured 8 Inches 2 500.00 1,000.00 131 Piece Wooden Hand Saw. 18" High Quality Metal Blade With Plastic And Rubber Handle 3 350.00 1,050.00 132 Piece Blender 1.5 Liter Material: Glass Input Voltage:220v Power Consumption:250w Stainless Steel Blade At Least 1 Year Warranty 5 700.00 3,500.00 133 Unit Blender. (9 In1 Food Processor, Good For Chopping, Slicing, Grating, Shredding, Whisking)18x18x38cm At Least 1 Year Warranty 1 3,742.00 3,742.00 134 Piece Bread Toaster (stainless Steel Top Plate) 25x 14.6x16.8cm At Least 1 Year Warranty 2 1,059.00 2,118.00 135 Unit Popcorn Maker/machine - Commercial Heavy Duty Power Supply:~220v 50hz, Power:1.3kw, Weight:21kg Size:560x420x680mm, Box Size:64*49*78cm At Least 1 Year Warranty 1 5,000.00 5,000.00 136 Set Deep Fryer Dimensions (w X H X D) 477 X 318 X 235, Weight 3.81kg Body Material Stainless Steel, Color Silver Power Consumption 2000w, Volume 4 With Temperature Control At Least 1 Year Warranty 2 7,200.00 14,400.00 137 Piece Electric Burger Griddle. Large Size Heavy Duty. Size:73cmx52cmx10cm. Bigger Waster Oil Container. Stainless Steel, Solid Gritty. Food Grade Material. At Least 1 Year Warranty 1 11,475.00 11,475.00 138 Piece Electric Kettle 1.5l At Least 1 Year Warranty 3 1,000.00 3,000.00 139 Unit Electric Rice Cooker 10l At Least 1 Year Warranty 2 5,000.00 10,000.00 140 Piece Electric Stand Mixer 5.5 Liter(1.9kg) With Bowl And 3 Whisk 6 Speed Setting Dough, Rotating Bowl, Speed Control At Least 1 Year Warranty 2 11,500.00 23,000.00 141 Unit Electric Steamer, 10.1-liter Capacity, 1.3 Liters Water Tank Capacity, 3 Layer Transparent And Collapsible Steamer Grids And Trays 90-minute Timer At Least 6months Warranty 1 2,500.00 2,500.00 142 Set Electric Takoyaki Machine And Double Pan 56 Holes Stainless Steel, Size: 437x 435x180mm At Least 6 Months Warranty 5 2,600.00 13,000.00 143 Unit Espresso Machine, 20 Bar Cappuccino Machines For Home, Latte Machine With Automatic Milk Frothier, Coffee Maker With Dual Wall Water Tank: 1300ml Milk Box: 700ml Power:1350w, Supply Voltage:220-240v Rated Frequency:50-60hz Maximum Pressure:20bar Weight:4.9kg, Packaging Weight:6.3kg At Least 1 Year Warranty 1 10,000.00 10,000.00 144 Unit Food Processor, 550watts, 12 Cup Capacity (96 Oz), 3 Processing Speed, Stainless Steel Weight: 6kg, Wxhxd (13in X 21in X 11in) At Least 1 Year Warranty 1 10,000.00 10,000.00 145 Piece Food Warmer Display Cabinet. Commercial Food Heater Glass Display Cabinet Heavy-duty Curved Deli Cabinet With Lighting. Constant Temperature Heating Display Counter Ideal For Fried Chicken Burger And Cooked Food. Size: Red+3 Compartments: 96x45x60cm. Rated Power: 300w. Rated Voltage: 220v.number Of Internal Layers: Three. Layers. Temperature Range: 30-80°c. Product Weight: 18kg. Built-in Energy-saving Warm Color Lamp, Improve The Display Effect At Least 1 Year Warranty 1 9,125.00 9,125.00 146 Piece Gas Range And Oven (1 Turbo, 1 Large Electric, And 2 Medium Burners) 33x42x39.5, (49 Liters) At Least 1 Year Warranty With After Sales Service 1 46,162.00 46,162.00 147 Piece Heavy Duty Electric Grill Machine Rated Power: 1000w Temperature Range: 60-200 Degrees Time Range: 0-30 Minutes Product Size: 380 * 250 * 188mm Material: Stainless Steel At Least 1 Year Warranty With After Sales Service 2 10,000.00 20,000.00 148 Piece Ice Crusher Machine Electric Stainless Steel Heavy Duty Portable Automatic Rotated Speed: 1500rpm Power:250 Size: 275x190x210mm Capacity: 2 Liter At Least 6 Months Warranty With After Sales Service 2 3,900.00 7,800.00 149 Unit Impulse Plastic Sealer Machine Plastic Sealing Machine (100mm | 150mm | 200mm | 250mm | 300 Mm) Weight: 1.06 Kg | 1.4 Kg | 1.3 Kg | 1.3 Kg | 1.58 Kg Size: (item Size) 100mm | 150mm | 200mm | 250mm | 300 Mm Power: 220v Sealing Width: 2 Mm Colour: Transparent Materials: Abs 2 1,500.00 3,000.00 150 Piece Large 18l Capacity Stainless Steel Electric Heating Tea Coffee Water Bucket Commercial Insulated Bucket Heating Barrel Boiled Water Bucket Material: Stainless Steel Adjustable Temperature:30-110° Rated Voltage:220v/50hz 2 3,000.00 6,000.00 151 Piece Meat Slicer (electric Machine Stainless Steel) 418x 293x 325mm 2 2,494.00 4,988.00 152 Piece Mechanical Microwave Oven (countertop,20 Liters) 700w- 1200w 1 5,075.00 5,075.00 153 Piece Oven. Four Plates Oven For Bread (stainless Steel) 530x595x570mm. Lpg Type At Least 1 Year Warranty With After Sales Service 1 48,924.00 48,924.00 154 Piece Portable And Foldable Charcoal Barbeque Bbq Grill 25"x30"x27" 1 4,000.00 4,000.00 155 Unit Rice Cooker Standard 2l Home Multifunctional Home Cooking 220v. Fast Cooking, Keep Warm Function, Non-stick Coating, Stainless Steel Cover. Input Voltage. 220v. Power Consumption 400w. Volume Capacity 2l Dimension (l X W X H) 215*215*215 At Least 1 Year Warranty 2 2,500.00 5,000.00 156 Piece Waffle Iron Pan 4 Interchangeable Plates 750 Watts At Least 1 Year Warranty 5 1,800.00 9,000.00 157 Piece Baguette Bake Mold Pan 34.5 Cmx 24cm (6cm Molder) Nonstick At Least 1 Year Warranty 10 399.00 3,990.00 158 Piece Bakery Display Rack (estante). Made Of Glass And Aluminum Frame. 4 Layer Of Glass (transparent) Or Acrylic With Partition. Rubber Wheels With Lock. At Least 2ftx 5ftx 4 Ft 1 40,000.00 40,000.00 159 Piece Baking Sheet 11x15 Inches 011 Thickness Heavy Duty Aluminum 10 360.00 3,600.00 160 Piece Baking Tray, Small (stainless Steel; Size Details: 23cm X 17cm) 8 258.00 2,064.00 161 Piece Baking/ Pastry Brush, Heat Resistant, Standard Size 10 35.00 350.00 162 Piece Blue Cutting Board (raw Fish)25.5cmx34cm, Plastic 5 460.00 2,300.00 163 Piece Boning Knife (stainless Steel) 24.4cm X 1.9cm X 1.7cm 3 492.00 1,476.00 164 Piece Bowl (serving Bowls, Clear Glass 20 Cm Diameter) 6 150.00 900.00 165 Piece Bread Plates (stainless Steel) 40x 60cm 20 1,027.00 20,540.00 166 Piece Bread Rack (stainless Steel)15 Layers 40x60cm Heavy Duty 1 20,000.00 20,000.00 167 Piece Bread Rack. Made Of 12 Mm Steel. 