Scanning Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date5 Jun 2025
Tender AmountRefer Documents 
Details: Request For Sf330 1. Introduction: This Is A Total 100% Service-disabled Veteran-owned Small Business (sdvosb) Set-aside In Accordance With Public Law 109-461. This Is A Request For Sf330s For Architect/engineer (a/e) Design Services For Project Number 541-25-504, A/e Design Replace Rehab Medicine Ahu At The Louis P. Stokes Cleveland Va Medical Center, 10701 East Boulevard, Cleveland, Oh 44106. this Announcement Is Not A Request For Proposal. No Solicitation Package Will Be Issued Via Sam.gov. A Request For Proposal Will Be Issued Directly To The Most Preferred Firm For Which Negotiations Will Commence In Accordance With Far Subpart 36.6. The Anticipated A/e Design Services, To Be Awarded, Will Be Procured In Accordance With The Selection Of Architects And Engineers Act (public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, And Va Acquisition Regulation Subpart 836.6. 2. Description: The Ae Firm Shall Provide All Programming, Design Submissions, Site Investigation/field Verification Services, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, And Construction Administration Services For The Project A/e Replace Rehab Medicine Ahu, Located On The Louis P. Stokes Cleveland Veterans Affairs Medical Center, 10701 East Boulevard, Cleveland, Oh 44106. see Attached Statement Of Work For Further Requirements period Of Performance: 133 Calendar Days After Contractor’s Receipt Of Notice To Proceed contract Type: Firm-fixed-price estimated Magnitude Of Construction: Between $25,000 And $100,000 (see Far 36.204) naics Code: 541330 size Standard: $25.5 Million 3. Dsbs & Sam: In Accordance With Vaar 819.7003(b) (deviation), At The Time Of Offer/quotes (sf330 Submission), And At The Time Of Award Of Any Contract, The Offeror Must Represent To The Contracting Officer That It Is A – (1) Sdvosb Eligible Firm; (2) Small Business Concern Under The North American Industry Classification System (naics) Code Assigned To The Acquisition; And (3) Deviation – [certified] Sdvosb/vosb [listed In] The [sba Certification Database (aka Dsbs) At Dynamic Small Business Search (see 13 Cfr 128)] if Registration Is Required, Visit Dynamic Small Business Search. additionally, All Eligible Firms Must Be Registered And Current In The System For Award Management (sam) Database In Order To Be Evaluated And Eligible For Contract Award. If The Firm Is Not Registered In Sam, You May Register Online At Https://www.sam.gov. 4. Evaluation Factors: Selection Criteria Will Be Based On The Following Factors, In Descending Order Of Importance, In Accordance With Far 36.602-1: The Government Will Award A Firm-fixed Price Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforms To The Solicitation And Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: a. Experience And Technical Competence (30% Weighting) b. Professional Qualifications (20% Weighting) c. Firm’s Capacity (20% Weighting) d. Past Performance (20% Weighting) e. Geographic Location (5% Weighting) f. Extent Of Participation As Subcontractors (5% Weighting) the Government Will Evaluate Information Based On The Evaluation Procedures Authorized In Far 36.602-1, Selection Criteria, And Vaam 836.602-1, Selection Criteria, Using The Following Evaluation Criteria: firms Responding To This Notice Shall Do So Using Standard Form 330 (sf-330) And Will Be Evaluated And Ranked Using The Selection Criteria Listed Below. The Evaluation Factors Are To Be Addressed In Section H Of The Sf-330 Unless Otherwise Detailed Below. The Evaluation Will Consider How Each Factor Is Addressed To Coincide With The Selection Criteria. The Factors Are Individually Weighted As Indicated. a. Specialized Experience And Technical Competence (30% Weighting) work Shall Include Programming, Design Submissions, Site Investigation/ Field Verification, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, System Integrator Services And Construction Administration Services. Include Government And Private Sector Experience On Projects Similar In Size, Scope And Complexity And Experience With Project Phasing To Maintain Hospital Operations During Construction. The Evaluation Will Consider The Management Approach, Coordination Of Disciplines And Subcontractors, Quality Control Procedures, Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On Relevant Projects And Familiarity With Va Design Guides/ Manuals, Master Specifications, And Other Applicable Standards. demonstrate Experience And Competence With Comparable Air-handling Unit Replacement Projects That: a. Identified Suitable Rooftop Air Handling Unit To Meet Space Temperature/ Dehumidification Requirements For An Existing Patient Care Area. b. Provided Sequence Of Operations, I/o Points List, And Controls Drawings. c. Integrated Controls With Existing Building Management System To Include Similar Graphics/controls As Other Facility Ahus. d. Used A Master Systems Integrator (msi). e. Performed Construction Period Services, Including: • Professional Field Inspections During The Construction Period. • Review Of Construction Submittals. • Support In Answering Requests For Information During The Construction Period. • Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. submit At Least Three But No More Than Five Projects Completed Within The Last Five Years: • Project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contractor, Teaming Partner, Or Subcontractor • Project Owner, Owner’s Point Of Contact Including Telephone Number And Email Addresses • Services & Deliverables Provided Under The Contract/ Task Order • Period Of Performance, Including Start And Completion Dates • Total Dollar Value Of The Project provide The Project Title, Location, And Brief Work Description, Including: a. Strategy Used To Identify Replacement Air Handing Unit That Met Project Requirements. b. Project Area Use And Square Footage. c. Contracting Method, Including Start And Completion Dates (original Vs. Actual) For Completed Work. d. Prime Contractor, Major Subcontractors, Contractor Team Arrangements. the Submitted Projects Will Be Used To Evaluate The Specialized Experience And Technical Competence Of The Architect-engineer. offeror Shall Provide A Summary Page Of Its Recent And Relevant Specialized Experience And Technical Competence Which Is Similar In Size, Scope, And Magnitude To This Requirement.“relevant” Is Defined As Those Task Requirements Identified In The Rfp’s Scope Of Work. “recent” Is Defined As Services Provided Within The Past Five (5) Years. b. Professional Qualifications (20% Weighting) Necessary For Satisfactory Performance Of Required Service. provide Resumes Of Key Personnel To Demonstrate Relevant Qualifications And Experience. the Resumes Shall Include: a. Name Of The Individual, Company Position, Years With The Company. b. Air Handling Unit Work Experience, Certifications, And Educational Background. c. Tasks To Be Assigned On This Project. the Submitted Resumes Will Be Used To Evaluate The Professional Qualifications Of The Architect-engineer. The Architects And Engineers On The Firm’s Staff Representing The Project Of Signing/stamping Drawings In Each Discipline Must Possess A Minimum Of Five (5) Years Of Experience And Are Required To Be Licensed, Registered, Or Certified By A Us State, The District Of Columbia, Or A Us Territory. Provide Professional License Jurisdiction Of Issue And License Numbers And/ Or Proof Of Licensure. at A Minimum, The Offeror Shall Describe The Professional Qualifications Of Project Team And Have Not Less Than Five (5) Years Of Experience In The Required Disciplines. Disciplines Required For This Project Include, But Are Not Limited To: Architectural, Structural, Civil, Landscape, Electrical, Mechanical, Plumbing, Fire Protection, Industrial Hygiene, Life-safety, Technology, Cost Estimation, Project Management, Construction Administration Services. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, Longevity With The Firm And History Of Working With Other Members Of The Team. c. Firm’s Capacity (20% Weighting) To Accomplish Work In The Required Time. identify Main Disciplines And Tasks For The Project. provide Quantity And Availability Of Key Personnel In These Disciplines For The Project. the Submitted Information Will Be Used To Evaluate The Ability To Meet The Project Schedule. the Evaluation Will Consider The Firms Number Of Current Contracts, The Firms Plan And Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Personnel In Key Disciplines In Order To Determine Their Capacity To Complete The Project Work. Describe The Firm’s Ability To Accomplish The Work In The Required Time, Including Existing Workload From All Private And Public Clients And Awards Of Similar Type To This Project That May Limit The Ae’s Capacity To Perform The Project Work Expeditiously. d. Past Performance (20% Weighting) On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Cpars Data Or Ppqs (if No Cpars Data Is Available) Must Be Provided For Projects Submitted Under Factor 1 (specialized Experience). Government Past Performance Information Systems May Be Accessed. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Recommendation Letters, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. provide A Summary Description Of At Least Three But No More Than Five Prior Projects Completed Within The Last Five Years Of Comparable Scope, Size, And Complexity, Including: A. Contract Number, Brief Description Of The Project, Type Of Contract, Amount Of The Contract. B. Name, Phone Number, E-mail Address For Contracting Officer/contracting Officer Representative. C. Performance Reviews And Ratings. the Submitted Past Performance Will Be Used To Evaluate The Ability To Successfully Perform The Scope Of Work. items To Be Evaluated Include Quality Of Services And Staying On Schedule With Deliverables. The Government Reserves The Right To Also Evaluate Past Performance On Previously Awarded Federal Task Orders And Any Other Information Available. note: We Recommend You Contact Every Reference Listed And Let Them Know We May Contact Them For Information. Their Timely Replies Would Be Appreciated. e. Geographic Location (5% Weighting) It Is Important That The Offerors Be Responsive In A Timely Manner To Being Onsite To Support This Project. Offerors Shall Provide The Travel Time That The Prime Contractor And Each Of Their Subconsultants That Need To Be Onsite Are Away From The Louis Stokes Cleveland Va Medical Center By Car And Air (if Applicable). The Sseb Will Evaluate The Lowest Aggregate Time From Each Offeror Divided By The Total Number Of Prime/ Subcontractors To Arrive At An Average Travel Time For That Offeror. The Sseb Will Then Rank The Average Travel Time From Each Offer From The Lowest To Highest (the Lower The Time, The Better The Ranking). provide: A. Primary Means Of Travel (car, Plane, Etc.). B. Length Of Time (in Hours) Between Departure From Architect-engineer Office To Arrival At Project Location. the Submitted Information Will Be Used To Evaluate Physical Response Time To The Louis Stokes Cleveland Va Medical Center. f. Extent Of Participation As Subcontractors Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses (5% Weighting) provide A Percentage Of The Total Estimated Effort That Will Be Used To Select Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors On This Project. the Submitted Information Will Be Used To Evaluate Small Business Subcontractor Participation For This Project: a. Sdvosb Shall Be Given Greatest Preference. b. Vosb Shall Be Given Great Preference. c. All Other Small Businesses To Be Preferred. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Evaluation Factors Above In Order To Rank Interested And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part Ia To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. additionally, Keep In Mind The Submission Requirement Restrictions Outlined In #8 Below When Addressing Evaluation Factors. 5. Selection Process: In Accordance With Far 36.6, Sf330s Will Be Evaluated By The Evaluation Board Using The Evaluation Factors Identified In This Announcement. After Sf330s Have Been Evaluated, Discussions/interviews Will Be Held With At Least Three Of The Most Highly Qualified Firms. After Discussions Have Concluded, The Evaluation Board Will Evaluate The Qualifications Of The Firms Using The Same Evaluation Factors, Taking Into Consideration Both The Sf330 Submission And Subsequent Discussions, To Select The Most Preferred Firm From The Firms Considered To Be The Most Highly Qualified. Please Note That The Assigned Values For The Above Factors May Be Adjusted After Discussions As Allowed Under Vaam 836.602-1, Selection Criteria. Negotiations Will Then Begin With The Most Preferred Firm. 6. Limits On Subcontracting: In Accordance With Vaar 852.219-73 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside Under 852.219-73(d)(1)(5), It States: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. (5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. 7. Submission Requirements: Interested And Eligible Firms Should Submit Their Current Sf330 As Follows: 1) One (1) Electronic Pdf Copy Via E-mail: a. See Attachments For Procedures (i.e., Ecms Getting Started Guide For Vendors & Ecms Vendors_guide_v4_2); b. Size Limitation Is 20mb; the Sf330s Are Due On Thursday, 5 June 2025, At 3pm Est. acceptable Electronic Formats (software) For Submission Of Sf330 Packages: (a) Files Readable Using The Current Adobe Portable Document Format (pdf); (b) Files In Adobe* Pdf Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater; (c) Sf330s Shall Be Provided On Standard Letter Size 8-1/2 By 11-inch Paper, Limited To A Maximum Of Seventy-five (75), Single-sided, Single-spaced, And Numbered Pages. If More Than Seventy-five (75) Single-sided Pages Are Submitted, All Pages After Seventy-five (75) Pages Will Not Be Evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger; (d) Please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. the Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Type In Sf330 In The “find A Form” Block And Click On Search. 8. No Fax Or Telephonic Responses Will Be Accepted: Personal Visits For Discussing This Announcement Will Not Be Entertained Or Scheduled. Questions May Be Directed Only By E-mail To Stanley.burdine@va.gov. 9. Va Primary Point Of Contact: - Stanley Burdine - Contract Specialist - Email: Stanley.burdine@va.gov