24"x5ftx5ft. Can Hold Up To 10 Trays (lagayan Ng Plantsa Ng Tinapay) 1 10,000.00 10,000.00 168 Piece Brown Cutting Board (raw Crops) 25.5cmx34cm, Plastic 5 460.00 2,300.00 169 Set Cake Decorating Kit. Piping Tips Set ( Stainless Steel,multicolor) 5 279.00 1,395.00 170 Piece Can Opener (stainless Steel Blade; Length: 17cm High) 4 500.00 2,000.00 171 Piece Carving Fork (stainless Steel; Size: 13 Inches Long) 3 162.00 486.00 172 Piece Casserole, Medium (stainless Steel: 3.9 Liter; Size: 12.5cm X 20cm) 4 689.00 2,756.00 173 Piece Casserole, Small (stainless Steel: 2.1 Liter; Size: 12cm X 15cm) 4 599.00 2,396.00 174 Piece Cast Iron Pots And Pans (ceramic, Non-stick) 21.85x 13.19x12.80inch 3 7,180.00 21,540.00 175 Piece Cheese Cloth (made From Cotton) 101 X 270cm 10 223.00 2,230.00 176 Piece Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant, Size: Large 20 450.00 9,000.00 177 Piece Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant, Size: Medium 20 450.00 9,000.00 178 Piece Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant, Size: Small 20 450.00 9,000.00 179 Piece Chef’s Hat/cap For Men & Women, Breathable Hat Color White Fast Food Restaurant Coffee Shop Work Wear, Size: Large 20 250.00 5,000.00 180 Piece Chef’s Hat/cap For Men & Women, Breathable Hat Color White Fast Food Restaurant Coffee Shop Work Wear, Size: Medium 20 250.00 5,000.00 181 Piece Chef’s Hat/cap For Men & Women, Breathable Hat Color White Fast Food Restaurant Coffee Shop Work Wear, Size: Small 20 250.00 5,000.00 182 Piece Chef's Knife (stainless Steel) 33cm X 4.5cm X 2cm 3 750.00 2,250.00 183 Piece Cleaver Knife (stainless Steel) 7 Inches Or 2.5mm 3 1,074.00 3,222.00 184 Piece Colander, Medium (stainless Steel; Size: 28cm X 22cm) 3 298.00 894.00 185 Piece Colander, Small (stainless Steel; Size: 24cm X 22cm) 3 204.00 612.00 186 Piece Cookery Cabinets (made With Carbon Steel 5 Layers, Size: H: 144cm, W: 55cm) 1 3,621.00 3,621.00 187 Piece Cookie Press - Stainless Steel With 13 Disc And 8 Icing Tips, Dimension: 25x 14.5cm 3 462.00 1,386.00 188 Piece Cooler, 2.5ft X 2.5 Ft X 3ft Plastic, With Good Insulation 1 3,000.00 3,000.00 189 Piece Core Seed Remover (stainless Steel; Approx: 1.4x21.5cm) 4 229.00 916.00 190 Piece Cupcake Molder Tray Of 6 12 Holes Baking Pan Muffin Cup Cake 10 89.00 890.00 191 Piece Cutting Board (material: Bamboo; Size: 34x24x1.8cm/750g) 4 209.00 836.00 192 Piece Deep Fry Thermometer, Oil Temperature Gauge 3 320.00 960.00 193 Piece Digital Kitchen Thermometer (cooking/food Temperature; Size 34mm X 270mm) 3 486.00 1,458.00 194 Piece Double Boiler, Medium (stainless Steel; Size: 27x14x6cm) 1 389.00 389.00 195 Piece Dough Roller Pin, Wooden. 29.5cm Non-stick Silicone Rolling Pin Pastry Baking Decorating Tool 6 300.00 1,800.00 196 Piece Dough Scraper (stainless Steel) 16x12x2cm 3 178.00 534.00 197 Set Drinking Glass 10 Oz Tall Clear Tumbler Set Of 6 (dimensions: Lengthxheight: 5.5cmx12 Cm) 6 510.00 3,060.00 198 Piece Filling Funnel (stainless Steel) Upper Diameter: 10.5cm, Lower Diameter: 3.7cm, Height: 4.5cm 4 212.00 848.00 199 Piece Food Grade Silicone High Temperature Resistant Baking Mat Oven Baking (to Match Baking Pan), Browns Silicone Baking Oven Mat Liner, Non-stick For Pastry Cookies Dough 12 90.00 1,080.00 200 Piece Fruit Juicer, Standard Type 3 1,500.00 4,500.00 201 Piece Frying Pan, Large (scratch Resistant And Non-stick; Size: 28cm) 4 578.00 2,312.00 202 Piece Frying Pan, Medium (scratch Resistant And Non-stick; Size: 24cm) 4 380.00 1,520.00 203 Piece Frying Pan, Small (scratch Resistant And Non-stick; Size: 20cm ) 4 233.00 932.00 204 Piece Funnel (stainless Steel) 22x14.5cm 3 715.00 2,145.00 205 Piece Glass Rack (plastic-coated Metal; Capacity: 24piece Glass; Dimension: L:52cm; W: 36cm; H:8cm) 2 461.00 922.00 206 Set Glasses. Dining Glasses (6piece. Thick Clear Glass: W: 3inches And H: 4inches) 5 265.00 1,325.00 207 Piece Green Cutting Board (for Fruits And Vege)25.5cmx34cm, Plastic 5 460.00 2,300.00 208 Piece Hair Net. Unisex Hair Net Cap Hair Mesh Weaving Wig Cap Hair Styling Tools Nylon Hair Nets Hollow Out High. Black 300 30.00 9,000.00 209 Piece Hand Mixer (stainless Steel Bowl) 270x165x290mm, 2.8 Liters Capacity 3 1,755.00 5,265.00 210 Piece Ice Cream Scoop (stainless Steel) Diameter: 4.5cm, Length: 18cm 6 208.00 1,248.00 211 Piece Kitchen Carts (2 Layer Stainless Steel Carts With Two Brake Wheels; Size: 400mm X 500mm X 860mm) 2 3,019.00 6,038.00 212 Piece Kitchen Fork (stainless Steel; Size: 7cmx4cmx21cm) 5 72.00 360.00 213 Piece Kitchen Scale Food (manual) 5 Kilogram 2 300.00 600.00 214 Piece Kitchen Spoon (stainless Steel; Size: 8cmx6.5cmx21cm) 5 86.00 430.00 215 Piece Kitchen Spoon, Slotted (material: Plastic; Size: 7x3x43cm) 5 289.00 1,445.00 216 Piece Large Wooden Turner For Large Oven. Kitchen Turner Flat Spatula Scraper, Acacia Wood 10.5 Inches Long And 2.75 Inches Turner 3 200.00 600.00 217 Piece Lpg Tank 11kg 4 4,500.00 18,000.00 218 Set Measuring Cup. Measuring Cup Sizes: 1 Cup (250ml). 1/2 Cup (125ml). 1/4 Cup (60ml) ; 1/8 Cup (30ml). Materials. Plastic (abs) 3 500.00 1,500.00 219 Set Measuring Spoon 1tbsp 15ml, 1/2tbsp 7.5ml, 1tsp 5ml, 1/2tsp 2.5m Material: Stainless Steel 3 400.00 1,200.00 220 Piece Meat Thermometer, Brifit Waterproof Kitchen Meat Thermometer, Foldable Digital Instant Read Food Thermometer 3 400.00 1,200.00 221 Piece Medium Graters (stainless Steel) 18/8 2 430.00 860.00 222 Piece Mixing Bowl: 30 Cm L30xw27.5xh11.4 Cm Thickness: 0.04 Cm. Material: Stainless Steel 10 900.00 9,000.00 223 Piece Muffin Pan Non-stick Dimension: 26.5x35x3cm, Capacity: 12 Cup, Color: Black Non-stick Surface For Easy Release And Quick Cleanup Dishwasher Safe, Ideal For Baking Muffins, Cupcakes Nonstick Coating Helps Ensure Effortless Food Release 5 700.00 3,500.00 224 Piece Muti-function Vegetable Fruit Peeler Slicer Cutter Chopper (material: Abs + Stainless Steel) 4 429.00 1,716.00 225 Piece Muti-purpose Kitchen Scissors/ Shears (scissors Length: 21.5cm; Blade Length: 10cm; Handle Length: 11.5cm; Handle Width: 9.5cm; Blade Thickness: 0.4cm Weight: 200grams) 8 500.00 4,000.00 226 Piece Oven Thermometer 3 389.00 1,167.00 227 Piece Oysters Knife (stainless Steel) 15.5com X 6.5cm X 3cm 3 187.00 561.00 228 Piece Parisienne Scoop (stainless Steel Blade With Plastic Handle) Scoop Diameter: 30mm And 27mm; Total Length: 170mm 3 216.00 648.00 229 Piece Pastry Tubes (stainless Steel) 3cm X 3cm X 6.1cm 8 142.00 1,136.00 230 Piece Pepper And Salt Grinder (made With Stainless Steel, Glass, And Ceramic) Approx. 19x6.5cm 6 296.00 1,776.00 231 Piece Piping Bag (disposable Bag Size: 24.5cm X 17cm) 50 208.00 10,400.00 232 Piece Pitcher (durable Crystal-clear Glass 1.5l) 6 300.00 1,800.00 233 Piece Place Mat (table Placemat Pvc Anti-slip Placemat Wasahble Durable Kitchen S:30x45cm) 10 250.00 2,500.00 234 Piece Plastic Containers, Microwavable Round Canister, Food Storage Container (400 Ml) 40 20.00 800.00 235 Piece Plastic Measuring Pitcher Jug With Measurement(set) Maximum Of 1 Liter 3 126.00 378.00 236 Set Plastic Silverware Or Real Silverware (stainless Steel; 18piece Utensils Set Includes: 6 Dinner Fork, 6 Dinner Spoons And 6 Dinner Teaspoons) 2 415.00 830.00 237 Piece Plate Rack (stainless Steel; Size: 30cmx22.8cmx12.9cm) 3 492.00 1,476.00 238 Dozen Plates (12 Piece Plates 8-inch Melamine White) 6 700.00 4,200.00 239 Piece Pot Holder, Basahan Bilog 6 Inches Diameter 12 15.00 180.00 240 Piece Potato Masher With Soft Grip Handle (stainless Steel) 9.5x27x8cm 2 357.00 714.00 241 Piece Pressure Cooker 3.5 Liter 2 1,200.00 2,400.00 242 Piece Red Cutting Board (raw Meat)25.5cmx34cm, Plastic 5 460.00 2,300.00 243 Piece Revolving Cake Stands (aluminum)12 Inches 5 850.00 4,250.00 244 Piece Rolling Pin Stainless Steel Pressing Stick Pizza Dough Non-stick Dough Roller, (29.5 Cm) 6 300.00 1,800.00 245 Piece Round Cake Molder 4, 6, 8 Inches Set 5 161.00 805.00 246 Piece Scraper(rubber) 30cm X11cmx6.8cm 5 130.00 650.00 247 Piece Serving Bread Tray (stainless Steel) 45cmx2.8cm 6 1,229.00 7,374.00 248 Piece Serving Spoon (heavy-duty Stainless Steel) Length: 22.5cm; Width: 6cm 24 102.00 2,448.00 249 Piece Siever, Small (stainless Steel) 14 Cm 3 188.00 564.00 250 Piece Skimmer, Fine (stainless Steel) 7.3cm X 5cm X 21.5cm 3 160.00 480.00 251 Piece Skimmers, Spider (stainless Steel) Handle: 14; Radius: 20 3 115.00 345.00 252 Set Small Plate / Saucers (ceramic With Size: 6 Inches And 6piece Per Set) 2 150.00 300.00 253 Piece Soup Cup Rack (2 Layered Rack; Size: 35 X 25 X 28cm) 3 899.00 2,697.00 254 Piece Soup Ladle, 12 Oz (stainless Steel And Wooden Handle: 15 X 51 Cm) 5 360.00 1,800.00 255 Piece Soup Ladle, 4 Oz (stainless Steel; Size: 7.5cm X 30 Cm) 5 124.00 620.00 256 Piece Soup Ladle, 6 Oz (stainless Steel; Size: 7.5cm X 30 Cm) 5 194.00 970.00 257 Piece Soup Ladle, 8 Oz (stainless Steel And Wooden Handle: 10 X 51 Cm) 5 290.00 1,450.00 258 Piece Spatula (silicon) 27.2 X 5.5 X 1.5cm 3 169.00 507.00 259 Piece Square Cake Molder 9, 11, 13 Inches Set 5 160.00 800.00 260 Set Stainless Icing Tip (set-12piece) Cake Decorating Kit Stainless. Icing Piping Nozzles Pastry Tips Cake. 10 499.00 4,990.00 261 Unit Steamer. 3 Layer Steamer 34cm Stainless Steel Cooking Pots Cookware Steam High Quality 2 6,499.00 12,998.00 262 Piece Stock Pot, Big (with Glass Cover; Size: 34.5 X 27.9 Cm X 16.6 Cm) 2 798.00 1,596.00 263 Piece Strainer, Chinois, Small (stainless Steel) 16cm Handle: 5.5inches 3 198.00 594.00 264 Piece Strainer, Medium, Fine (stainless Steel) Diameter:16cm; Length: 30.5cm; Depth: 5.9cm 3 180.00 540.00 265 Piece Strainer, Small, Fine (stainless Steel) Diameter:14cm; Length: 29cm; Depth: 5.5cm 3 160.00 480.00 266 Set Teacups (ceramic White; Capacity: 250ml) (6piece. /set) 2 400.00 800.00 267 Piece Tenderizer (pin Tenderizer) Stainless Steel Diameter: 5cm, Height: 19cm 3 119.00 357.00 268 Piece Tenderizer Mallet. (tenderizer) Stainless Steel 12.6 Inches X 11.5x4cm 3 240.00 720.00 269 Piece Tongs (stainless Steel) 12 Inches 4 179.00 716.00 270 Piece Tongs (stainless Steel) 9 Inches 4 110.00 440.00 271 Piece Turner (stainless) Dimension: 34.5 X 9.8 X 4.4 Cm 3 280.00 840.00 272 Piece Utility Tray (stainless Steel: Stain Resistant; Size: 45cm X 35cm X 4.8cm) 12 189.00 2,268.00 273 Piece Weighing Scale Digital. Display Mode: Led/lcd+light . Weighing Range :40kg. Accuracy: 2g. Product Size: 35x33x14cm 3 Lcd Display On The Operator’s Side Of The Scale As Well As 3 Lcd Display On The Customer’s Side. Minimum Capacity Is 2g. Maximum Capacity Is 40kg Power Source: Built In Rechargeable Battery With Usb Cable Battery Powered Or Connect Usb Cable. Battery Powered Or Connect Usb Cable To Use Weight Platform/tray Material Is Stainless Steel. 1 5,000.00 5,000.00 274 Piece White Cutting Board (for Bread And Pastry) 25.5cmx34cm, Plastic 5 460.00 2,300.00 275 Piece Wire Skimmer, Small (stainless Steel) Handle: 14; Radius: 14 3 105.00 315.00 276 Piece Wire Whisk - Length: 30 Cm (12 ") Material Stainless Steel 4 320.00 1,280.00 277 Piece Wire Whisk, Heavy Duty (stainless Steel+plastic Handle; 14 Inches) 4 258.00 1,032.00 278 Piece Wire Whisk, Medium (stainless Steel+plastic Handle; 10.2 Inches) 4 189.00 756.00 279 Piece Wok, Medium (nonstick Carbon Steel; Size: 36cm) 1 401.00 401.00 280 Piece Wok, Small (nonstick Carbon Steel; Size: 32cm) 4 389.00 1,556.00 281 Piece Wooden Spatula 9cm Sandok, 34 Cm Long 4 65.00 260.00 282 Piece Wooden Spoon (made With Beech Wood 10cm X 34cm X 2cm) 6 244.00 1,464.00 283 Piece Wooden Turner, Wooden Sandok Kitchen Spatula Spoon Turner Cooking, 3" Width Of Sandok, 10" Long 4 65.00 260.00 284 Piece Yellow Cutting Board (cooked Meat) 25.5cmx34cm, Plastic 5 460.00 2,300.00 285 Piece Zester (stainless Steel) Length: 30cm/11.81 Inches 3 268.00 804.00 286 Set 4 Inflatable Tools/ Speech Therapy Tools Package, Blowing Flute/pin Wheel Whistle, Made Of Plastic 20 150.00 3,000.00 287 Set Adl Board - 6 Colors, 6 Different Dressing Skills Training. A Quiet Skill Book Made Of Cardboard And Non- Woven Fabric. Suitable For Children 2-7 Years Old. Package Dimensions: 11.73 X 9.76 X 2.28 Inches Item Weight: 1.28 Pounds" 10 700.00 7,000.00 288 Unit Balance Board- Balance Board Type: Rocker Board Dimensions: 32.28 X 11.81 X 0.59 Inches Weight Capacity: 100 Kg Material: Beech Wood Anti-skid Feature: Not Specified 3 3,700.00 11,100.00 289 Set Balance Steppingstone/balancing Coordination Obstacle Course Therapy (specs: Good For 20-40kls, Assorted Color) 1 3,000.00 3,000.00 290 Piece Core Peak Bolsters- An All-purpose Positioning Aid • Provides Support Under The Legs, Arms, Feet, And Other Areas Of The Body. Fits Standard Treatment Tables • 18" In Length With At Least 6" In Diameter. 2 9,006.00 18,012.00 291 Set Dry Erase Sleeves. Reusable Dry Erase Pockets. Colors: Blue, Pink, Yellow, Red, Green, Purple. Size: 25.5*35.5cm(1piece). Quantity: 12piece Package Including: 6 X Dry Erase Pockets 6 Pens 10 796.00 7,960.00 292 Unit Electrical Stimulator. Multiple Mode Electrical Stimulator-1 Second Measuring Time. 3 Color Backlight Fever Reminders Auto Shut Off At 18 Seconds Store 50 Sets Of Data. Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f. At Least 1 Year Warranty With After Sales Service 2 9,884.00 19,768.00 293 Unit Exercise Steps-aerobic Step Board 69 X 28 X 15cm. Dimension: 69 X 28 X 15cm Length: 27" Width: 10.5" Adjustable Height Up To 10cm To 15cm. Offers A Secure, Nonslip Surface For Your Workout Routine, Nonskid, Feet Provide Stability & Protect Floors. 5 1,934.00 9,670.00 294 Piece Foot Reflexology Machine Power Source:220 – 240v; Power Consumption: 50w; Dimensions (l X W X H) :410mm X 390mm X261mm At Least 1 Year Warranty With After Sales Service 2 25,000.00 50,000.00 295 Piece Gait Belt-1x Transfer Gait Belt Measurement Length: 60 Inches, Width: 2 Inches 3 1,458.00 4,374.00 296 Packs Ice Massage Caps- Size: 2 Count (pack Of 1) Measuring 2.9” In Diameter, The Ice Cup Massager Holder Also Fits Comfortably In The Hand. Material: Polyethylene 10 700.00 7,000.00 297 Piece Interlocking Rubber Mat-size 1x1 Meter X 25 Mm Color Red, Hardness: 55 To 60 Shore, High Density 38 1,750.00 66,500.00 298 Piece Kinesiology Tape-ultra-strong And Sticky-hypoallergenic Adhesive Water Resistant. 