City Of Bais Tender

Software and IT Solutions
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, Cpicad, Viz: Item Approved Budget For The Contract (abc) J/sor No. 337-24 Php 2,693,025.00 One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, 36 Sets Computer Hardware Delivery Core I5-12400 Processor Motherboard With Built In Wi-fi 8gb Ddr4 Memory ; 512gb Ssd 2.5" 19" Monitor Led Mouse And Keyboard Usb Mousepad With Voltage Regulator 10 Sets Laptop Computer/netbook Delivery Operating System: Genuine Windows 11 Aluminum Lcd Cover-material 14.0-inch Panel Size ; Intel® Uhd Graphics Led Backlit Touch Screen Touch Panel Brightness 300nits Wuxga (1920 X 1200) 16:10 Intel® Core™ I3-1315u Processor 10m Cache, Up To 4.5ghz, 6 Cores) 8gb Ddr5 So-dimm. 512gb M.2 2280 Nvme™ Pcie® 4.0 Ssd Front-facing Camera With Privacy Shutter Wi-fi 6e(802.11ax) (dual Band) 2*2 + Bluetooth® 5.3 Wireless Card Fingerprint Authentication Backlit Chiclet Keyboard 1x Usb 3.2 Gen 2 Type-c Support Power Delivery 2x Usb 3.2 Gen 2 Type-a ; 1x Hdmi 2.1 Tmds 1x Thunderbolt™ 4, Compliant With Usb4, Supports Display / Power Delivery 1x 3.5mm Combo Audio Jack ; 1x Rj45 Gigabit Ethernet Built-in Speaker. Audio By Dirac Us Mil-std 810h Military-grade Standard Built-in Array Microphone ; Battery 50whrs, 3s1p, 3-cell Li-ion Kensington Nano Security Slot™(6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 (computrace) Trusted Platform Module (tpm) 2.0 Battery Health Charging, Fan Profile, Splendid, Tru2life, Function Key Lock, Wifi Smartconnect, Appdeals Included In The Box Wireless Optical Mouse Reparability Index (for France) 8.0 Ecolabels & Compliances: Epeat Gold, Energy Star 8.0, Fsc Recycled, Reach, Rohs, Tco Certified Warranty: 3years On-site Including Battery And Charger Computer Accessories Delivery 6u Network Data Cabine Apc Ups 650va With Avr 8 Port Gigabit Switch 1000mbps 16-port Gigabit Managed L2 Switch Centralized Wifi Controller Adsl Router With Wifi Ac1200 Wireless Mu-mimo Gigabit Indoor/outdoor Access Point Durable, Weatherproof Enclosure For Outdoor Wi-fi Applications Up To 1200mbps1 With 2×2 Mimo Technology Omada Mesh Technology Enables Wireless Connectivity Between Aps For Extended Range, Making Wireless Deployments More Flexible And Convenient Supports Seamless Roaming To Smooth The Video Playbacks And Voice Calls When Moving Between Locations High Transmission Power And High Gain Antennas Provide A Long-range Coverage Area Cloud Centralized Management For Ultra Convenience And Easy Management Captive Portal Provides A Convenient Method For Guest Authentication Facebook Wi-fi And Sms Authentication Help To Boost Your Business 802.3af/passive Poe (poe Adapter Included) Compatible And Simple Mounting Design Allow For Flexible Deployment And Convenient Installation Webcam Full Hd Usb External Dvd Writer 1tb External Hdd Network External Hdd 1tb 4 Duplex Sheet-fed Document Scanner Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm A4 All-in-one Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r A4 Ink Tank Network Printer Print, Scan, Copy With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct 2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 32gb Flash Drive Usb Digital Multimeter Lan Cable Tester Furniture And Fixture Delivery Customized U-type Computer Table With Capacity Of 36 Computer Units Working Table Whiteboard With Stand It Materials Delivery Rj-45 Plug Network Accessories: Modular Box Rj-45 Cat6 I/o Port 1 Gang Faceplate Pvc Surface Type Utility Box Raceway Or Slotted Pvc 1.5" X 1.5" X 48" Cat6 Utp Cable Belden/hikvision/dahua 305m Fastener Filer Lead Free Spool Fiber Optic Cable 2meters (terminated) Sc/upc-sc/upc Singlemode Simplex 2 Meters Terms Of Reference Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Title: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Approved Budget For The Contract: Php 2,700,000.00 Bid Validity Period: 120 Days Local Office In Negros Island Safety Officer Required And Should Be Regular Employee Certifcate Of Dealership Sealed And Signed By Microsoft Engineer City Government Of Bais Bais City, Negros Oriental, Region Vii Invitation To Bid Project Name: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Description: This Project Aims To Enchance The Information And Communication Technology (ict) Capabilities Of The Local Government Of Unit (lgu) Of Bais City Through The Comprehensive Supply And Installation Of State-of-the-art Network Infrastructure And Equipment. Located At The Bais Training Center, The Initiative Will Facilitate Efficient Data Gathering And Banking Processes, Supporting The City's Administrative Functions And Service Delivery. This Pertains Aims To The Procurement Of Computer Equipment And Fixtures Specifically Designed To Meet The Needs For Data Gathering And Banking Processes. Please Refer To The Document Titled "conformity With Technical Specifications Bidding Enumerated" As Our Terms Of Reference. The Approved Budget For The Contract Is To Be Taken From Data Gathering And Banking (equipment) 2022, Generation And Maintenance Of Gad Database 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder'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. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It 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 Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee

OFFICE FOR TRANSPORTATION SECURITY Tender

Publishing and Printing
Philippines
Closing Date3 Jun 2025
Tender AmountPHP 184.4 K (USD 3.3 K)
Details: Description A A3 Wifi Duplex All In One Ink Tank Printers 2 Unit Specifications Description Printer Type Print, Scan, Copy, Fax With Adf Print Method Precisioncoretm Printhead Minimum Ink Droplet Volume: 3.8 Pl Print Direction: Bi-directional Printing Nozzle Configuration: 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 2400 Dpi Automatic 2-sided Printing: Yes (up To A3) Print Speed Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm *2 Copy Function Reduction / Enlargement: 25 - 400% Maximum Copy Size: A3 Copy Resolution: 600 X 600 Dpi Max Copies: 999 Copies Copying Iso 29183, A4 Simplex Flatbed (black / Colour): Up To 23.0 Ipm / 10.0 Ipm Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 10.0 Ipm Iso 24735, A4 Duplex Adf (black / Colour): Up To 15.5 Ipm / 7.5 Ipm Scanning Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 1200 X 2400 Dpi Maximum Scan Area: 297 X 431.8 (mm) Scanner Bit Depth (colour): 48-bit Input, 24-bit Output Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Scan Speed Scan Speed (flatbed / Adf (simplex | Duplex)): 200dpi, Black: 5 Sec / Up To 26.0 Ipm | 11.5 Ipm 200dpi, Colour: 10 Sec / Up To 9.0 Ipm | 6.0 Ipm Adf Specifications Support Paper Thickness: 64-95 G/m2 Paper Capacity: 50 Sheets Fax Function Type Of Fax: Walk-up Black-and-white And Colour Fax Capability Receive Memory / Page Memory: 6mb, Page Memory Up To 550 Pages Error Correction Mode: Itu-t T.30 Fax Speed (data Transfer Rate): Up To 33.6 Kbps, Approx. 3 Sec/page Fax Resolution: Up To 200 X 200 Dpi Transmission Paper Size (flatbed): A5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17" Transmission Paper Size (adf): A5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17" Receiving Paper Size: Half Letter, A5, B5, A4, Letter, Legal, B4, 11 X 17”, A3, A3+ Speed Dial / Group Dial: Up To 200 Numbers, 199 Groups Fax Features: Pc Fax (transmission/receive), Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception, Fax Preview, Memory Reception, Fax To Email, Fax To Folder, Automatic 2-sided Fax Supported Os And Applications Windows Xp / Vista / 7 / 8 / 8.1 / 10, Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later Paper Handling Paper Feed Method: Friction Feed Number Of Paper Trays: 3 (front 2, Rear 1) Standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2) 50 Sheets For Premium Glossy Photo Paper Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Output Capacity: 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Maximum Paper Size: 329 X 6000 Mm Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 Print Margin: 3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver Noise Level Pc Printing / Plain Paper Default *3: Sound Power (black / Colour) 6.7 B(a) / 6.2 B(a), Sound Pressure (black / Colour) 52 Db(a) / 47 Db(a) Dimensions And Weight Dimensions (w X D X H): 515 X 500 X 350mm Weight: 20.7kg Interface Usb: Usb 2.0 Network: Ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Network Protocol: Tcp/ipv4, Tcp/ipv6 Network Management Protocols: Snmp, Http, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Sntp, Slp, Wsd, Lltd Power Rated Voltage: Ac 220 - 240 V Rated Frequency: 50 - 60 Hz Power Consumption: Operating: 19.0 W Standby: 9.1 W Sleep: 0.8 W Power Off: 0.2 W Card Slot / Usb Host Function Type Of Direct Printing: Usb Memory Consumables Maintenance Box: C12c934591 Pigment Black Ink Bottle: 7,500 Pages *4 - 008 (c13t06g100 / C13t06g199 (indonesia)) Pigment Cyan Ink Bottle: 6000 Pages (composite Yield) *4 - 008 (c13t06g200 / C13t06g299 (indonesia)) Pigment Magenta Ink Bottle: 6000 Pages (composite Yield) *4 - 008 (c13t06g300 / C13t06g399 (indonesia)) Pigment Yellow Ink Bottle : 6000 Pages (composite Yield) *4 - 008 (c13t06g400 / C13t06g499 (indonesia)) Control Panel Lcd Screen: 4.3" Colour Lcd Touch Screen B Wide-angle Zoom Lens 1 Unit ● Compatible With Canon Eos 850d ● Filter Size: 77mm ● Max Magnification: 0.17x ● Focal Length: 10 - 22mm Comparable 35mm Focal Length: 16 - 35 Mm ● Aperture: Maximum: F/3.5 - 4.5 Minimum: F/22 - 29 ● Angle Of View: 107° 30' - 63° 30' ● Dimension: (diameter X Length): Approx. 3.29 X 3.54" (83.5 X 89.8 Mm) ● Lens: Efs ● Color: Black ● Warranty: 1 Year Ph Warranty C Smart Phone 1 Unit Overview: • Processor 2.9 Ghz, 2.6 Ghz, 1.9 Ghz • Weight (g) 198 Processor: • Cpu Speed 2.9 Ghz, 2.6 Ghz, 1.9 Ghz • Cpu Type Octa-core Display: • Size (main Display) 170.1mm (6.7" Full Rectangle) / 165.5mm (6.5" Rounded Corners) • Resolution (main Display) 1080 X 2340 (fhd+) • Technology (main Display) Super Amoled • Color Depth (main Display) 16m • Max Refresh Rate (main Display) 120 Hz Camera: • Rear Camera - Resolution (multiple) 50.0 Mp + 12.0 Mp + 5.0 Mp • Rear Camera - F Number (multiple) F1.8 , F2.2 , F2.4 • Rear Camera - Auto Focus Yes • Rear Camera - Ois Yes • Rear Camera Zoom Digital Zoom Up To 10x • Front Camera - Resolution 12.0 Mp • Front Camera - F Number F2.2 • Front Camera - Auto Focus No • Front Camera - Ois No • Rear Camera - Flash Yes • Front Camera - Flash No • Video Recording Resolution Uhd 4k (3840 X 2160) @ 30fps • Slow Motion 240fps @hd Storage/memory: • Memory (gb) 8 • Storage (gb) 256 • Available Storage (gb) 234.4 Network/bearer: • Number Of Sim Dual-sim • Sim Size Nano-sim (4ff), Embedded-sim • Sim Slot Type Sim 1 + Sim 2 / Sim 1 + Esim / Dual Esim • Infra 2g Gsm, 3g Wcdma, 4g Lte Fdd, 4g Lte Tdd, 5g Sub6 Fdd, 5g Sub6 Tdd • 2g Gsm Gsm850, Gsm900, Dcs1800, Pcs1900 • 3g Umts B1 (2100), B2 (1900), B4 (aws), B5 (850), B8 (900) • 4g Fdd Lte B1 (2100), B2 (1900), B3 (1800), B4 (aws), B5 (850), B7 (2600), B8 (900), B12 (700), B17 (700), B20 (800), B25 (1900), B26 (850), B28 (700), B66 (aws-3) • 4g Tdd Lte B38 (2600), B40 (2300), B41 (2500) • 5g Fdd Sub6 N1 (2100), N3 (1800), N5 (850), N7 (2600), N8 (900), N26(850), N28 (700), N66 (aws-3) • 5g Tdd Sub6 N38 (2600), N40 (2300), N41 (2500), N77 (3700), N78 (3500) Connectivity: • Usb Interface Usb Type-c • Usb Version Usb 2.0 • Location Technology Gps, Glonass, Beidou, Galileo, Qzss • Earjack Usb Type-c • Mhl No • Wi-fi 802.11a/b/g/n/ac/ax 2.4ghz+5ghz, He80, Mimo, 1024-qam • Wi-fi Direct Yes • Bluetooth Version Bluetooth V5.3 • Pc Sync. Smart Switch (pc Version) Os: • Android General Information: • Color Awesome Lightgray • Form Factor Touch Bar Sensors: • Accelerometer, Fingerprint Sensor, Gyro Sensor, Geomagnetic Sensor, Light Sensor, Virtual Proximity Sensing Physical Specification: • Dimension (hxwxd, Mm) 162.2 X 77.5 X 7.4 • Weight (g) 198 Battery: • Video Playback Time_(hours) Up To 29 • Battery Capacity (mah, Typical) 5000 • Removable No Audio And Video: • Stereo Support Yes • Video Playing Format Mp4, M4v, 3gp, 3g2, Avi, Flv, Mkv, Webm • Video Playing Resolution Uhd 4k (3840 X 2160) @ 60fps • Audio Playing Format Mp3, M4a, 3ga, Aac, Ogg, Oga, Wav, Amr, Awb, Flac, Mid, Midi, Xmf, Mxmf, Imy, Rtttl, Rtx, Ota Services And Applications: • Gear Support Galaxy Ring, Galaxy Buds3 Pro, Galaxy Buds2 Pro, Galaxy Buds Pro, Galaxy Buds Live, Galaxy Buds+, Galaxy Buds3, Galaxy Buds2, Galaxy Buds, Galaxy Buds Fe, Galaxy Fit3, Galaxy Fit2, Galaxy Fit E, Galaxy Fit, Galaxy Watch Fe, Galaxy Watch Ultra, Galaxy Watch7, Galaxy Watch6, Galaxy Watch5, Galaxy Watch4, Galaxy Watch3, Galaxy Watch, Galaxy Watch Active2, Galaxy Watch Active • Bluetooth® Hearing Aid Support Android Audio Streaming For Hearing Aid(asha) • Smartthings Support Yes • Mobile Tv No Software Support • Security Update Period (valid Until) 31 March 2032 D Paper Shredder 1 Unit ● Shreds 16 Sheets Per Pass Into 4 X 38mm Cross-cut Particles (security Level P-4) ● 100% Jam Proof System Eliminate Paper Jams And Powers Through Tough Jobs ● Silentshred® Technology Minimises Disruption In Shared Work Spaces ● Patented Safesense® Technology Stops Shredding When Hands Touch The Paper Opening ● Energy Savings System Reduces In-use Energy Consumption And Powers Down After Periods Of Inactivity. ● Shreds Continuously For Up To 20 Minutes ● Sleek, Modern Design With Easy-empty 23 Litre Pull-out Bin ● Jam Prevention Features: 100% Jam Proof System ● Feed Type: Traditional ● Auto Start/stop: Yes - Electronic ● Basket Type: Pull-out Bin ● Bin Full Light: Yes ● Can Shred: Staples, Credit Cards, Paper Clips, Cds/dvds ● Cut Size (inches): 5/32" X 1-1/2" ● Cut Type: Cross-cut ● Din Level - Paper: P-4 ● Maximum Run Time (minutes): 20 Min On / 30 Min Off ● Energy Efficient Features: Energy Savings System ● Material Type: Plastic ● Model Number: 79ci ● Noise Features: Silentshred™ ● Paper Entry Width (inches): 9 ● Safety Features: Safesense® ● Speed (feet Per Minute): 10 ● Usage: Personal ● Strength: Soho ● Bin Capacity (gallons): 6 ● Run Time (minutes): Up To 20 ● Sheet Capacity: 16 ● Shreds Per Sheet: 397 Abc = P184,483.00 Total Offered Quotation Total *the Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. *price Must Be Valid For Sixty (60) Days Upon Submission Of Quotation Minimum Requirements: A. Valid And Current Phil Geps Registration Certificate; B. Valid And Current Mayor’s Permit C Dti Or Sec Registration D. Certificate Of Registration (bir 2303) E. Income / Business Tax Return F. Omnibus Sworn Statement