97% Cotton, 3% Nylon. 180% Stretch For Full Range Of Motion Latex And Zinc Free Sticks 2-7 Days 5-10 Applications Per Roll Each Is 2""x 16.4"" (5cmx5cm) 10 2,100.00 21,000.00 299 Set Medicine Ball, Set Contains 6lb, 8lb, 10lb, And 15lb Medicine Balls. Medicine Ball Exercise Ball Workout Dumbbell Set Slam Ball 1 4,000.00 4,000.00 300 Piece Mobilization Belts And Devices- Size 8 Feet Specific Uses For Product. Use For Legs, Hips, Arms, Back, Whole Body - High-quality Nylon Mobilization Belt Features A Plastic Side-release Buckle And Is Designed For Durability And Patient Safety. 3 2,850.00 8,550.00 301 Unit Paraffin Bath- Large Opening Design: Inner Pot Allows For Hands, Feet, And Elbows To Be Dipped Into The Melted Wax. Alloy Heating Pot Melts Paraffin Wax Blocks In 0.5 Hours. Adjustable Heating Ranges From 86-158°f. Timer: Settable From 1 To 99 Minutes. Free Installation At Least 1 Year Warranty With After Sales Service 1 32,340.00 32,340.00 302 Piece Pool Noodles 60 Inch 2 300.00 600.00 303 Piece Pull Buoy Swim Training Leg Float 2 600.00 1,200.00 304 Piece Quad Cane -stable Structure, Material: Stainless Steel, Abs Non-slip Handle, Ergonomic Design, Comfortable Grip. Spring Button For Easy Height Adjustment. Firm Lock Hoop To Stabilize The Body. 2 2,740.00 5,480.00 305 Set Reflex Hammer-features: Pointed Babinski-style Tip Zinc Alloy Comfortable Handle Grip Control, Hammer For High Elastic Pvc Rubber Material: Zinc Alloy + Pvc; Color: Black Package Size: 27*11*3.5cm/10.6*4.3*1.3-inch Package Weight: 140g/4.9oz. 1 8,100.00 8,100.00 306 Piece Rocker Boards. Dimensions: 28 X 28 Inches, 7 Inches Height; Materials: European Birch Plywood, Water-based Finish With Slip-resistant Rug; Hold Up To 85 Kilos. 5 9,900.00 49,500.00 307 Piece Round Bolsters-weight:0-0.5 Kg Shape: Column, Feature: Memory, Filling: Microfiber Material:100% Fiber, Size:8" X 36", Color: White Ideal For Hugging, Cylindrical Pillow, Great For Side Sleepers. 2 1,760.00 3,520.00 308 Set Rubber Mat (specs: 30x30cm,36 Piece.) 2 500.00 1,000.00 309 Piece Scooter Boards. 12" X 12" Heavy Duty Plastic Board, Non-marring Double Ball-bearing Swivel Casters And Molded Plastic Built-in Handles On Each Side, Holds Up To 150 Lbs. 2 24,990.00 49,980.00 310 Piece Sensory Cushion: Circular Shape, Rubberized. Size: 35cm X 5.5cm. Free Air Pump Pin, (red, Blue, Violet, Ot Pink) Tactile For Balance And Motor Coordination Fidget Massage Yoga Training Exercise 2 1,100.00 2,200.00 311 Set Sensory Floor Tiles 6pc Sensory Stimulation Walk Crawl Massage (specs: Rubber 1ft X 1ft Per Tile, Assorted Color) 2 2,000.00 4,000.00 312 Piece Slant Board. 12" X 16”, Adjustable Angles (20 To 32 Degrees), With Heavy-duty Metal Clip 5 4,500.00 22,500.00 313 Set Splinting Materials- Rescue Padded Board Splint. 6 Paddes Wood Splint (different Sizes) Sizes: 35"", 25"" And 15". Velcro Straps Color: Blue. 10 4,200.00 42,000.00 314 Set Stationary Bike. Spin Bike Exercise Bike Fitness Home Equipment Spinning Bike Fitness Bike. With Digital Information, Free Installation. Stationary Bike-flywheel Resistance Is 18 Kg./20kg. Maximum Bearing Capacity 300 Kg. 6 49,990.00 299,940.00 315 Unit Step Stools- Step Stools Double Steel Caravan Step. Rubber Non- Slip Steps. Leg Distance Front To Back 65 Cm. Width 42 Cm. Top Step Height 38 Cm. Bottom Step 20 Cm. 2 3,600.00 7,200.00 316 Set Theraband -4 Resistance Levels, Including Yellow, Red, Green, And Blue Supplied In Lay Flat Length Of 8", 12" And 18" Latex Rubber Weight Level: Yellow: 3 Lbs-4.3 Lbs Red: 3.7 Lbs-5.5 Lbs Green: 4.6 Lbs-6.7 Lbs Blue: 5.8 Lbs-8.6 Lbs 3 10,100.00 30,300.00 317 Unit Therapist Stools On Wheels-adjustable Height Of 19 - 24". It Comes With A 3" Hi-density Cushion With Multi-layered Padding, And A 14" Seat Diameter. Built With 5 Casters Made Of Plastic Easy To Clean. Color: Black 2 4,950.00 9,900.00 318 Piece Therapy Putty. Set Of Four Colors. Finger Training Putty Like Squeeze, Pinch, Stretch And Twist. Decompression Toy Mud Grip Hand Strengthening Exercise 8 Grams Putty, 4.5cmx7cm Plastic Container 40 300.00 12,000.00 319 Set Trampoline With Handrails 40-inch Jumping Surface Area, Handrail Adjusts From 28.5"" To 36.5""h 16lbs. Holds Up To 300 Lbs At Least 1 Year Warranty With After Sales Service 2 11,580.00 23,160.00 320 Set Treadmill. Heavy Duty Electric 139cm Long Portable Treadmill With Digital Indicators Like Timer And Speed Selector. Free Installation. At Least 1 Year Warranty With After Sales Service 4 49,950.00 199,800.00 321 Unit Tumble Barrels-inside Diameter: 18"-24”, Outside Diameter: 24", Weight: 250lbs. (free Installation) At Least 1 Year Warranty With After Sales Service 1 40,695.00 40,695.00 322 Set Vestibular Balls- (3 Pieces) Material: Synthetic Material Size: 55.0 / 65.0 / 75.0 Cm. Weight: 1100.0 / 1400.0 / 1700.0 G. Color: Violet / Blue / Black 1 6,460.00 6,460.00 323 Piece Vestibular Ball-size 45-90 Cm Pvc Material, Anti-burst And Non-slip Bearing 200 Kg., Color Blue, Weight 900 G. 2 800.00 1,600.00 324 Piece Wedge Bolsters- A Firm And Breathable Bed Wedge Pillow Stays Cool, And Its Measurements Are 25″l X 25″w X 12″h Inches. / Breathable & Washable Cover / Designed To Provide Higher Body Support. 2 6,998.00 13,996.00 325 Piece Weighted Vest. Breathable Cotton Denim; Removable ¼-pound Weights; Chest 28"-30", Shoulder-to-waist 16", Includes 8 Weights (¼ Lb Each) 5 3,500.00 17,500.00 326 Piece Wheelchair Sports. Materials: Lightweight Aluminum Frame: Pneumatic Wheels; Padded Seat; Built-in Back Wheel Casters For Stability; Wheelchair Width Including Wheels: 62cm Wheelchair Seat Width: 38cm; Wheel Diameter: 60cm; Seat Depth: 36cm; Backrest Height: 28cm; Weight Capacity: 100kg 9 40,000.00 360,000.00 327 Piece Wheelchair Standard Heavy Duty Foldable (spes: Folded Dimension:95x86x29cm; Seat Width:49cm; Aluminum Footrest, Fixed Arm Rest And Leg Rest, Front 8" Pvc Castor Wheels, Rear 24" Pu Spoke Wheels) 10 6,000.00 60,000.00 328 Piece Wheelchair- Front Wheel Size: 6 Inches Net Weight Of All Aluminum Alloy Frame: 11kg, Net Weight: 11kg Expanded Size: (82x58x87 In Cm), Seat Depth: 38cm Rear Wheel Size: 16 Inches, Back Height: 42cm, Seat Width: 45cm Folded Size:(70x25x72 In Cm), Handrail Spacing: 55cm 3 7,000.00 21,000.00 329 Piece Wiggle Cushion (inflatable) With Hand Pump. Diameter 10.75" / 27 Cm, One Side Features Flexible Nubs, Other Has Smaller Bumps. 5 1,500.00 7,500.00 330 Set Wooden Hammering Ball (specs: 4 Balls Red,blue,green,yellow; 1 Hammer; 1 Bench) 5 300.00 1,500.00 331 Piece Aqua Dumbbells Large (6"x12.5") Thickness:4" 2 500.00 1,000.00 332 Piece Aqua Dumbbells Medium (6"x10.5") Thickness:3" 2 500.00 1,000.00 333 Piece Aqua Dumbbells Small (6"x8") Thickness:2" 2 500.00 1,000.00 334 Set Dumbbells Sets- Weight: 37kg With Rack Type: Medical Rehabilitation Equipment, Total 18 Dumbbells 1 Lb / Piece, 2 Pieces 2 Lbs / Piece, 4 Pieces 3 Lbs / Piece, 4 Pieces 4 Lbs / Piece, 4 Pieces 5 Lbs / Piece, 4 Pieces 1 25,000.00 25,000.00 335 Unit Augmentative Communication Systems. Package Dimensions 9.13 X 3.03 X 1.1 Inches Batteries 2 Aaa Batteries Required. (included) Preprogrammed Commands Wide Variety- Travel Bag- Aac Device 10 3,702.00 37,020.00 336 Unit Call Lights. Receiver Working Voltage: 110-260v Transmitter Battery: 12v 23a Alkaline Battery Working Distance: 1000 Feet In Open Area. 3 Receivers, 2 Transmitters. 2 X Double-sided Tape. 1 X User Manual. 2 X 12v 23a Batteries. 10 1,536.00 15,360.00 337 Piece Chewy Tubes Are Innovative Oral Motor Devices Designed To Provide A Resilient, Nonfood, Chewable Surface For Practicing Biting And Chewing Skills. Material: Thermos Elastic Polymer, 8cm Long Hollow Stem And 6cm Wide Top 50 200.00 10,000.00 338 Box Wooden Tongue Depressor Sterile (sure-guard). Disposable (lxw) 120-160mmx14-18mm, Thickness:1.8-2.2mm, Singleuse,nonsterile 10 200.00 2,000.00 339 Unit Blood Pressure-blood Pressure Monitor Type: Upper-arm Monitor Type: Digital Cuff Size: 32cm Dimension (w X H X D): 145 X 466 X 145mm Weight: 250g Power Supply: Battery Type: Li-polymer Smart App Availability: Yes Automatic Shut Off: 1 6,560.00 6,560.00 340 Unit Stethoscope: Dual Tube Stethoscope Weight: 185g, Length: 80cm Product Material: Polymer Diaphragm, Listener Material: High-density Stainless Steel Product Composition: Ear Tip, Ear Hooks, Leaf Spring, Hose Heads, Diaphragms 1 1,380.00 1,380.00 341 Piece Thermometer- Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f. Material: Abs Plastic. Accuracy: (+/-)0.2°c. Auto-shutdown Time: About 18s Power Supply: 2 * 1.5v Aaa Batteries 1 Year Warranty 5 1,600.00 8,000.00 342 Piece Braille Contraction Pamphlet. Unified Contraction Pamphlet 4"x6". 25 600.00 15,000.00 343 Piece Braille Slate. 27 Lines, 30 Cells Per Row, Black 25 1,000.00 25,000.00 344 Piece Braille Stylus. Round Or Y Shape 25 200.00 5,000.00 345 Set Chess Board For Blind. Plastic Pieces With Special Markings, Board With Pattern To Distinguish White And Black Squares With Slots To Hold The Pieces. At Least 12"x24" Plastic Board. 4 5,000.00 20,000.00 346 Set Communication Boards. Measures 9"x7.5". Binder Comes With 5 Different Colorful 10 Mil Poly Dividers, 3 Hard Strips (hook) Attached On Each Side To Hold 30 Cards. Each Card Measures 1.5 X 1.5. Inch Mounted With 1/2-inch Soft Dot (loop), And Round Corner Cut. 10 6,172.00 61,720.00 347 Piece Contraction Pamphlet. Nemeth Code. 4"x6". 25 600.00 15,000.00 348 Piece Cranmer Abacus 25 650.00 16,250.00 349 Box Fidgets. Contain A Variety Of Quiet Devices That You Can Roll, Pop, Zip, And Squeeze 5 1,800.00 9,000.00 350 Set Geometric Measurement. Set Of Protractor, Ruler And Triangles Made Of Plastic With Embossed Marking For The Blind, Standard Size. 15 1,000.00 15,000.00 351 Set Goniometers- Protractor Goniometer With 360 Degrees Coverage To Measure Joint And Compare The Changes In Joint Angles Material: Clear Plastic 3 Goniometer: 12-inch, 8 Inch And 6 Inches 2 600.00 1,200.00 352 Piece Hand Dynamometer - Hand Dynamometer Type: Electronic Counting Gripper Function: Comprehensive Fitness Exercise Material: Abs Size: 15cm/5.90""x10.5cm/4.13""x2cm/0.79"" 1 1,900.00 1,900.00 353 Set Jaw Exercisers, Reusable Speech Therapy Tools- Color: Red, Packing Single Loaded, Function: Teether, Material: Silicone, Shape: Tube, Material Feature: Bpa Free, Item Code: 759057460, Category: Soothers & Teethers 10 650.00 6,500.00 354 Set Jaw Grading Bite Blocks- Color: Purple, Brand: Talktools, Item Weight: 0.16 Kilograms, Shape: Teething Block 20 350.00 7,000.00 355 Unit Pediatric Walker - 360-degree Swivel Front Casters For Versatile And Flexible Mobility. Total Height: 75-90cm Side Wheel Width: 70cm. Front And Rear Track Width: 75cm. Left And Right Wheel Track: 40cm Suitable Height: 85-120cm. Weight: About 12kg 2 17,998.00 35,996.00 356 Piece Pediatric Walker- Height-adjustable Frame Sizes. 360-degree Swivel Front Casters For Versatile And Flexible Mobility. Foot-operating Locking Mechanism On Front Casters. Rubber Tire Design 3 13,200.00 39,600.00 357 Set Phonics Phones. Specifications - Each Pack Includes Two Durable Whisper Phones, One In Vibrant Blue And One In Eye-catching Red. 10 536.00 5,360.00 358 Set Scrabble Board For Blind. Made Of Plastic With Special Markings On Tiles And Board. At Least 18"x18" Board. 5 4,000.00 20,000.00 359 Piece Small Silicone Food Tongs/tweezer For Kids (specs: 5-6 Inches Long, Assorted Color, Silicone Or Plastic) 10 100.00 1,000.00 360 Piece Walking Cane-adjustable Aluminum Cane With Wooden Handle, Anodized Finish, And Rubber Tip. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 2 1,320.00 2,640.00 361 Piece White Cane For Adults- Foldable Aluminum With White Anodized Finish And Plastic Tip. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 20 1,500.00 30,000.00 362 Set Articulation Cards. Genre: Children's Learning & Education Sub-genre: Society & Culture Label: Scholastic Teaching Resources Language: English Publisher: Scholastic Teaching Resources 10 3,913.00 39,130.00 363 Set Basic Vocabulary Board. Each Unit Comes With: Flashcards Smash Mat Trace And Color Cut And Glue Flipbook Black And White Versions Of All Activities 10 10,150.00 101,500.00 364 Piece Building Block Set With 96 Pegs In Board For Color Recognition Sorting & Counting. Assembled Product Dimensions (l X W X H) 0.72 X 0.49 X 0.39 Feet. Width-0.49 Ft 5 2,000.00 10,000.00 365 Set Busy Board Sensory Toys For Learning Fine Motor Skills (specs:1ftx1ft : Book-type With Different Fine Motor Activities: Felt Paper, Plastic And Cloth Materials) 3 800.00 2,400.00 366 Set Dolch Basic Sight Words. (bitay Max). Printed On White Tarpaulin 2 Ftx 3 Ft Binded With Two Wooden Sticks. With String (sabitan). Words At Least 2" Height Black, Arial Font Style. 10 1,500.00 15,000.00 367 Set Felt Large Story Board (specs: 2ft X 3ft, Thick Felt Material With Felt Piece Such As Vehicles, Planets For Story Telling) 2 1,000.00 2,000.00 368 Flash Card. Picture And Words Laminated In Thick Plastic Wrapper. New Design Phonics Flashcards Cvc Short Vowel Sounds Word List With Pictures Jumbo Size 14 350.00 4,900.00 369 Piece Kids Play Tunnel (specs Made Of Polyester Cloth Collapsible) 3 1,000.00 3,000.00 370 Set Plastic Puzzle Blocks- Mixed Sized -250 Piece -23x15x10 Cm 260 Piece. -22.2x16.8x10.3 Cm; 520 Piece., 22.2x16.8x16.3 Cm 2 700.00 1,400.00 371 Set Toy Blocks. 