AMW SINEVIA Sp Z O O Tender

Others
Corrigendum : Closing Date Modified
Poland
Closing Date24 Mar 2025
Tender AmountRefer Documents 
Details: I General Information: 1. Ordering Party: Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 Tax Identification Number: 675-000-55-94 Regon: 351081570 2. Determination of the Subject of the Order: The subject of the Order is the purchase of a module and software for specialized equipment intended for police activities for the Provincial Police Headquarters in Kraków 31-571. The offer should be submitted in accordance with the offer form. Please Submit Offers for Equipment in accordance with User Requirements - Order-Based Fulfillment. No. Subject of the Order Quantity 1 Purchase of a Module and Software for the Vespereye Scout Device, Extension of the 5g Sa Fr1 Scanning Capabilities and Software Update of the Vespereye Scout Passive Base Station Scanner and Radio Environment. The modernization should consist in the installation of the Module and Software Update, Extension of the Scanning Range of the Vespereye Scout Frequency Device. 5g Sa Fr1. The purchase price of the module and device software will include the collection of the device from the ordering party's headquarters and the delivery of the modernized device ready for operation to the ordering party's headquarters, i.e. Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 1 Pc. 3. Order Completion Date: The Ordering Party Specifies the Modernization Completion Date - Up to 10 Business Days from the Date of Sending the Order (alternatively, the Real Delivery Date should be indicated. In the event of no Real Delivery Date being indicated - the Ordering Party shall accept the above-mentioned Date), Completion will take place Based on the Order (the approved Scan of the Order will be sent to the Contractor's E-mail Address indicated in the Offer). 4. Place of Order Fulfillment: The Equipment that is the Subject of the Order - Modernization will be collected and delivered at the Contractor's expense to the Ordering Party's registered office, i.e. Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 From 8:00 a.m. to 2:00 p.m. 5. Person to contact with contractors in terms of content: Subcomm. Katarzyna Lasiewicz Tel. 47 83 54 661 E-mail: Katarzyna.lasiewicz@malopolska.policja.gov.pl Armament and Special Technology Section of the Material and Technical Management Department of the Provincial Police Headquarters in Krakow. 6. Date and place for submitting offers: The offer must be submitted by November 27, 2023, by 10.00 a.m. Please submit offers via the Purchasing Platform: https://platforma.eb2b.com.pl/ Communication between the Ordering Party and the Contractors, including any questions Please submit Declarations, Applications, Offers, Notices and Information in Electronic Form via the Purchasing Platform. Validity Period of the Offer: 30 Days Ii Essential Terms and Conditions of the Order: 1. Payment Terms: The Contractor will issue a VAT invoice indicating the Payer as: Komenda Wojewódzka Police W Krakowie 31-571 Kraków, Ul. Mogilska 109 Tax Identification Number: 675-000-55-94 Regon: 351081570 The invoice should be sent to the following address: Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 Materials and Technical Management Department Payment for the Order will be made by bank transfer to the account indicated by the Contractor and will be made within 30 calendar days from the date of receipt of a correctly issued invoice. 2. Warranty Conditions: The Contractor must guarantee that the Modernized Equipment is original, complete, technically efficient, ready for operation, covered by a warranty for a period not shorter than 24 from the moment of delivery of the equipment (the warranty applies to the scope of the modernized elements of the device). 3. Method of Preparing the Offer: The offer should be prepared according to the template specified in Annex No. 1 to this Request for Quotation, the form must be signed by a person authorized to represent the company in the field of submitting commercial offers and placed in electronic form (PDF file attached) on the Purchasing Platform. Submitting an offer in the proceedings is tantamount to accepting the conditions set out in this invitation to submit an offer. 4. Criteria for Selection of Offers Within the Scope of the Order, the Ordering Party has established one criterion for the evaluation and selection of Offers: Price 100% (however, the Subject of the Order must meet the User's Hardware Requirements) Note! The Contractor will also be obliged to place the logo of the Małopolska Voivodeship on the delivered equipment. Print (e.g. stickers) on the equipment in accordance with the pattern provided by the Ordering Party (logo provided in the Attachments) or download from the website https://www.malopolska.pl/logo. The formal requirements of the price inquiry on the Eb2b ordering platform were met. At the same time, the data and offer amounts required by the electronic purchasing platform should be completed, as well as an attachment (scan) should be placed in electronic form on the Eb2b purchasing platform, the form must be signed by a person authorized to represent the company in the scope Submitting Commercial Offers. A Contractor who does not meet the above-mentioned conditions will be automatically excluded from the proceedings. In the event of any problems or questions regarding the procedure for placing your offer on the Ordering Party's platform, in order to obtain assistance, please contact the Eb2b platform operator directly by phone: +48 22 428 19 28

Nueva Ecija University Of Science And Technology - NEUST Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date19 May 2025
Tender AmountPHP 7.3 Million (USD 131.1 K)
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Entities Registered With The Philippine Government Electronic Procurement System (philgeps) To Bid For The Hereunder Project, Subject To The General Conditions Stated Herein. Name Of Project: Supply And Delivery Of Various Ict Equipment, Accessories And Peripherals Location: Neust, Cabanatuan City Approved Budget For The Contract: Php7,309,765.10 Contract Duration: 60 Calendar Days Source Of Fund: Income Cost Of Bidding Documents: Php10,000.00 Project Description: 1lot Item No. Description Qty Unit 1 All-in-one Desktop Intel Core Ultra 7 Processor 23.8-inch Fhd (1920x 1080) Touch 16 Gb Ddr5 1 Tb M.2 Ssd 1080p Fhd Privacy Camera With Temporal Noise Reduction And Dual Array Microphones White Wireless Keyboard And Mouse Combo Windows 11 Office Home & Student 1 Unit 2 All-in-one Desktop Intel Core Ultra 7 Processor 68.6 Cm (27") Fhd (1920x 1080) 16gb Ddr5 512gb M.2 Ssd Wireless Keyboard And Mouse Windows 11 Home 64-bit Office Home & Student 1 Unit 3 All-in-one Desktop Intel Core Ultra 7 Processor 27-inch Fhd (1920x 1080) Touch 32 Gb Ddr5 1 Tb M.2 Ssd 1080p Fhd Privacy Camera With Temporal Noise Reduction And Dual Array Microphones White Wireless Keyboard And Mouse Combo Windows 11 Home 64-bit Office Home & Student 4 Unit 4 Automatic Voltage Regulator 500w Avr With 3x220v 50 Pc 5 Computer Desktop Package Intel Core I7 12th Gen Or Higher Motherboard With Wifi 32gb Ddr Ram 1tb Ssd With 1tb Hdd Dvd Rom Drive 27" Oled Qhd Montor 6 Gb Dedicated Gpu Tower Case Power Supply Keyboard And Mouse Hd Webcam With Mic Computer Speaker Computer Table (dimensions : 64(w) X 78(d) X 128(h)cm) Computer Chair (high Back Leather Executive Chair) 5 Package 6 Computer Desktop Package Intel Core I7 12th Gen Or Higher Motherboard 16gb Ddr Ram 256gb Ssd With 1tb Hdd 24" Led Montor 2gb Gddr Gpu Atx Casing With Power Supply Mouse And Keyboard 15 Package 7 Computer Desktop Package Intel Core I7 12th Gen Or Higher Matx Motherboard 16gb Ddr Ram 512gb Ssd With 1tb Hdd 2gb Gddr Gpu Wired Keyboard (mechanical) And Mouse Atx Casing 450w Power Supply 24" Led Montor 500w/220v Avr 2k 1440p Usb Webcam With Mic, 360 Degrees Horizontal Rotation Windows 11 Office Home & Student 7 Package 8 Computer Desktop Intel Core I5 13th Gen Or Higher Atx Motherboard With Wifi 18gb (2x8) Ddr4 Ram 2gb Gddr6 64bit Gpu 500gb Nvme M.2 Ssd With 1tb Hdd 27" Wqhd (2560x1440) Widescreen 16:9 Display 180hz Atx Casing 650w 80+ Gold Power Supply Fully Modular Mouse And Keyboard Hd Webcam With Mic Computer Speaker 1100va/230v Backup-ups 500w/220v Avr Windows 11 With License Office Home & Student With License 1 Set 9 Computer Desktop Intel Core I7 13th Gen Or Higher Atx Motherboard (lga1700 Socket: Support For The 14th, 13th, And 12th Generation Intel Core) 8gb Ram 256gb Nvme M.2 Ssd With 1tb Hdd Integrated Graphics Processor-intel Hd Graphics Support 27" Led Montor Atx Casing With Power Supply Mouse And Keyboard Windows 11 Office Home & Student 1 Set 10 Computer Desktop Intel Core I5 13th Gen Or Higher Atx Motherboard 8gb Ram 256gb Nvme M.2 Ssd Integrated Graphics Processor-intel Hd Graphics Support 24" Led Montor Atx Casing With Power Supply Mouse And Keyboard Windows 11 Office Home & Student 50 Set 11 Connector Shielded Rj45 Connector 600 Pc 12 Desktop Memory Kit Of (2)two 2g X 64-bit (16gb) Ddr4-3200 Cl16 Sdram (synchronous Dram) Total Kit Capacity Is 32gb Memory Profile: 3200mt/s 16-18-18 1.35v 5 Set 13 Docking Station Dual Bay 2.5/3.5 Inch Docking Station Usb 3.0 Hard Disk Enclosure For 2.5/3.5 2 - Inch Hod 2 Unit 14 Document Scanner Duty Cycle Up To 7,500 Scans Per Day Scan Speed Up To 60ppm/120ipm (200 Dpi Greyscale & Colour) Simplex / Duplex Scanning Contact Image Sensor (cis) / Led Technology 1 Unit 15 Document Scanner Duty Cycle Up To 1,500 Pages Per Day Scan Speed Up To 25ppm/10ipm (300 Dpi) 3-pass Duplex Adf 3-color Led Technology Cis Sensor 3 Unit 16 Ethernet Cable Cat6 Utp Ethernet Cable 2 Box 17 Graphics Card 8gb Gddr6 128-bit 1807mhz/14gbps 2560 Cuda Core Units Gpu 3 Unit 18 Hdmi Cable Heavy Duty Hdmi Cable (5m) Hdmi Male To Male Cable With Nylon Braid - 5m 40 Pc 19 Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r Cis Sensor 7 Unit 20 Ink Tank Printer Print, Scan, Copy, Fax With Adf Print Speed Of Up To 17.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct 3 Unit 21 Ink Tank Printer Print, Scan, Copy, Fax With Adf Print Speed Of Up To 25.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet 4 Unit 22 Ink Tank Printer Print, Scan, Copy, Fax With Adf Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct Seamless Setup Borderless Printing Up To 4r 15 Unit 23 Camera Resolution Ratio: Up To 4k Microphone Specification: Omni-directional 8-array Layout With Echo Reduction And Smart Noise-cancellation Ops Module Windows 11 Intel® Core, I5-12450h, 12th 8g Ddr Intel Uhd Graphics For 12th Gen Intel Processors Intel® Alder Lake H Architecture Single Brass & Single Fan Cooling System 256g Storage 12v-19v Dc 95w Accessory Wall Mount Bracket, Hook, User Manual, Touch Writing Pen, Packing List, 3 M Touch Usb Cable, 3.5m Hdmi Cable (2.0), Power Cable , Bluetooth Remote Control. 