160piece Waffle Blocks House Building Blocks Educational Toys For 4 Years Old Kids. 2.16"x2.16" Multi-colored Plastic Blocks. Non-toxic And Odorless. 9 500.00 4,500.00 372 Set Wind Up Toys. Category: Clockwork Engineering Road Roller Material: Plastic, Size: 9.9*6.5*5.3(cm) Color: Three-color Random Hair, Ages: 3+ 10 440.00 4,400.00 373 Set Wooden Building Blocks (specs: 2x3x1 Inches, Assorted Shapes, And Colors: 10-15 Piece) 2 1,000.00 2,000.00 374 Set The Wooden Castle Made Of Colorful Blocks On Carpet In The Playroom. Size Max 6720x4480px • 56.9cm X 37.9cm 5 3,000.00 15,000.00 375 Set Wordless Picture Books. A Wordless Book About Dealing With Big Emotions Like Fear, Grief, Loss, Sadness, And Anger Hardcover | 36 Pages Product Dimension: Approx. W1cm X L22.2cm X H22.2cm Product Weight: Approx. .28kg 20 1,998.00 39,960.00 376 Piece 7kg Hand Carry Luggage Travel Bag. 360 Universal Wheels. Divided Internal Space. 57 Liters Capacity. 40 X 57 X25 Cm Dimension. 3 3,500.00 10,500.00 377 Pack Clothes Pin (laundry Clothes Pins Spring Clips 24 Piece Plastic ) 5 150.00 750.00 378 Piece Comb (1 Dozen Suklay 3-hole X Sz-28 Big) 20 90.00 1,800.00 379 Piece Dipper (plastic Dipper L 11" X W 36"x H 41" 8 150.00 1,200.00 380 Piece Disposal Bins (trash Bins 75 L) 3 2,000.00 6,000.00 381 Piece Dressing Mirror (whole Body Mirror With 4 Wheels Height 5ft. Width 14 Inches) 1 1,500.00 1,500.00 382 Piece Drying Rack (78cmx46cmx185cm) 2 2,500.00 5,000.00 383 Piece Dust Catcher With Broom (2n1 Broom Dustpan Set Windproof Floor Sweeper With Broom) 10 170.00 1,700.00 384 Piece Feather Duster (soft Magic Feather Duster Long Size And Colorful Colors (plastic) 10 150.00 1,500.00 385 Piece First Aid Cabinet, Plastic Box 30cmx12cmx30co With Transparent Cover (free Installation) 2 1,500.00 3,000.00 386 Piece Flat Iron (non-stick Teflon Sole Plate Spray Function Ht &width 251x170x120mm) 3 1,500.00 4,500.00 387 Piece Floor Mop (magic Spin Mop With Bucket 360° Rotating Floor Cleaning Plastic Liner) 10 1,000.00 10,000.00 388 Piece Hair Razor (twin Blade Disposable Razors) 100 30.00 3,000.00 389 Dozen Hangers (12 Piece. Plastic Hanger) 2 300.00 600.00 390 Set Housekeeping Cart. Multi-functional Movable Cleaning Cart Housekeeping Property Cleaning Tool Cart Special Trolley. Standard For Housekeeping Work. 2 5,000.00 10,000.00 391 Piece Ironing Board (ironing Board With Stand Portable 43"iron Board (70cm To 86 Cm) 3 1,300.00 3,900.00 392 Set Laundry Bag Set (4 Piece/set Laundry Washing Bag- 1 Pc M(30cmx40cm) 1pc L (40cmx50cm) 1pc Xl (50x60 Cm) 5 150.00 750.00 393 Piece Nail Clipper (stainless Nail Clippers H-8 Cm Wt-0.046 Kg) 20 100.00 2,000.00 394 Set Nail File (12-piece Red Nail File (medium) 20 50.00 1,000.00 395 Piece Non-slip Doormat 75x45 Cm Rubber 18 500.00 9,000.00 396 Piece Pail (utility Pail With Metal Handle 10l/26x27 Cm) 7 300.00 2,100.00 397 Set Shopping Cart Utility Cart Trolley Grocery Cart For Warehouse Garden Supermarket 2 6,000.00 12,000.00 398 Piece Sponge (high Density Double-sided Dishwashing 7x10x3 Cm) 20 30.00 600.00 399 Piece Spray Bottle (garden Sprayer Capacity: 500ml) 10 170.00 1,700.00 400 Piece Trash Can (with Plastic Swing Lid L-27 Cm, W- 17.5cm, H- 40.5 Cm) 8 260.00 2,080.00 401 Piece Wash Basin (laundry Basin 23-inch, Aluminum Made) 3 300.00 900.00 402 Piece Adaptive Swim Life Jacket For Disabled Keeps The User’s Face Out Of The Water Stops The Tension Of The Neck, Upright Position Back Support, Therapist Hands Free, No Latex Double Harness Distributes Tension’s Adjustment. Possibility To Add The Harness Pad (or “cuissard” In French) 2 11,000.00 22,000.00 403 Piece Bed Foam (for Single Bed, 3 Inches Thick) 1 3,500.00 3,500.00 404 Piece Bed Sheets- Material: Cotton+polyester, Packaging Content: 2-piece Pillowcase, 1 Pc Fitted Sheet, Single Size:36"*75"+7.8", Pillowcase Sice: 18'*28", Gartered Corners 10 2,000.00 20,000.00 405 Piece Bedsheets (cotton Full Gartered 3n1 Bed Sheets, L-60in Ww-75in (for Single Bed Size) 10 300.00 3,000.00 406 Piece Blanket (cotton Full Gartered 3n1 Bed Sheets, L-60in Ww-75in (for Single Bed Size) 10 300.00 3,000.00 407 Piece Blankets- Length: 160 Cm White Sheet Soft Texture, High Quality Fabric Size: 52 X 90 Inch 20 450.00 9,000.00 408 Piece Cervical Pillow. Memory Foam Pillows Contour Memory Foam Pillow For Neck Pain Relief, Orthopedic Neck Bed Pillow For Side Sleepers Back And Stomach With Pillowcase, Removable, Washable 2 2,000.00 4,000.00 409 Set Dish Towels (10 Pc. Per Set 25 Cm X 25 Cm Microfiber Super Absorbent) 20 1,000.00 20,000.00 410 Piece Dri-fit T-shirt, Color White For Sublimation Printing, Size: Extra Large 150 150.00 22,500.00 411 Piece Dri-fit T-shirt, Color White For Sublimation Printing, Size: Extra Small 150 150.00 22,500.00 412 Piece Dri-fit T-shirt, Color White For Sublimation Printing, Size: Large 200 150.00 30,000.00 413 Piece Dri-fit T-shirt, Color White For Sublimation Printing, Size: Medium 200 150.00 30,000.00 414 Piece Dri-fit T-shirt, Color White For Sublimation, Size: Small 150 150.00 22,500.00 415 Piece Face Towel (basic Face Towel - Free Size) 20 100.00 2,000.00 416 Piece Foam Rolls- Material: Expanded Polypropylene Foam Item Weight: 0.42 Pounds, Size: 18 Inches X 8ft. 5 4,000.00 20,000.00 417 Piece Foam. Size:36"x75"; Materials: Polycotton; Thickness: 6" 10 7,000.00 70,000.00 418 Piece Life Jackets For Kids’ Premium Neoprene Safety Life Jacket 5 600.00 3,000.00 419 Pair Pediatric Examination Gowns- Assorted For Kids And Adult Pediatric Examination Gowns Opening: Full Open Back. Style: Child Size Color: Jellybean Print. Made With High Quality, 100% Cotton Comfortable, Durable, Washable, And Reusable Hook And Loop Closures At Neck And Mid-back. 10 700.00 7,000.00 420 Piece Pillowcase- Length: 50 Cm (20 ") Pillowcase Quantity: 1 Piece Width: 80 Cm (31 ") 100 % Polyester 20 180.00 3,600.00 421 Piece Pillows- Pillows, Plain White, Soft Pillow, Size:18x28 Inches 10 900.00 9,000.00 422 Piece Socks (cotton Socks Unisex High Street Socks Sixe:38-44) 5 100.00 500.00 423 Piece Towels- Material: High Quality 100% Cotton Terry. 