24 Laptop Intel Core I7 13th Gen Or Higher 16gb Ddr Ram 512gb Nvme M.2 Ssde Or Higher 15.6" Fhd 8gb Gddr Gpu Wireless Mouse And Keyboard Windows 11 Microsoft Office Home & Student Laptop Bag 4 Set 25 Laptop Intel Core I9 14th Gen Or Higher 64gb Ddr Ram 4tb Nvme M.2 Ssd 8gb Gddr Dlss Gpu 18" 2.5k 240hz Qhd Wi-fi 6e Backlit Keyboard Windows 11 Pro License Microsoft Office Lifetime License Laptop Bag 2 Unit 26 Laptop Intel Core I7 14th Gen Or Higher 32gb Ddr Ram 1tb Nvme M.2 Ssd 16 Inch Ips, Wqxga 8 Gb Gddr Gpu Wi-fi 6e Windows 11 Microsoft Office Home & Student Optical Wireless Mouse Headset Laptop Bag 2 Unit 27 Laptop Intel Core I7 14th Gen Or Higher 16gb Ddr Ram 1tb Nvme M.2 Ssd 16 Inch Wqxga 8gb Gddr Gpu Backlit Keyboard Windows 11 Microsoft Office Home & Student Laptop Bag 2 Unit 28 Laptop Intel Core I7 13th Gen Or Higher 16gb Ddr Ram 512gb Nvme M.2 Ssd 15.6-inch, Fhd 6gb Gddr Gpu Backlit Keyboard Windows 11 Microsoft Office Home & Student Laptop Bag 1 Unit 29 Laptop Amd Ryzen 7 Processor 16gb Lpddr5x-6400 Mhz Ram 1tb Pcie Nvme M.2 Ssd 13.3-inch, Wqxga Ips Micro Edge Display Amd Redeon Graphics Wi-fi 6 Bluetooth 5.3 Wireless Card 5mp Ir Camera With Temporal Noise Reduction And Integrated Dual Array Digital Microphones Windows 11 Microsoft Office Home & Student Laptop Bag 5 Unit 30 Laptop Intel Core Ultra 7 Processor 155h 16gb Ddr Ram 1tb Nvme M.2 Ssd 14 Inch, 3k Oled Intel Arc Graphics Gpu Backlit Keyboard Windows 11 Microsoft Office Home & Student Laptop Bag 2 Unit 31 Laptop Intel Core I5 12th Gen Or Higher 8gb Ddr Ram 512gb Nvme Ssd Or Higher 15.6 Inch Ips 4gb Gddr Gpu Windows 11 Microsoft Office Home & Student Laptop Bag 5 Unit 32 Laptop Memory Memory Capacity: 32gb Module Quantity: 1 Module Speed (data Rate): 3200mt/s (pc4-25600) Speed (clock Rate): 1600mhz Module Type: Sodimm Error Check: Non-ecg Model/series/type Value: Ram Gas Latencv: Cl22 Form Factor: Ddr4 2 Pc 33 Network Switch 48-port Gigabit Rackmount Network Switch 10/100/1000mbps (auto Negotiation/auto Mdi/mdix) Supports Mac Address Self-learning Standard 19-inch Rack-mountable Steel Case Fcc, Ce, Rohs Certification 3 Unit 34 Portable External Drive 4tb External Hard Drive Usb 3.0 2 Pc 35 Portable External Drive 1tb Fast Nvme Solid State Performance In A Portable, High-capacity Drive Drop Protection, Ip65 Water And Dust Resistance, X-ray And Shock Proofing 10 Pc 36 Storage Drive Nvme M.2 2tb Pcle Gen4 X4 Internal Ssd Solid State Drive Sequential Read Performance: 7300mb/s / 1200k Iops Sequential Write Performance: 6600mb/s / 1100k Iops 5 Pc 37 Ups Back-up 1200va, 230v Input/output, Avr, 4x Universal Sockets 28 Unit 38 Pci-e Wlan 2.4ghz (300mbps) Adapter Low-profile Brackets And Full-height Brackets Included Pci Express Interface Design Equipped With Detachable External Wifi Antenna Plug And Play On Windows Compatible With 64-128 Wep, Wpa, Wpa2, Wpa3, Wpa-psk, Wpa2-psk, Tkip, Aes Wifi Encryption 40 Pc The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement April 29-may 6, 2025 2. Issuance Of Bid Documents May 7-19, 2025 3. Pre-bid Conference May 7, 2025, 9:00am (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) May 19, 2025 Until 09:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) May 19, 2025, 9:30 Am – Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. 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, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From May 7-19, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before May 19, 2025, Until 9:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. Bid Opening Shall Be On May 19, 2025, 9:30 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Atty. Bembol Dl. Castillo Bac Chairperson

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical and Electronics...+1Electrical Works
United States
Closing Date27 Mar 2025
Tender AmountRefer Documents 
Description: This Is A Sources Sought Notice Only. This Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation. the Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 238220, J045) With A Size Standard $16.5 Million. The Department Of Veterans Affairs (va), Network Contracting Office 1 (nco 1) Is Seeking To Identify Any Vendor Capable Of Providing Hvac Maintenance Service Repair At The Newington Vamc.â per The Requirements Below. Refer To Theâ performance Work Statementâ below For The Requested Requirement Description. The Standard Shall Be Of Quality; Meeting Or Exceeding Those Outlined In The Performance Work Statement. this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Capability And Availability To Provide The Requirement Described Below. Vendors Are Being Invited To Submit Information Relative To Their Potential To Fulfill This Requirement, In The Form Of A Capability Response That Addresses The Specific Requirement Identified In This Sources Sought. Information Received From This Sources Sought Shall Be Utilized To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Services Are Invited To Submit A Response To This Sources Sought Notice By 10 Am Est, March 27, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Tnauri.woodbridge@va.gov. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. interested Parties Should Complete The Attached Sources Sought Worksheet. Parties May Submit Additional Information Related To Their Capabilities, Provided It Contains All The Requirements Contained In The Sources Sought Worksheet. Responses To This Sources Sought Shall Not Exceed 8 Pages. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format. sam: Interested Parties Shall Be Register In The System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam Will Be Ineligible To Receive A Government Contract, Should A Solicitation Be Issued Resulting From This Sources Sought. vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract, Should A Solicitation Be Issued Resulting From This Sources Sought. attachment 1 sources Sought Worksheet qualification Information: company / Institute Name: _______________________________________________________ address: ______________________________________________________________________ phone Number: ________________________________________________________________ point Of Contact: _______________________________________________________________ e-mail Address: ________________________________________________________________ unique Entity Identifier (uei) #:â ___________________________________________________ cage Code: __________________________________________________________________ other Available Contract Vehicles (gsa/fss/nasa Sewp/etc): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ socio-economic Status: vip Verified Sdvosb: (y / N) vip Verified Vosb: (y / N) 8(a): (y / N) hubzone: (y / N) economically Disadvantaged Women-owned Small Business: (y / N) women-owned Small Business: (y / N) small Business: (y / N) note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered And Center For Veterans Enterprise (cve) Verified In Vetbiz Registry Www.vetbiz.gov. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Sdvosb, Vosb, Small Businesses Or Procured Through Full And Open Competition. capability Statement: provide A Brief Capability And Interest In Providing The Service As Listed In Attachment 2 Performance Work Statement With Enough Information To Determine If Your Company Can Meet The Requirement. The Capabilities Statement For This Sources Sought Is Not A Request For Quotation, Request For Proposal Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach, But Rather The Government Is Requesting A Short Statement Regarding The Company S Ability To Provide The Services Outlined In The Pws. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ attachment 2 statement Of Work background the Newington Va Medical Center Has 3 Mcquay Xxx Chiller Units That Provide The Cooling For The Facility. Currently, 2 Of The Units Are In Immediate Need Of Maintenance And Rebuilds. The Current Company, Daikin, Owns The Mcquay Brand Of Chillers And Provides A Trained Service To These Units With Certified Parts And Trained Technicians. Most Of The Seals And Gaskets Need To Be Replaced. Motors And Pumps Require Cleaning And Tuning. This Project Is To Conduct A Full Inspection And Rebuild Of The Mcquay Chillers By The Manufacturer. It Is Critical To Complete This Scope Of Work Prior To The Cooling Season / Hot Weather Of 2025. scope Of Work the Purpose Of This Statement Of Work Is To Complete Thorough Inspections And Detailed Repairs/upgrades To The Newington Medical Center S Chiller Units 1 & 2. Both Units Are Air-cooled Mcquay C251245yy2ra the Work Is To Be Completed While The Chiller Is Offline Prior To Cooling Season. This Project Will Provide A Complete Overhaul Of The Chiller Providing All Required Routine Maintenance And Replacement Of All Consumables And Any Un-serviceable Parts. the Contractor S Responsibility Of This Contract Includes, But Is Not Limited To The Following: provide All Labor, Materials, Tools, Equipment, Applicable State Licenses And Permits To Accomplish This Sow. provide A Complete Accident Prevention Plan / Safety Plan For Approval By Va Safety And Facilities Management Services provide Containment Of Work Area As Required By Va Safety & Infection Control Standards identify Any Applicable Power Breakers For Equipment To Be Locked Out / Tagged Out And Ensure Breakers Are Properly Labeled. Contractor Responsible For All Lo/to Plans, Coordination With Va Fms. Contractor Responsible For Any Locks, Tags, Hasps, Breaker Lockouts That May Be Required Onsite. identify And Lock Out Main Breaker(s) At The Source Panels. coordinate With Va Fms For Any Proposed Utility Shutdowns To Complete Work Safely. provide Lock Out / Tag Out Of Any Water, Steam Or Other Facilities That Could Present A Hazard. ensure Chiller Controls Are Repaired And Functioning On Newington Bms Controls Within New Control Room. coordinate With Fms & Boiler Plant Supervisor To Ensure All Alarms, And Control Panels Meet Current Facility Needs. conduct Thorough Inspections Of Mcquay Chiller Units At Va Newington, Ct Medical Center add A Separate Line Item In Scope To Include All Refrigerant Needed To Fully Re-charge Chiller Units As Required. remove And Dispose Of Any Refrigerant, Freon, Or Other Hazardous Materials Via Proper Va, State And Federal Epa Requirements. procure All Replacement Oem Parts Certified By Manufacturer. Present Va Fms With Any Submittals For All Materials, Ensuring They Meet Manufacturer And Va Standards. Provide Va Fms With Any And All Updated Maintenance Manuals Via Digital And Hard Copies. Provide Va Fms With A Basic Schedule And All Anticipated Completion Dates For Project. Coordinate With Va Fms For All Waste Removal, Dumpster, And Housekeeping Plans. Adhere To All Va Safety Requirements For Work In Boiler Plant. All Disposable Materials Shall Be Removed From The Facility By The Contractor And Disposed Of In Accordance With Applicable State Environmental Protection Regulations. Disposal Of Construction Byproducts Shall Be Made At The Contractor S Expense. Debris Shall Not Be Left In Such A Manner That Airflow Or Other Motion Could Cause The Debris To Be Scattered Outside Of The Work Area Or Within The Facilities Via Local Foot Traffic. All Work To Be Done During Normal Operation Hours. Any Request For Off Hours Work To Be Coordinated With Cor (cornelius Finnegan) And (mike Olechnicki) Va Boiler Supervisor. The Contractor Shall Verify All Existing Utility Installations And Take Appropriate Action Prior To Working In The Vicinity Of Utility Services (electrical, Plumbing, Hvac, Etc.). Contractor Policies And Procedures Shall Comply With Va Privacy And Security Policy, The Privacy Act And Health Insurance Portability And Accountability Act (hipaa). all Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Va Designee. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Va Designee A Valid (non-expired) Photo Identification Issued By A Us Federal, State Or Local Government Agency. Contractors Can Check In At Bldg 3 Fms Office To Sign In And Secure Contractor Passes As Needed. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. the Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. 1.1: Existing Mcquay Chiller To Be Rebuilt Newington, Ct appendix A infection Prevention Measures implement The Requirements Of Va Medical Center S Infection Control Risk Assessment (icra) Team. Icra May Monitor Dust, In The Vicinity Of The Construction Work, And Require The Contractor To Take Corrective Action Immediately If Safe Levels Are Exceeded. establish And Maintain A Dust Control Program As Part Of The Contractor S Infection Preventative Measures In Accordance With The Guidelines Provided By Icra As Specified Herein. Prior To Start Of Work, Prepare A Plan Detailing Project-specific Dust Protection Measures, Including Periodic Status Reports, And Submit Them To The Cor And To The Icra Team For Compliance Review In Accordance With Section 01340, Samples And Shop Drawings. all Personnel Involved In The Construction Or Renovation Activity Shall Be Educated And Trained In Infection Prevention Measures Established By The Medical Center. medical Center Infection Control Personnel Shall Monitor For Airborne Disease (e.g. Aspergillosis) As Appropriate During Construction. A Baseline Of Conditions May Be Established By The Medical Center Prior To The Start Of Work And Periodically During The Construction Stage To Determine Impact Of Construction Activities On Indoor Air Quality. In Addition: the Cor And Vamc Infection Control Personnel Shall Review Pressure Differential Monitoring Documentation To Verify That Pressure Differential In The Construction Zone Is Acceptable. The Requirement For Negative Air Pressure In The Construction Zone Shall Depend On The Location And Type Of Activity. Upon Notification, The Contractor Shall Implement Corrective Measures To Restore Proper Pressure Differential As Needed. in The Event Of Unacceptable Environmental Conditions, The Medical Center, With Assistance From The Contractor, Shall Conduct An Environmental Assessment And Take Corrective Actions As Needed To Find And Eliminate The Source. in General, The Following Preventative Measures Shall Be Adopted During Construction To Keep Down Dust And Prevent Mold. dampen Debris To Keep Down Dust And Provide Temporary Construction Partitions From Existing Structures Where Agreed Upon With The Cor. Blank Off Ducts And Diffusers To Prevent Circulation Of Dust Into Occupied Areas During Construction. prior To Initiating A Dust Control Program, Review The Site To Determine The Effects Of Blocking Hvac Ducts And Their Impact On Existing Air Handling Systems That Must Remain Operational. The Method Of Capping Off Hvac Ducts Shall Withstand Airflow And Be Dust Tight. construct Anteroom To Maintain Negative Airflow From Clean Area Through Anteroom And Into Work Area Where Required. high Risk Patient Care Areas May Require Additional Measures Like Air Locks, Special Signage, Smoke, And Negative Pressure Alarms As Needed. the Contractor Shall Identify High Risk Patient Care Areas Clearly On The Drawings And Work With Medical Center Personnel To Achieve Desired Level Of Isolation. The Method Of Isolation Shall Be Suited To The Nature Of Work Taking Place And Risk To Personnel Or Patients. do Not Perform Dust- Producing Tasks Within Occupied Areas Without The Approval Of The Cor. For Construction In Any Areas That Will Remain Jointly Occupied By The Medical Center And Contractor S Workers, The Contractor Shall: provide Dust Proof Fire-rated Temporary Construction Barriers To Separate The Construction Space From The Operational Areas Of The Hospital. Barriers Shall Be Sealed And Made Presentable On The Hospital Occupied Side. Install A Self-closing Fire Rated Door With A Metal Frame, Commensurate With The Partition, To Allow Worker Access. Always Maintain Negative Air Pressure In The Construction Space, Up To The Barrier Door. A Fire-retardant Polystyrene, 6-mil Thick Or Greater Plastic Barrier Meeting Local Fire Codes May Be Used Where Dust Control Is The Only Hazard, And An Agreement Is Reached With The Cor And Medical Center. hepa (high Efficiency Particulate Accumulator) Filtration Is Required Where The Exhaust Dust May Reenter The Breathing Zone. Contractor Shall Verify That Construction Exhaust To Exterior Is Not Reintroduced To The Medical Center Through Intake Vents Or Building Openings. Install Hepa Filter Vacuum System Rated At 95% Capture Of 0.3 Microns Including Pollen, Mold Spores And Dust Particles. Ensure Continuous Negative Air Pressure Within The Work Area. Hepa Filters Should Have Ashrae 85 Or Other Pre-filter To Extend The Useful Life Of The Hepa. Provide Both Primary And Secondary Filtrations Units. Exhaust Hoses Shall Be Heavy Duty, Flexible Steel Reinforced, And Function Such That Dust Is Not Reintroduced To The Medical Center. adhesive Walk-off/carpet Walk-off Mats, Minimum 24 X 36 , Shall Be Used At All Interior Transitions From The Construction Area To Occupy Medical Center Area. These Mats Shall Be Changed As Often As Required To Always Maintain Clean Work Areas Directly Outside Construction Area. vacuum And Wet Mop All Transition Areas From Construction To The Occupied Medical Center At The End Of Each Workday. Vacuum Shall Utilize Hepa Filtration. Maintain Surrounding Area Clean Frequently. Remove Debris As It Is Created And Dispose Of It Appropriately. the Contractor Shall Not Haul Debris Through Patient-care Areas Without Prior Approval Of The Cor And The Medical Center. When, Approved, Debris Shall Be Hauled In Enclosed Dust Proof Containers Or Wrapped In Plastic And Sealed With Duct Tape. No Sharp Objects Should Protrude Or Be Allowed To Cut Through The Plastic. Wipe Down The Exterior Of The Containers With A Damp Rag To Remove Dust. All Equipment, Tools, Material, Etc. Transported Through Occupied Areas Shall Be Made Free From Dust And Moisture By Vacuuming And Wipe Down As Needed. using A Hepa Vacuum, Clean Inside The Barrier And Vacuum Ceiling Tile Prior To Replacement. Any Ceiling Access Panels Opened For Investigation Beyond Sealed Areas Shall Be Sealed Immediately When Unattended. there Shall Be No Standing Water During Construction. This Includes Water In Equipment Drip Pans And Open Containers Within The Construction Areas. All Accidental Spills Must Be Cleaned Up And Dried Within 12 Hours. Remove And Dispose Of Porous Materials That Remain Damp For More Than 72 Hours. at Completion, Remove Construction Barriers, Ceiling Protection Or Other Temporary Construction Materials Carefully, And Outside Of Normal Hospital Operating Hours Or As Agreed Upon With The Cor And Medical Staff. Vacuum And Clean All Surfaces To Be Free Of Dust After Removal. final Cleanup: upon Completion Of The Project, Or As Work Progresses, Remove All Construction Debris From The Ceiling, Vertical Shafts And Utility Chases That Have Been Part Of The Construction. perform Hepa Vacuum Cleaning Of All Surfaces In The Construction Area. This Includes Walls, Ceilings, Cabinets, Furniture (built-in Or Free Standing), Partitions, Flooring, Etc. all New Air Ducts Shall Be Cleaned Prior To Final Inspection. end Of Appendix appendix B va Information And Information System Security/privacy Language For Inclusion Into Contracts, As Appropriate general contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. access To Va Information And Va Information Systems a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s> Defense Industry Contractor Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bid, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Secretary Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. the Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. va Information Custodial Language information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor S Rights To Use Data As Described In Rights In Data General, Far 52.227-14(d) (1). va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On-site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. prior To Terminator Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1 Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Policies In This Contract. the Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. if Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. if A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. the Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. the Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above-mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. for Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor. information System Design And Development information Systems That Are Designed Or Developed For On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designation In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. the Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. the Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default Program Files Directory And Silently Install And Uninstall. applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. the Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. the Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. the Contractor/subcontractor Agrees To: comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: the Systems Of Records (sor); And the Design, Development, Or Operation Work That The Contractor/subcontractor Is To Perform. include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. in The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. Operation Of A System Of Records Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. Record Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person S Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. System Of Records Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual. the A/e Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As Systems ), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The A/e Anywhere In The Systems Including Operating Systems And Firmware. The A/e Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. the A/e Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 7 Days. when The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The A/e Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The System Within 10 Working Days. When The A/e Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 7 Days. all Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. information System Hosting, Operation, Maintenance, Or Use for Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerability Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Must Be Equivalent To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va S Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor S Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government-owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. the Contractor/subcontractor S System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va S Poa&m Management Process. The Contractor/subcontractor Must Use Va S Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re-authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. the Contractor/subcontractor Must Conduct An Annual Self-assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. va Prohibits The Installation And Use Of Personally Owned Or Contractor/subcontractor-owned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow, Or Contract. All The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Or Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclaved Based) Firewall That Is Configured With A Va-approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The A/e At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: a/e Must Accept The System Without The Drive. va S Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then. the Equipment A/e Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract. a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. security Incident Investigation the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosures Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access. to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. liquidated Damages For Data Breach consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. the Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term Data Breach Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed For, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: nature Of The Event (loss, Theft, Unauthorized Access). description Of The Event, Including date Of Occurrence data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code. number Of Individuals Affected Or Potentially Affected. names Of Individuals Or Groups Affected Or Potentially Affected. ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text. amount Of Time The Data Has Been Out Of Va Control. the Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons). known Misuses Of Data Containing Personal Information, If Any. assessment Of The Potential Harm To The Affected Individuals. data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $37.50 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: notification. one Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports. data Breach Analysis. fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution. one Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. security Controls Compliance Testing on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-days Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. training all Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems. successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training. successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-1 6, Information Technology Security Training Requirements.] the Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete. end Of Appendix C Finnegan Va Fms Construction Control Rep / Cor

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Amendment I (corrected Typos) description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Design Contract With Services To Be Performed At The Charles George Va Medical Center At 1100 Tunnel Road, Asheville, Nc 28805. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb). This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf330s. The Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top. Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, “architect-engineer Qualifications.” Interested Firms Should Submit Their Current Sf330, Parts I And Ii, To Keith.hunter@va.gov. The Sf330s Are Due No Later Than 8:00 Am Est January 24, 2025. scope Of Work: This Project Will Engage An Architectural Engineering Firm For Professional Architect/engineer (ae) Services Necessary To Design For The Replacement Of The Existing Air Handling Unit #11 Serving The Imaging Department In Buildings 47 At The Charles George Vamc, Asheville, Nc. Air Handling Unit, Supply And Return Fan, Heating/cooling Coils And Piping Shall Be Sized To Meet The Temperature And Air Exchange Needs Of Approximately 10,000 Square Feet Of Space. Work Includes Investigating The Site, Taking Calculation And Designing For The Replacement Of The Air Handling Unit, Structural Support, Fans, Coils Piping, And Control System. Project Also Involves Investigating And Sizing The Supply And Return Ductwork And Associates Variable Volume Supply Box And/or Constant Volume Supply Box. Ceilings And Walls May Need To Be Modified To Accommodate Removal Of Old Ductwork And Installation Of New Ductwork. The New System Will Replace The Existing System In The Exact Location. Design Includes Mechanical Engineering, Electrical Engineering, Structural Engineering And Architectural Disciplines. requirements: the Ae Selected Is Expected To: part Ia – Preparation Of Existing Conditions And Conceptual Design – Investigative Services: Preparation Of Existing Conditions Plan And Conceptual Design Which Includes Site Investigation For Architectural, Mechanical, Electrical, And Environmental Hazards Such As Suspect Asbestos Containing Material (acm). Work Will Consist Of Ae Personnel Removing Ceiling Tile(s) And Tracing Ductwork, Electrical, And Plumbing Above Ceilings. Perform Project Site Investigation In Accordance With The ‘site Investigations’ Section Of This Scope Of Work. physically Survey As Well As Review Record Drawings Of The Existing Building. Inform Co/cor Of Supplemental Information Gathering That May Be Required. conduct On-site Work Session With User Group And Other Members Of The Integrated Project Team To Discuss Conceptual Options. describe All Measures Available To Achieve The Project Objectives, Including The Benefits And Drawbacks Of Each Measure, To Guide Decisions By The Facility During Schematic Design. The Decision Of Which Alternatives To Select For The Construction Project Rests With The Va. develop And Describe A Construction Strategy That Allows Existing Functions To Continue During Construction. Develop This Strategy In Development Of Construction Documents. participate In A Conference Call After Va Has Completed Schematic Design Review ae Shall Review Needs Identified By The Ipt For The Area Under Consideration For Design And Provide Recommendations. In Addition, The Project Shall Be Phased To Minimize The Impact To The Medical Center Operations And Patient Care. Prior To