500gm2. Size: 90 X 180cm. 20 300.00 6,000.00 424 Piece Wash Rags (round Rags) 20 30.00 600.00 425 Piece Welding Gloves 3 500.00 1,500.00 426 Piece Welding Hood Cape (standard Size) 3 500.00 1,500.00 427 Piece Welding Protective Suite (genuine Whole Leader Welding Apron) 3 2,362.00 7,086.00 428 Set Doll Mannequin Kid: Female Material: Plastic Age Group: Children- 3 To 6 Years Old Mannequin Type : Full Body Base : Glass Base Style : Stand Size:height:107cm.shoulder-29cm.chest:57cm, Waist 53cm Packing: Wrapped 1pc/carton Color: Skin Tone Color 2 4,000.00 8,000.00 429 Set Doll Mannequin Kid: Male Material: Plastic Age Group: Children- 3 To 6 Years Old Mannequin Type : Full Body Base : Glass Base Style : Stand Size:height:107cm.shoulder-29cm.chest:57cm, Waist 53cm Packing: Wrapped 1pc/carton Color: Skin Tone Color 2 4,000.00 8,000.00 430 Set Doll Mannequin. Plastic Whole Body With Stand Decor Body Dress Full Body Display Female Height:185cm 2 5,000.00 10,000.00 431 Set Doll Mannequin. Plastic Whole Body With Stand Decor Body Dress Full Body Display Male Height:185cm 2 5,000.00 10,000.00 432 Piece Povidine-iodine 120ml (antiseptic Wound Solution) 5 250.00 1,250.00 433 Piece Deodorant (roll On 50 Ml Bottle) 5 200.00 1,000.00 434 Pack Detergent Powder 3kgs 5 500.00 2,500.00 435 Pack Feminine Napkin (silk Floss 12 Piece) 10 50.00 500.00 436 Piece Gauze Bandage (sterile Gauze Bandage 3x10 Per Box) 2 300.00 600.00 437 Gal. Liquid Soap, Paraben-free, Sulfate-free, Anti-aging, Anti-bacterial, Moisturizing, 1 Gallon 5 500.00 2,500.00 438 Piece Chlorine Tablet For Swimming Pool, Pack Of 300-piece 3-inch Tablet Adjustable Chlorine Dispenser 8 Inch In Combination With Mont Package Included:1*chlorine Dispenser +300 Piece Cleaning Tablet 20 500.00 10,000.00 439 Piece Table Napkin (2 Ply 40s Sheets Folded) 10 50.00 500.00 440 Roll Artificial Grass. 2mx25m Simulation Lawn Carpet Grass Garden Outdoor Rug Synthetic Thick Lawn 30mm Thick 4 20,000.00 80,000.00 441 Piece Fire Extinguisher 3lbs Abc Dry Chemical Refillable (free Installation) 4 3,000.00 12,000.00 442 Piece Artist Stool With Wheels (stainless Steel Stool Bar) 2 1,991.00 3,982.00 443 Piece Artist Taboret (35 ½" H X 17 ½" W X 14 ½" D+9/cm X 44cm X 37 Cm) 1 24,728.00 24,728.00 444 Piece Convertible Drawing And Drafting Table (manual Lift Dimension W-7.75 X D 24x H22" To 31.5") 3 8,400.00 25,200.00 445 Piece Drawing Lamp (metal Adjustable Arm Work Desk Lamp) 5 500.00 2,500.00 446 Piece Medicine Cabinet Large. Dimension: 29 X16.5x16 Cm 2 1,500.00 3,000.00 447 Piece Monoblock Chairs Color Green 200kg Capacity Size (39.5 Cmx86.5 Cmx39.5 Cm) 50 700.00 35,000.00 448 Piece Monoblock Chairs For Kids (specs: Color White, Dimension: Seat Height:212mm, Seat Width:256mm, Seat Depth:200mm) 15 300.00 4,500.00 449 Piece Multi-layer Wooden Bookshelf For Toddler (specs: 1m H X 1.5m W; Premium Cotton Canvass Material And Made Of Wood) 1 2,000.00 2,000.00 450 Piece Rectangular Table For Kids (specs: 77x55 Cm,color Red) 8 1,500.00 12,000.00 451 Piece Stack Rack (toy Origami Rack Shelves) 5 1,477.00 7,385.00 452 Piece Storage Box With Handle, Material: Plastic, Capacity: 20 L , Color: Transparent Clear( Lxwxh) 44x 31x22 29 300.00 8,700.00 453 Unit Treatment Table- Top Shelf With Guard Rail And Formica Material. Down Shelf, Material Plain Sheet. Mounted On 4 Swivel Caster Rubber Wheels 2″ With 2 Pieces Lock. Size: Lxwxh (28″x20″x34.5″), Painted White 1 17,400.00 17,400.00 454 Ream Art Paper (assorted Colors, 8.5"x11") 5 270.00 1,350.00 455 Piece Binder Clip 2" 200 20.00 4,000.00 456 Ream Bond Paper 13x8.5" Subs. 20 50 320.00 16,000.00 457 Ream Bond Paper A4 Subs. 20 50 300.00 15,000.00 458 Piece Clear Book, Long 8.5"x13", Color Violet 100 150.00 15,000.00 459 Piece Clip Board Long (specs: 23x35cm, Plastic Or Wooden) 30 200.00 6,000.00 460 Set Colored Pencils (colored Pencils 12/set) 5 190.00 950.00 461 Set Colored Pens (fine Line Colored Marker 24 Colors In Pvc Bag) 5 90.00 450.00 462 Piece Cork Bulletin Board (20x30cm Cork Board With Black Wooden Frame) 3 800.00 2,400.00 463 Set Crochet Hooks (100-piece Crochet Hook) 10 300.00 3,000.00 464 Roll Crochet Thread Hand Knitting, Crochet Single Color (blue) 5ply 50g 10 80.00 800.00 465 Roll Crochet Thread Hand Knitting, Crochet Single Color (green) 5ply 50g 10 80.00 800.00 466 Roll Crochet Thread Hand Knitting, Crochet Single Color (orange) 5ply 50g 10 80.00 800.00 467 Roll Crochet Thread Hand Knitting, Crochet Single Color (white) 5ply 50g 10 80.00 800.00 468 Roll Crochet Thread Hand Knitting, Crochet Single Color (yellow) 5ply 50g 10 80.00 800.00 469 Roll Crochet Thread Hand Knitting, Crochet Single Color (black) 5ply 50g 10 80.00 800.00 470 Roll Crochet Thread Hand Knitting, Crochet Single Color (red) 5ply 50g 10 80.00 800.00 471 Piece Cutter - Snap Off Blade Knife Blade, Refill 9 Mm 20 13.00 260.00 472 Set Double Deadbolt Door Lock Chassis: Stainless Steel Latch Or Bolt: Stainless Steel Cylinder Housing: Steel Backset: 60mm Or 70mm Door Thickness: 35-50 Mm For Essential Double Lock - Use Keys To Open/lock With 3 Keys 25 1,500.00 37,500.00 473 Piece Easel For Painting (wooden Easel Stand For Painting 1.75m Complimentary Screws Firm And Strong) 5 454.00 2,270.00 474 Set Envelop Long Brown (100 Piece) 8.5"x13" 310 300.00 93,000.00 475 Piece Expanded Envelope, Long Color Brown 100 60.00 6,000.00 476 Piece File Folders. (black Or White) Model: Minimum Of 100 Pages Capacity Size: 310*235mm, Suitable For School And Office Supply 20 500.00 10,000.00 477 Piece Glue Gun. 3.6v Cordless Hot Melt Glue Gun Rechargeable Fast Glue Gun Kit With 20-piece Glue Stick Automatic-power-off 15 1,600.00 24,000.00 478 Box Jumbo Crayons (pack Of 8) 160 200.00 32,000.00 479 Piece Knitting Needles (2 Piece/set (35cm) Knitting Sweater Stick Needle Bamboo Sweater Needle Knitting Scarf Tool) 5 200.00 1,000.00 480 Pack Laminating Pouches Long 13", 250 Micron, 100 Pouches Size: 222mmx337mm 7 2,000.00 14,000.00 481 Unit Learners'/clients' Chart Materials- A4 Size 8-1/4 X 11-3/4 Inches Or 210 X 297 Mm Or 29.7 X 21 Cm Laminated Full Color High Quality Print Photopaper 20 80.00 1,600.00 482 Piece Magnetic Aluminum Whiteboard (specs:35x50cm) 5 300.00 1,500.00 483 Piece Meter Stick, 100cm Stainless Steel Ruler 5 500.00 2,500.00 484 Gal. Multi-purpose White Glue 1 Gal. 5 1,000.00 5,000.00 485 Box Paper Clips (vinyl Coated Assorted Size By 100piece) 40 250.00 10,000.00 486 Piece Paper Tray (specs: 5layer, Long Bond Paper Rack,39x28x7cm) 3 500.00 1,500.00 487 Piece Pencil No. 2 400 10.00 4,000.00 488 Piece Pencil Sharpener Heavy Duty (item Dimension: Stainless Steel Body, 11.5x6.5x6.5) 11 500.00 5,500.00 489 Piece Permanent Marker (specs: Black, Broad And Fine) 220 50.00 11,000.00 490 Pack Pvc Cards Sheets, 50 Sets (100 Pvc Films And 50 Pvc Cards) Size: 200mmx300mm 30 3,000.00 90,000.00 491 Piece Record Book. 8.5"x13" By 200 Pages 12 300.00 3,600.00 492 Piece Sand Eraser For Ink And Pencil E-330 300 15.00 4,500.00 493 Piece Scissors, 5" Blunted Scissors, Plastic Handle. 