Submission Of Schematic Design Material, The Ae Shall Meet With The Vamc’s Cor To Discuss Proposed Phasing Requirements For The Project. These Phasing Requirements Shall Describe The General Sequence Of The Project Work, Estimated Project Duration, And What Va Constraints Will Exist That Will Influence The Contractor's Approach To The Construction Project. The Ae Shall Be Responsible For Documenting The Phasing Requirements. the Ae Shall Make Site Visits As Required To Determine Existing As-built Conditions Affecting This Project. Information, Including Drawings And Other Documentation, Provided To The Ae Shall Be Used As Reference Only. The Ae Is Responsible For Verifying All Existing Site Conditions To Include But Not Be Limited To Crawling In Crawlspaces, Looking Above Ceilings And The Building Penthouse. coordinate Visits With The Cor As Assigned At The Ntp. The Ae Shall Arrange For And Oversee The Performance Of Such Investigations Necessary For The Proper Design Of The Project. Autocad Background Drawings Shall Be Provided By The Va Upon Request If Available And Shall Be Used As Reference Only. The Ae Shall Field Verify Every Aspect That Relates To The Project. perform Photographic Documentation During Investigative Services; Files Are To Be Maintained For Future Reference Of Existing Conditions For Construction Documents And Unforeseen Unit Costing Basis. the Contractor Shall Prepare Digital Photo Documentation Of Construction Work, Including Sites, Buildings, And Field Activities. Digital Photos Shall Be Submitted In Jpeg Format To The Project Website, And To A Resolution Sufficient And Appropriate For The Type Of Work Photographed. The Contractor Shall Provide An Index For Each Set Of Photographs Submitted Identifying The Contractor, Base, Facility, Project Number, Date, And A Brief Description. The Contractor Shall Coordinate Photography Of Any Kind Through The Cor. the Ae Shall Complete All Necessary Site Investigations Prior To The 15% Schematic Design Submission. part Ib – Preparation Of Contract Drawings And Specifications – Design Development: Preparation And Submission Of Construction Bid Documents, Interim Design Document Submittals, And The Final Construction Bid Documents At The Completion Of The Design Development Process In Accordance With The ‘design Package Submission Schedule’ Section. Design Document Packages Shall Contain A Complete Set Of Documents As Specified In The ‘design Requirements/submissions’ Section Of This Statement Of Work (sow). The Ae Shall Develop A Design Necessary To Meet The Requirements In The ‘project Scope’ Section Of This Sow. Design Shall Include Engineering Services Rendered Necessary By Va (veterans Affairs) At The End Of Part Ia Investigative Services Within The Construction Cost Parameters. design And Produce Construction Documents For Implementation Of The Selected Alternatives. submittals Must Include The Components Listed On The A/e Submission Instructions For Minor And Nrm Construction Program Https://www.cfm.va.gov/​til/​ae/​aesubmin.doc. submittal Register - Provide A List To The Va Of Technical Submittals That Will Be Required. intended For Long-term Use, The Project Design Specifications Must Provide, To The Maximum Extent Practicable, A Final Product Of Enduring Quality; Energy And Water Efficient; Environmentally Conscious; Functional And Requiring Low Maintenance; Durable; Flexible For Changing Uses; Universally Accessible; Sustainable; Operationally Cost Effective; Compliant With Appropriate Codes, Statutes, And Vha Requirements. construction Documents Must Be Complete, Clear, Specific, Accurate, Coordinated Between Disciplines, Quantifiable, And Explicit In Quality Expectations For Suitable Materials, Systems, And Workmanship. throughout The Design Phases Of The Project, The A/e Shall Work Closely With The Cor And Integrated Project Team To Ascertain And Confirm All Project Requirements. the Contractor Shall Attend Meetings And Teleconferences To Discuss Technical Requirements, Issues, And Project Progress And Status As Required. The Contractor Shall Prepare, And Submit For Review, Presentation Materials For Meetings And An Agenda. The Contractor Shall Be Responsible For Taking Meeting Minutes, Prepare And Submit Minutes For All Meetings Attended No Later Than 3 Business Days, With The Exception Of The Ipt Meetings As Discussed In Previous Paragraph, After The Meeting Has Occurred. The Minutes Shall Be Sent To The Contracting Officer And Cor For Coordination And Approval Prior To Distribution. the Ae Shall Provide An Evaluation, Cost Estimate And Conceptual Plans To Determine The Feasibility Of Completing The Project Within Project Budget. Disadvantages And Advantages Shall Be Provided Including Impacts To Patient Care/medical Center Operations And Order Of Magnitude Cost Estimates (with Cost Of Patient Care Factored Into The Economy/feasibility) part Ii – Construction Period Services: Review And Provide Concise Recommendations On All Submittals, Shop Drawings, Product Data, Samples, Rfis, Change Order Proposals, Etc. In Accordance With ‘construction Period Services’ Section Of This Sow. Services Shall Include Providing Record Drawings Based On Finalized Contractor Red-line As-builts. assist In Answering Questions And Provide Clarifications As Deemed Necessary By The Contracting Officer Or Cor During Solicitation And Issuing Any Addendums, Revise Drawings/specifications, Etc. Necessary To Fully And Completely Address Questions Any And All Questions Submitted By The Cor, Contracting Officer And Awarded Construction Contractor. serve As An Advisor And Provide Assistance To The Va To Determine Whether The Contractor Or Subcontractor Meets Technical Qualification Requirements, Assist In The Review Of Contractor Proposals For Technical Acceptability, Support By Written Recommendations Of Any Problems Or Litigation Encountered In Past Performance Based On First-hand Knowledge. review All Submissions And Provide Concise Direction To The Va. Provide Direction Within 5 Business Days Upon Request For Shop Drawings, Product Data, Installation Instructions, Samples, Etc. Provide Direction Within 5 Business Days For Rfi’s And Change Order Proposals. Changes To Contract Documents Based On Errors And Omissions In Design Will Be At No Cost To The Va To Include Cost Estimates For The Change. The Co Shall Make The Final Determination On What Is Or Is Not An Error Or Omission. provide Commissioning For All Affected Systems. prepare Record Drawings Based On Contractor Red-line As-built Drawings With Correspondence Performed During Construction. The Ae Shall Provide A Set Of Updated Drawings And Specifications On Cd Within 20 Business Days Of Construction Contract Completion To The Cor. the Ae Shall Function As The Commissioning Agent For All Necessary Commissioning Actions. The Ae Shall Provide Testing, Inspection And Reporting Services During Construction. The Ae Must Conduct A Site Visit, At Least Once A Month, During Each Phase Of The Project, And Must Be Present For Every Test Or Inspection And To Document The Outcome. part Iii – Construction Period Site Visits: Visit The Site At The Request Of The Va In Accordance With Section ‘site Visits’ In This Sow. The Ae Shall Respond On Site Within An 8-hour Period When Requested. The Total Number Of Site Visits During The Construction Period Is Estimated To Be Five (5) For This Project, Which May Be Finalized After Selection Of The Ae And During Negotiation Of The Proposal. Each Site Visit Shall Be Documented Through A Field Report Denoting The Purpose And Results Of The Site Visit. make Site Visits On Requests Of The Va And Prepare Documented Field Reports Denoting The Purpose And Results Of The Site Visit, To Include Agreed Upon Changes In Design As Determined Necessary During The Construction. Visits Made Based On Errors And Omissions In Design Will Be At No Cost To The Va. participate In Partial/final Acceptance Inspections (in-wall, Above Ceiling, And Final) As Scheduled And Generate Punch List Items For Completion. Inspections Shall Cover Quality Of Installations And Locations/placement Of Items In Accordance With The Contract Documents. The Punch List Shall Reference The Contract Documents For Specific Deficiencies (i.e. Specification Section, Drawing Detail, Etc.). attend The Pre-bid And Pre-construction Conference To Review And Confirm Project Scope. during Construction, Allow For A Minimum Of Site Visits As Negotiated For The Contract, As Directed And Scheduled By The Cor. offerors Will Be Evaluated On The Following Criteria: the Submitted Sf330’s Shall Be A Maximum Of 30 Total Pages. All Necessary Information To Meet The 5 Criterions Shall Be Contained Within Those 30 Pages As The Evaluation Will Stop At The End Of Page 30. the Submitted Sf330s Will Be Evaluated On The Following Criteria: this Acquisition Will Be In Accordance With Far Part 36.602-1 And Vaar Part 836.601-1. The Following Evaluation Criteria Will Be Used To Evaluate Sf330 Technical Proposals: the Architect/engineer (ae) Must Demonstrate Its Qualifications With Respect To The Published Evaluation Criteria For All Services. Evaluation Criteria (1) Through (4) Are Considered The Most Important And Listed In Descending Order Of Importance; Criteria (5) Is Significantly Less Importance Than (1) Through (4) But The Associated Value Of 1 Through 4 Are In A Declining Value And Order Of Importance. Criterion (1) Is The Highest With Criterion (5) Being The Lowest. (1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services; (2) Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design; (3) Capacity To Accomplish The Work In The Required Time; (4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules; (5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; If Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. criterion 1 - Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines – Architectural, Electrical, Mechanical, And Structural Design. submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf330 Part 1 Section G. criterion 2 - Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design. Offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Like Those Anticipated Under This Contract About: special Knowledge Of Mechanical, Electrical And Structural Engineering. experience Working In And Around An Operational Hospital specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Example Projects Shall Note Project’s Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf330 Part 1, Section F Item 25 “firms From Section C Involved In This Project,” Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. Additionally, Firms Are Required To Return And Submit The Attachment B Titled Criterion 2 Format, Which Will Clearly Demonstrate Specific Experiences And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Specifically List Similar Scoped Projects Covering The Previous 10 Years And Clearly Show Participation. (see Sf330 Part I Section G, But Not Excluding Other Information Provided On The Sf330 And Supporting Documentation.) note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. all Information For Criterion 2 Should Be Submitted In Part 1, Section F Of The Sf330. The Government Will Not Consider Information Submitted In Addition To Part 2, Section F In Evaluating Criterion 2. criterion 3 - Capacity To Accomplish The Work In The Required Time. Firms/teams Will Be Evaluated In Terms Of Their Ability To Plan For And Manage Work Under The Contract And Capacity To Accomplish The Work In The Required Time. submission Requirements: Describe The Firm’s Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm’s Capacity To Accomplish Multiple Projects Simultaneously. Additionally, Prospective Contractors Are Required To Provide A List Of Current Projects With A Design Fee Of Greater Than $25,000 Currently Being Designed In The Firm’s Office. Indicate The Availability Of The Proposed Project Team (including Sub-consultants) For The Specified Contract Performance Period In Terms Of: (1.) Both The Average And Maximum Number Of Projects Being Worked Simultaneously For The Previous Twelve (12) Month Period, For Each Key Personnel Member, (2.) The Number Of Projects Currently Being Worked By Each Key Personnel Member Identified In The Sf330, And (3.) The Number Of Projects That Could Be Added To Workload, Given Size And Complexity. criterion 4 - Past Performance – Offerors Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 1 Projects And May Include Other Information Provided By The Firm, Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. note: Past Performance Information For Projects Listed Under Criterion 1. project Recency: A Project Will Be Considered Recent Only If Performance Was Completed Within Five (5) Years Of The Date Of Issuance Of This Public Announcement. Ongoing Projects Will Not Be Considered As No Accurate Performance Record Can Exist For Work Not Yet Completed. submission Requirements: Submit A Completed The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Submit No Less Than Three (3) And No More Than Five (5) Past Performance References For Recent And Relevant Projects Identified On Sf330 Part I Section F. Completed Ppqs Should Be Submitted With Your Sf330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment A), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) If It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 6, Attn: Samantha Cahill Via Email At Keith Hunter Via Email At Keith.hunter@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other Ae Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. criterion 5 - Location In The General Geographical Area (asheville, Nc) And Knowledge Of The (asheville, Nc); Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. Provided That The Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Contract, Firms/teams Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract. submission Requirements: Indicate Firm’s/team’s Location, Including Main Offices, Branch Offices, And Any Sub Consultant’s Offices, As Well As Demonstrate How This Will Be Advantageous To The Government. selection Interview: discussions/interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews Will Be Asked A Series Of Established Questions. Elaborate Presentations Are Not Desired, But Selected Firms Should Be Prepared To Present A Summary Of Their Qualifications And Similar Projects To The Evaluation Team. Firms Selected To Move To This Stage Of The Evaluation Will Be Limited To A 30 Minute Time Block. general Information: all Design And Work Will Conform To The Current Edition Of The Va Master Specifications And Va Design Standards As Published At The Following Site: Www.cfm.va.gov; Asme, Osha, Ibc 2009, Nfpa And Nec Building Codes And Standards. Coordinate All Work Through The Contracting Officer’s Representative (cor) Of Facilities Management Service. Contractor Is Responsible For All Cleanups And Refuse Disposal Throughout The Construction Period. The Ae Firm Will Prepare Drawings And Specifications In Enough Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Construction Work. Microsoft Project Scheduling And Management Software Will Be Used By Both The Ae And Contractors To Allow For Regular Tracking Of Schedules And Work By The Va Medical Center. Schedules With Ms Project Will Be Regularly Sent To The Cor Upon Project Initiation And Whenever Significant Changes Occur In The Schedule. The Estimated Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The Ae Will Provide An Initial Estimate Of Cost To Perform The Above Work And Will Design Only Those Items That Can Be Provided Within The Cost Limitation. The Estimated Cost Of Construction (ecc) Shall Only Be Provided To The Contractor In Which A Formal Proposal Is Sought For The Purposes Of Providing A Proposal. The Medical Center Must Remain Operational Throughout The Construction Period And A Detailed Sequence Of Work Will Be Provided By The Ae To Minimize Impact Of The Construction. The Ae Will Provide Documents At Each Submission As Indicated In The Statement Of Work. The Naics Code For This Procurement Will Be 541330, Engineering Services. The Current Small Business Size Standard For 541330 Is $25.5 Million. design Costs: All Offerors Are Advised That In Accordance With Vaar 836.606-71(a) The Total Cost Of The Architect Or Engineer Services Contracted For Must Not Exceed Six Percent (6%) Of The Estimated Cost Of The Construction Project Plus Any Fees For Related Services And Activities. Additionally, Far 52.236-22 Design Within Funding Limitations, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Rated A-e Firm(s) Selected In Accordance With The Outlined Process. limitations On Subcontracting: In Accordance With Vaar 852.219-73, Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Business And 13 Cfr 125.6, A Service-disabled Veteran-owned Small Business Concern (sdvosb) Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50% Of The Amount Paid By The Government To Firms That Are Not Similarly Situated. Firms That Are “similarly Situated” Are Those That Are Also Cve-registered Sdvosbs. requirement For Electronic Submission unless Paper Offers Are Specifically Authorized, All Responses To This Pre-solicitation Notice Must Be Submitted Electronically As Described Below. The Only Acceptable Paper Form For This Requirement Is The Receipt Of Past Performance Questionnaires. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award For The Contract Due To Non-compliance With The Terms Of The Solicitation. You Must Submit Your Electronic Offer, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below. in Addition, Contractors Are Notified Of The Award Via An Electronic Notice Of Award E-mail. The Award Document Will Be Attached To The Notice Of Award E-mail. acceptable Electronic Formats(software) For Submission Of Offers files Readable Using The Current Microsoft* Office Version Products: Word, Excel, Powerpoint, Or Access. Spreadsheet Documents Must Be Sent In A Format That Includes All Formulas, Macro, And Format Information. Print Or Scan Images Of Spreadsheets Are Not Acceptable. Please See Security Note Below For Caution Regarding Use Of Macros. When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files) files In Adobe* Pdf (portable Document Format) Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater. another Electronic Format. If You Wish To Submit An Offer Using Another Format Than Those Described In These Instructions, E-mail The Contracting Officer/specialist Who Issued The Solicitation. Please Submit Your Request At Least Five (5) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer. please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. e-mail Submission Procedures: For Simplicity In This Guidance, All Submissions In Response To A Solicitation Will Be Referred To As Offers. subject Line:include The Solicitation Number, Name Of Company, And Closing Date Of Solicitation. size:maximum Size Of The E-mail Message Shall Not Exceed Ten (10) Megabytes.the Sf330, In Its Entirety, Shall Not Exceed One Email Of 5mb. The Sf330 (not Including Past Performance Questionnaires) Are Limited To 30 Pages. If The Page Limits Are Exceeded, The Pages In Excess Of The Limit Will Not Be Read Nor Considered. Only One Email Is Permitted Unless Otherwise Stated In This Paragraph Or In Writing By The Contract Officer Submitting The Solicitation. Due To Va It Security Protocols, Email Submissions Are Limited To 10mb Per Email. Furthermore, It Is The Sole Responsibility Of The Prospective Firms To Confirm Receipt Of Their Submission In Its Entirety Prior To The Closing Date And Time Of Their Submission In Response To This Synopsis. security Issues, Late Bids, Unreadable Offers late Submission Of Offers Is Outlined At Far Parts 52.212-1(f), 52.214-7, And 52.215-1(c)(3). Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission. please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers. to Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus, Or Which Are Otherwise Unreadable Will Be Treated As “unreadable” Pursuant To Far Parts 14.406 And Far 15.207(c). the Virus Scanning Software Used By Our E-mail Systems Cannot Always Distinguish A Macro From A Virus. Therefore, Sending A Macro Embedded In An E-mail Message Or An E-mail Attachment May Cause The E-mail Offer To Be Quarantined. You May Send Both The Spreadsheet And The Spreadsheet Saved In Pdf Format To Ensure That Your Proposal Is Readable. password Protecting Your Submission Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Individuals. important Notice: Apparent Successful Offerors Must Apply For And Receive Verification From The Small Business Administration (sba) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Enough To Establish Appropriate Status, Offerors Must Be Both Visible And Verified By The Small Business Administration (sba) At The Time Of Submission Of Offers And At The Time Of Award. Failure To Be Both Verified By Sba And Visible On Vetcert At The Time Of Submission Of Offers And At The Time Of Award Will Result In The Offeror’s Proposal Being Deemed Non-compliant. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Sba Verification Of Their Sdvosb Status If They Have Not Already Done So. important Addendum To 852.219-73 Va Notice Of Service-disabled Veteran-owned Small Business Set Aside: Va’s Vendor Information Pages (vip) Database Is No Longer Active. Small Business Administration Will Now Verify Sdvosb Status. Offerors Must Be Listed On Sba’s Veteran Small Business Certification (vetcert) Database At Https://veterans.certify.sba.gov/. 852.219-73 Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses. as Prescribed In 819.7011, Insert The Following Clause: va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, “service-disabled Veteran-owned Small Business Concern Or Sdvosb”: (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran. (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document. (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term “service-disabled Veteran” Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term “small Business Concern” Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term “small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities” Has The Meaning Given The Term “small Business Concern Owned And Controlled By Service-disabled Veterans” Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or “similarly Situated” (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: x By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). (end Clause)

City Of Malabon Tender

Healthcare and Medicine
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 30 Million (USD 517.1 K)
Details: Description Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon 1. The City Government Of Malabon, Through The Malasakit Fund Intends To Apply The Sum Of Thirty Million Pesos Only (p 30,00,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Malabon Now Invites Bids From Eligible Bidders For The Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Delivery Of Goods Is Required Within The Period Specified Under Section Vi. Schedule Of Requirements. 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 Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act,” And 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 R.a. 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below From February 12, 2025 – March 4, 2025; 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of Twenty-five Thousand Pesos (p 25, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On February 20, 2025 (thursday); 3:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. 7. Bids Must Be Delivered To The Address Below On Or Before March 4, 2025 (tuesday); 12:00 N.n. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms Set In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On March 4, 2025 (tuesday); 4:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The City Government Of Malabon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information Please Refer To: (originally Signed) Florlinda Ayroso Head- Bac Secretariat (originally Signed) Mr. Alexander T. Rosete, Ph.d. Chairperson - Bids And Awards Committee 1 1 Unit Automated Identification/anticrobial Sensitivity Testing Machine Physical Dimensions: Approx. 535 (h) X 815 (w) X 765 (d) Mm Operating Conditions Temperature: 18-30°c (64.4-86°f) Humidity: 20-80% Rh, Non-condensing Electrical Requirements Input Voltage: 100-240 Vac Input Current: 6 Amp Input Line Frequency: 50/60 Hz Unsurpassed Performance: Resistance Marker And Emerging Resistance Detection Detection Of Esbl Production Among Species Of Enterobacteriaceae Detection Of Vancomycin Resistance In Enterococcus Species (vre) Detection Of High-level Aminoglycoside Resistance In Enterococcus And Streptococcus Species (hlar) Detection Of Methicillin-resistance In Staphylococci (mrs) Detection Of B-lactamase Production In Staphylococcus Species (bl) Detection Of Macrolide Resistance In Streptococcus Species (mlsb) Detection Of Meca-mediated Resistance With S. Aureus (meca) Detection Of Vancomycin Resistant Staphylococcus Aureus (vrsa) Standards Compliance: Clsi (clinical And Laboratory Standards Institute) Eucast (european Committee On Ast) Sfm (antibiotic Committee - French Society For Microbiology) Din (german Institute For Standardization) Capacity: 50 Panels Flexibility Of Panel Configuration: Id-ast Combination (combo) Panels- Simultaneous Running Of 50 Id Tests And 50 Ast Tests Can Be Done, Therefore 100 Simultaneous Tests At One Time Id Only Panels Maintenance Requirement Very Minimal Technologist Intervention Instrument Design: Built In Reliability Instrument Has 1 Moving Part, No Reagents, Pumps Or Tubes Resulting In Low Maintenance And Decreased Down Time (mtbf – Mean Time Before Failure) Automatic Adjustment Of Light Sources Reagent Storage: Room Temperature: (15-25oc) Id Broths Ast Broths Panels Refrigerated Storage: Ast Indicator Panels Safety Feature: Panels Are Closed After Inoculation. Panels Are Spill Proof. Other Requirements: Bidder Must Be An Authorized Distributor Of The Automated Identification/anticrobial Sensitivity Testing Machine. Must Submit A Document Issued By The Manufacturer Or Its Authorized Entity Stating That They Are The Only Distributor Authorized To Carry The Brand For This Bid 2 1 Unit Laboratory Centrifuge Can Accomodate Both Tubes And Gel Cards Automatic Detection Of The Head Type Automatic Selection Of The Appropriate Program 28 Tube Capacity With Touch Screen Display With Easy To Use Interface With 4 Compatible Centrifuge Heads Dimensions: Approx. 380 (w) X 230 (h) X 500 (d) Mm Weight: Approx. 13 Kg Laboratory Incubator Incubator For Both Tubes And Gel Cards Independent Incubation Areas For Gel Cards And/or Tubes) Up To 36 Gel Cards And 24 Tube Capacity With Touch Screen Display With Easy To Use Interface Batch Specific Timers (3 For Gel Cards, 2 For Tubes) Standard Program: 15 Minutes At 37°c Programmable Incubation Time Dimension: Approx. 380 (w) X 230 (h) X 500 (d) Mm Weight: Approx. 13 Kg 3 1 Unit Immuno-analyzer System:fully Automatedcontinuous Loadingrandom Access Principle: With Electrochemiluminiscence (ecl Technology) Throughput: 86 Tests Per Hour Or More Time To Result: Approx. 