20 200.00 4,000.00 494 Set Sewing Thread (polyester 1000 M) Assorted Color 10 200.00 2,000.00 495 Piece Sign Pen (assorted Color, Number 0.5) 250 20.00 5,000.00 496 Unit Spiral Binding Machine F4 Size S40m 40 Holes Heavy Duty [long/legal], Binding Form: Spiral / Coil , Pitch: 4:1 Size: F4 / Long / Legal Maximum Punching: 15 Sheets (70gsm Paper) Per Manual Punch Maximum Binding Capacity: 450 Sheets (70 Gsm Paper) Adjustment Margins: 2.5, 4.5, 6.5mm Number Of Holes: 40 Holes , Hole Distance: 8.47mm Size Of Machine: 425x230x270mm , Net Weight: 5.5kg 1 7,000.00 7,000.00 497 Unit Stapler Heavy Duty (ds-425) 20 150.00 3,000.00 498 Piece Sublimation Coated White Mug 11oz Sublimation Printable (blank) 500 60.00 30,000.00 499 Piece Sublimation Plain Trucker Mesh Net Cap 200 60.00 12,000.00 500 Piece Tailor’s Scissors (10") Heavy Duty 5 1,500.00 7,500.00 501 Piece Tape Dispenser Size:1" 10 1,500.00 15,000.00 502 Piece Tape Measure (body Tape Measuring Ruler Tailoring) 5 50.00 250.00 503 Piece Watercolors (50 Color Solid Watercolors Tin Box (202'82'33mm) 5 441.00 2,205.00 504 Pack Whiteboard Marker, Black. 3piece Per Pack (refillable) 100 150.00 15,000.00 505 Piece Whiteboard Marker (specs: Blue, Red And Black, Fine) 170 70.00 11,900.00 506 Roll Yarn (yarn Hand Knitting And Crochet Single Color (blue) 5ply 50g 50 80.00 4,000.00 507 Roll Yarn (yarn Hand Knitting And Crochet Single Color (green) 5ply 50g 50 80.00 4,000.00 508 Roll Yarn (yarn Hand Knitting And Crochet Single Color (orange) 5ply 50g 50 80.00 4,000.00 509 Piece Yarn (yarn Hand Knitting And Crochet Single Color (red) 5ply 50g 50 80.00 4,000.00 510 Roll Yarn (yarn Hand Knitting And Crochet Single Color (white) 5ply 50g 50 80.00 4,000.00 511 Piece Yarn (yarn Hand Knitting And Crochet Single Color (yellow) 5ply 50g 50 80.00 4,000.00 512 Box Braille Paper. 11.5"x 8.5". 1000 Sheets 5 7,000.00 35,000.00 513 Box Braille Paper. White Fanfold Tractor-feed Braille Transcribing Paper: 11.5 X 11.5 Inches, 3-hole, And 19-hole Punch. Dimensions:10.1 × 11.5 × 5.4 Inches. 1000 Sheets 5 10,000.00 50,000.00 514 Box Swell-touch Paper 11 X 11.5-in- 100 Sheets 2 10,000.00 20,000.00 515 Piece Basketball, Standard Size 2 2,000.00 4,000.00 516 Set Bocce Balls, 100mm Diameter, 4 Balls Colored Red, 4 Balls Colored Green, With Palena Ball Color White. Set With Bag. 2 20,000.00 40,000.00 517 Piece Goalball, Standard Size, And Weight, Blue 2 20,000.00 40,000.00 Assistive Devices And Equipment Shall Be Provided With At Least 1 Year Warranty And After-sales Service. Delivery Terms: Within 30 Days Drop Off Points: General Santos City Sped Integrated School – Quezon Avenue, Brgy. West, Gsc (ilrc) Payment Terms: Payment To The Service Provider Shall Be Made Through Philippine Veterans Bank Lddap-ada / Mds. In The Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. ***nothing Follows*** Subtotal 7,049,507.00 Grand Total 7,338,507.00 2. Deped Sdo Of General Santos City, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above Procurement Project. 3. Bidding Will Be Conducted Through Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 12009, Otherwise Known As The “new Government Procurement Act” With The Following Eligibility Requirements: A. Valid And Updated Philgeps Certification (platinum) From The Sole Proprietorships, Partnerships, Corporations, Cooperatives And Persons/entities In The Form Of Joint Venture; B. Statement Of The Bidder Of All Its Ongoing Government And Private Contracts; C. Statement Of The Bidder’s Slcc Similar To The Procurement Project Which Is 50% Of The Abc Or A Combination Of Contacts: (i) At Least One (1) Similar Contract Amounting To At Least 25% Of The Abc And (ii) Other Contracts, Whether Similar Or Not, With An Aggregate Amount Of At Least 25% Of The Abc, Provided Their Total Value Is At Least 50% Of The Abc. D. The Bidder’s Computation Of Nfcc Which Is Equal To The Abc Or A Committed Line Of Credit From A Bank With At Least 10% Of The Abc; E. Jva Or The Duly Notarized Statement In Accordance With Section 52.1(b) Of The Irr, If Applicable; F. Bid Security In The Prescribed Form, Amount And Validity Period; G. Technical Specifications H. Omnibus Sworn Statement I. Original And Signed Copy Of The Bid Form 4. The Contract Will Be Awarded To The Supplier Determined To Have The Single Or Lowest Calculated And Responsive Bid (s/lcrb) Based On The Above Final Technical And Financial Requirements. 5. A Complete Set Of Bidding Documents In Soft Copy Only May Be Purchased At Deped-division Of General Santos City Bac Secretariat, Located At Tiongson St., Lagao, General Santos City Upon Submission Of A Letter Of Intent, And Payment In Cash On A Non-refundable Fee By Interested Bidders To The Deped Division Cashier. Only Bidders Who Purchased The Bidding Documents Provided Below Shall Be Allowed To Submit Bid/bids Not Later Than The Scheduled Receipt And Opening Of Bids Bidding Document Price Lot Number Price Lot No. 1 P 500.00 Lot No. 2 P 10,000.00 6. It May Be Viewed Or Downloaded After Payment From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph. The Schedule And Venue Of The Procuring Activities Are As Follows: Activity Date And Time Venue Pre-bid Conference April 21, 2025 2:00 P.m. (monday) Sds Conference And Online Via Google Meet Issuance Of Bidding Documents Until May 5, 2025 1:00 P.m. (monday) To Be Sent To Bidder’s Email Address After Payment Of The Bidding Documents Receipt And Opening Of Bids May 5, 2025 2:00 P.m. (monday) Division Office/google Meet The Pre-bid Conference Is Open To All Interested Parties Who May Have Or Have Not Bought The Bidding Documents. 7. Bids Must Be Physically Delivered To The Address And On The Date And Time Stated Herein. Submission Of Digital Copy Of The Bidding Documents Shall Not Be Accepted. All Bids In Modes Of Procurement That Are Competitive In Nature Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Section 56.2 Of The Irr. 8. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Opening Of Bids At The Address, Date And Stated Herein. Late Bids Shall Not Be Accepted. 9. For Further Information, Please Refer To: Ofelia S. Panes Michael Jhon A. Del Sol Administrative Officer Iv (records) Administrative Assistant Ii Bac Secretariat Head Bac Secretariat Member Email: Ofelia.panes@deped.gov.ph Email: Bac.depedgensan@deped.gov.ph Cell No. 09692673871 Cell No. 09278865516 Approved By: Mervie Y. Seblos, Cese Oic – Assistant Schools Division Superintendent Bac Chairperson Bacsec/mds
2661-2670 of 2670 archived Tenders