9 - 27 Minutes Reagents: Liquid, Ready To Use, No Manual Preparation Needed 18 Reagent Slots (cooled And Kept At Constant Temperature) Reagent Compartment: Automatic Closure Of Reagent Lids, Cap Opener Mechanism To Prevent Deterioration, Contamination And Preserves The Reagent For Optimum Reaction Sample Types: Serum, Plasma, Urine And Other Body Fluids Sample Slots: 30 Sample Slots (disk-type) Stat Loading: Disk System (capable): Any Unoccupied Position On The Sample Disk Sample Container Types:primary Tubes: 5–10 Ml; 16x100, 16x75, 13x100, 13x75 Mmsample Cup: 2.0 Mlcups On Tube Sample Volume: 10-50 Ul Sample Database: 2,000 Capable Of Rerun, Repeat, Reflex Capable Of Automatic Dilution Sample Pipettor Principle: Conductive Disposable Tip Handling Reaction Vessel: Disposable Assay Cups Display: User-friendly Interface And Colored Touchscreen Standardized To Other Systems Inclusive Of Printer And Ups Lis Capable With Built-in Barcode Reader For Samples And Reagents Reagents Have Cap Opener Mechanism To Prevent Deterioration, Contamination And Preserves The Reagent For Optimum Reaction External Water Reservoir: 3l For 250 Tests Waste Container Capacity: 4l Parameters 9 Minutes Stat Application For Troponin T, Troponin I, Myoglobin, Beta-hcg, Pth Troponin T-high Sensitive As Gold Standard To Distinguish Between Ami And Non-ami Ecl Technology Allows A Wider Measurement Range, Greater Sensitivity And Needs Smaller Quantities Of Serum. Intelligent Clot Detection And Liquid Level Detection Carryover-free Pipetting With The Use Of Disposable Tips For Individual Sample To Avoid Cross-contamination Automated Sample Rerun Capability Broad Test Menu Of More Than 100 Assays Covering Different Areas Of Indication Such As Thyroid Function Panel, Hepatitis, Infectious Diseases, Cardiac Markers, Hormones, Tumor Markers, Fertility, Critical Care, Bone, Anemia And Maternal Care, Etc. Compact Design, Benchtop Analyzer Ready To Use Reagents Convenient And Error-free Handling Of Reagent Packs Assays: Anti-sars-cov-2, Anti-sars-cov-2 S (quantitative), Sars-cov-2 Antigen, Anti-tg, Calcitonin, Anti-tpo, Anti-tshr, Ft3 Iii, Ft4 Iv, T3, T4, T-uptake, Tg Ii, Tsh, Acth, C-peptide, Dhea-s, Fsh, Hcg+β, Lh, Estradiol Iii, Progesterone Iii, Prolactin Ii, Shbg, Testosterone Ii, Cortisol Ii, Hgh, Amh Plus, Insulin, Anti-hav, A-hav Igm, A-hbc Ii, A-hbc Igm, A-hbe, Anti-hbs Ii G2, Anti-hcv Ii, Hbeag, Hbsag Ii, Cmv Igg, Cmv Igm, Cmv Igg Avidity, Hsv-1 Igg, Hsv-2 Igg, Hiv Combi Pt, Rubella Igg, Rubella Igm, Toxo Igg, Toxo Igm, Syphilis, Digoxin, Ck-mb, Myoglobin Stat, Probnp Ii, Troponin T Hs (high Sensitive), Troponin I Stat, Ferritin, Folate Iii, Folate Rbc, Vitamin B12 Ii, Afp, Ca 125 Ii, Ca 15-3 Ii, Ca 19-9, Ca 72-4, Cea, Cyfra 21-1, Free Psa, Nse, Total Psa, He4, Progrp, Pivka Ii, B-crosslaps, Vitamin D Total Iii (25-hydroxyvitamin D), Pth (intact), Pth (intact) Stat, N-mid Osteocalcin, Pth (1-84), Total P1np, Free-bhcg, Papp-a, Plgf (placental Growth Factor), Sflt, Tacrolimus, Cyclosporine, Sirolimus, Everolimus, 4 1 Unit Abg Machine Measured Parameters Ph / Total Specified Range: 6.5 - 8.0 Pco2 / Total Specified Range: 10 - 150 Mmhg Po2 / Total Specified Range: 10 - 700 Mmhg Na+ / Total Specified Range: 100 - 200 Mmol/l K+ / Total Specified Range: 1 - 15 Mmol/l Ca2+ / Total Specified Range: 0.1 - 2.5 Mmo/l Cl- / Total Specified Range: 70 - 150 Mmol/l Glucose / Total Specified Range: 1.0 - 30.0 Mmol/l Lactate / Total Specified Range: 1.0 - 20.0 Mmol/l Hct / Total Specified Range: 10 - 7 5% Calculated Values: H+, Chco3, Ctco2(p), Ctco2(b), Be, Beact, Beecf, Bb, Cto2, Phst, Cho3 St, Pao2, Ri, Nca2+,, Q/qt, Qt, P50, Fo2hb, So2, So2(c), Aado2, A/ao2, Avdo2, Ag, Mchc, Osm, Oer, Osmopt, Osmpt Gap, Hct (c), Pf Index, Bo2, Thb, O2hb, Hhb, Cohb, Methb, So2 Calculated Values At The Patient's Temperature: Pao2t, Rit, Aado2t, Pht, Pco2t, Po2t, Cht Reagents Number Of Reagents: At Most 3 Sensor Cartridge:2-8 Degrees Celsius Qc Material: 2-8 Degrees Celsius Fluid Pack: 15-25 Degrees Celsius Stability During Operation/onboard Cartridge Shelf Life (days): At Least 42 Number Of Samples Per Disposable Reagent: At Least 200,700 (fluid Pack) Number Of Disposable Reagent System Units In Standard Package: 1 Sensor Cartridge, 1 Aqc Pack, 1 Fluid Pack Sample Types: Whole Blood, Dialysate, Qc Materials / Aqueous Operating Conditions Aspirate From Syringe: Yes Syringe Volume: Approx. 123 Ul Sample Volumes Bg-ise-hct-glu-lac: At Least 102 Ul Bg-ise-hct-glu-lac-coox: At Least 123 Ul Coox: Only 25 Ul Bg(3) (micro Sample): 37 Ul Bg(3)-coox (micro Sample): 55 Ul Time To Result (s): 120 Sample Throughput Per Hour: 30 Power Supply: 100-240 V, 50/60 Hz, Max 120 W Ambient Temperature (degrees C): 15-32 Relative Humidity, Not Condensed (%) [15 < T < 31 Degrees C]: 15-85% Method Of Analyst Id In System: Password (customizable) Hardware Failure Message: Diagnostics Codes With Descriptions Software Failure Message: Diagnostics Codes With Descriptions Calibration And Qc Calibration: Auto Programmable System Calibration: Every 24 Hours 1 Point-calibration: Every 60 Min (programmable 30 Or 60 Minutes) 2 Point-calibration: Every 12 Hours Are Programmable 4, 8 Or 12 Hours Number Of Qc Test On Board: 24 Qc Lockout: Yes Qc Failure Message: Diagnostics Codes With Descriptions Data Processing Monitor: Built In Flat Color Tft-lcd 10.4-inch Touchscreen Thermal Printer Resolution: 203 Dp (8 Dots/mm); Full Graphics: 832 Dots/line; Speed: < 10 Seconds Barcode Scanner: Yes Does Not Require Maintenance Dimensions (cm): Approx. 32w X 47h X 33d Weight In Kg: Approx. 20 Kg Without Fluid Pack And Auto Qc Pack, 24.5 Kg With Fluid Pack And Auto Qc Pack Data Handling / User Interface User Interface: Color Touchscreen - Lcd Technology Remote Diagnostics: Yes Remote Control: Yes Onboard Video Training: Yes Interface Standards Supported: Astm, Poct1-a Smart Chip On Consumables Eliminates The Need For Scanning Barcodes Protected Sample Input Area Reduces The Risk For Contamination Wireless Connectivity 5 1 Unit Bpap Machine Modes Of Operation: Auto Bipap, Fixed Bipap Pressure Range: 4 To 25cm H20 Ramp Time: Adjust 0-45 Minutes (5 Mins. Increment) Starting Ramp Pressure: Patient Adjustable Weight: Approx. 3 Lbs (<1.36kg.) With Compliance Reporting, Automatic Altitude Compensation, Bi-flex Mode 6 1 Unit Cpap Machine Modes: Auto, Cpap, Cpap-check Therapy Features: Auto-trial, Ez-start, Opti-start Flex Pressure Relief: At Least 0 To 3 Smart Ramp Time: At Least 0 To 45 Min, With 5 Min Increments Starting Ramp Pressure Is Patient Adjustable Humidification: Heated Humidification: Fixed, Adaptive, Heated Tube Modes Device Controls: Color Lcd/control Wheel/push Button Lcd Backlight Control: Ambient Light Sensor Filters: Reusable Pollen And Disposable Ultra-fine Data Storage Capacity: 1 Day, 7-day, 30-day Averages; Sd Card >1 Year With Automatic Altitude Compensation With Display Of Simple Trend Patients Nightly Use To Help Track Progress On The Path To Adherence Has Automatic, Personalized Adjustments To Cpap Pressure That Helps Patients Gradually Acclimate To Their Prescribed Level Of Therapy 7 1 Unit Mechanical Ventilator With At Least 12" Tft Color Touch Screen That Is Detachable Display: 3 Waveforms And 3 Loops Modes Of Ventilation: Vcv (a/c), Pcv (a/c), Prvc, Simv (vcv) + Psv, Simv (pvc)+psv, Simv (prvc)+psv, Spont/cpap + Psv, Bivent + Psv, Niv/cpap, Niv-t, Niv-s/t With Invasive And Non-invasive Modes Of Ventilation With Auto-detect And Adjust Leak Compensation With Detachable And Autoclavable Exhalation Valve Made Of Metal With Built-in Inspiratory And Expiratory Flow Sensor With Nebulizer O2, Air Gas Supply: 0.28 Mpa - 0.6 Mpa Tidal Volume: 20-2000ml Respiratory Rate: 1-80 Bpm Tinsp: 0.2-9 Seconds Tslope: 0-2 Seconds Tpause: 0-4 Seconds I:e Ratio: 1:10-4:1 Fio2: 21%-100% Peep: 0-35 Cmh2o Trigger Sensitivity: Pressure (-20 To 0 Cmh2o, Above Peep)e Flow (0.5-20 Lpm)" Pinsp: 5-70 Cmh2o Psupport: 0-70 Cmh2o Esense: 5-80% With 360° Visible Alarm Lamp With Built In Battery Communication Interfaces: Rs-232 Port, Nurse Call Port, Ethernet Port Dimensions (w X D X H): Main Unit: Approx. 322 Mm X 375 Mm X 366 Mm Cart: Approx. 547 Mm X 675 Mm X 950 Mm Weight Of Main Unit, Excluding Cart Must Not Be More Than 13 Kg Must Be Supplied With Avr Must Include The Following Consumables: 5 Pcs. Breathing Circuit, Adult, Disposable 5 Pcs. Breathing Circuit, Pediatric, Disposable 8 2 Units Cardiac Monitor Atleast 13.3-inch Color Tft With 1920 × 1080 Resolution, Supporting Touch Screen Dimensions: At Least 334 Mm (w) × 264 Mm (h) × 162 Mm (d) Weight: <3.8 Kg (kg (standard Configuration, Excluding Battery, Accessories, And Recorder) Displays Maximum Of 10 Waveforms Parameters: 5-lead Ecg, Spo2, Nibp, Temp, And Respiratory Rate Parameter Ranges Include Adults, Pediatrics, And Neonates With Continuous Non-invasive Blood Pressure Technology (cnbp) That Eneables Continuous Nibp Monitoring Without Pressurization Data Storage Trend Data: 2400 Hours @ 1second Nibp Measurement: Up To 1200 Sets Alarm Events: Up To 1000 Sets Ecg Lead Mode: 3 Electrodes: I, Ii, Iii 5 Electrodes: I, Ii, Iii, Avr, Avl, Avf, V Heart Rate Adult: 15 Bpm To 300 Bpm Ped/neo: 15 Bpm To 350 Bpm Accuracy ±1% Or ±1 Bpm, Whichever Is Greater Pvc Adu: (0 To 300) Pvcs/ Min Ped/neo: (0 To 350) Pvcs/ Min St Value Range -2.0 Mv To +2.0 Mv Accuracy -0.8 Mv To +0.8 Mv: ±0.02 Mv Or 10%, Whichever Is Greater. Arrhytmia Analysis: Asystole, Sustain Vt, V-fib/v-tach, Extremetachy, Extremebrady, V Tach, Vent Brady, Tachy, Brady, Wide Qrs Tachy, Non-sustain Vt, Afib, Ventrhythm, Acc. Vent Rhythm, Pause, Pauses/min High, Pvcs High, R On T, Pvcbigeminy, Pvc Trigeminy, Pacer Not Pacing, Pacer Not Capture, Missed Beat,veb, Pvc, Couplet, Run Pvcs, Ipvc, Irr Rhythm, Pac Bigeminy, Multiformpvcs, Pac Trigeminy, Low Voltage (limb) Resp Method Impedance Between Ra-ll, Ra-la Measurement Lead Options Are Lead I And Ii (the Default Is Lead Ii) Rr Measuring Range 0 Rpm To 200 Rpm Resolution 1 Rpm Nibp Method Oscillometry Mode Manual, Auto, Continuous, Sequence Measuring Type Sys, Dia, Map, Pr Cnbp Measuring Range (adult): Sys: 25 To 290 Mmhg; Dia: 10 To 250 Mmhg (pediatric) Sys: 25 To 240 Mmhg; Dia: 10 To 200 Mmhg Alarm Type Sys, Dia Spo2 Measuring Range 0% To 100% Resolution 1% Ecg Cable, Adult Reusable Spo2 Sensor, Pediatric Reusable Spo2 Sensor, Nibp Pvc Hose, Infant Cuff, Pediatric Cuff, Adult Cuff, Large Adult Cuff, And Skin Temperature Probe 9 2 Units Infant Incubator With Servo Control Mode: Air And Skin Temperature With Double Wall And Air Curtain With Low Operation Noise Has An In Built X-ray Tray With Autoclavable Water Tank With Trendelenburg And Reverse Trendelenburg Six (6) Hand Ports Dimension: Approx. 1024 (w) X 690 (d) X 1354 (h) Mm Weight: Approx 99.3 Kg Air Filter Particle: 0.3 Micron Air Filter Efficiency: 99.8% Air Temperature Control Range: 23.0°c - 37.0°c Air Temperature Override Range: 37.1°c - 39.0°c Measurement Range: At Least 20.0 - 45.0 ± 0.5°c Skin Temperature Control Range: 35.0°c - 37.5°c Skin Temperature Override Range: 37.6°c - 39.0°c Measurement Range: At Least 25.0 - 45.0± 0.5°c 10 2 Units Infant Warmer Servo Temperature Control (manual, Baby, Pre-warm Mode) Swivel Head And X-ray Trays For Other Procedure Tilting Mattress For Trendelenburg Movement Easy And Removable Side Wall For Easy Access And Cleaning Apgrar Timer For 1, 5, 10 Minutes Led Examination Light For 3 Level Brightness Temperature Control Range: At Least 34 - 38°c Heater: Infrared Type Heater Control: Atleast 0 - 100 % Or 20 Level Heater Life Time: Atleast 5, 000 Hour Heater Rotation: Atleast 90° Examination Power: 40w Led Examination Control: At Least 3 Level Illumination: Not Less Than 7000 Lux Display: With At Least 7" Tfc Color Lcd Dimensions: Approx. 1890 (h) X 1027 (w) X 690 (d) Mm Weight: Approx. 83 Kg 11 2 Units Bilirubin Light/photo-therapy Machine With At Least 2.4” Tft Color Lcd Display Must Have Flexible Neck With 2 Levels Adjustable Intensity With Timer Function Light Source: Type: Blue Led Variation In Intensity Over 6 Hours: ±10% Effective Area: 40 X 20 Cm Wavelength: Peak Between 450~470 Nm Electrical: Heat Output: Over 6 Hours: <10˚c Dimension: Main Unit: Approx. 75mm(h) X 340mm(l) X 210mm(d) Audible Noise: <60db Led Lifetime: At Least 20,000 Hours 12 2 Units Operating Room Light, Mobile Or Light Unit: Single Head Compatible With Laminar Flow Systems Covered And Reinforced With Aluminum That Is Resistant To Fire, Heat, And Shock With At Least 32 Leds With Sterilizable Handle Max Central Light Intensity (ec): At Least 160 000 Lux Adjustable Illumination Intensity: From 50 000 To 160 000 Lux Minimum Diameter Of Light: 11 Cm; Maximum Diameter Of Light: 26 Cm Electronic Management Of Led Aging Electronically Adjustable Diameter Of The Illuminated Field With Constant Central Illumination Adjustment Of Illuminated Spot Without Mechanical Movement Gesture Control Of Light Intensity, Focus, Colour Temperature Color Rendering Index Ra: At Least 96 Color Rendering Index Of Bright Red R9: At Least 96 Color Rendering Index Of Skin R13: At Least 99 Minimum Constant Focal Depth* L1+l2 (60% Ec): 77 Cm Minimum Constant Focal Depth L1+l2 (20% Ec) 2003: 128 Cm Color Temperature: 3500k To 4500k Can Dim To At Least 2% Brightness Power Supply: 100 To 240v, 50/60hz Voltage: 27.3v Dc Max Power Consumption: 75w Led Life Time: >60 000 H With Cold White And Warm White Led Types Light Head Weighs No More Than 15kg With Ip54 Ingress Protection Rating Or Higher Endoscopy Mode Available 13 1 Unit Orthopedic Instrument Set 1 Pc. Scalpel Handle #3 2 Pc. Scalpel Handle #4 1 Pc. Mayo Operating Scissors Straight 14.5 Cm 1 Pc. Mayo Operating Scissors Curved 14.5 Cm 1 Pc. Mayo Dissecting Scissors Straight 14.5 Cm 1 Pc. Mayo Dissecting Scissors 14.5 Cm 1 Pc. Metzenbaum-nelson Scissors Curved 18.0 Cm 1 Pc. Angled Bandage Scissors 20.0 Cm 1 Pc. Tissue Forceps Narrow 1x2 14.5 Cm 1 Pc. Allis Tissue Forceps 4x5 15.0 Cm 2 Pcs. Adson Tissue Forceps 1x2 12.0 Cm 6 Pcs. Crile Artery Forceps Cvd 1x2 14. Cm 4 Pcs. Rochester-pean Artery Forceps Straight 20.0 Cm 6 Pcs. Backhaus Towel Forceps 13.0 Cm 1 Pc. Mayo-hegar Needle Holder 14.0 Cm 1 Pc. Crile Needle Holder 15.0 Cm 1 Set Parker-langenbeck Us-army Set 1 Pc. Israel Retr. 4 Prongs 40x40mm 25.0 Cm 1 Pc. Volkmann Retr. Sharp 4 Prongs 21.5 Cm 2 Pcs. Volkmann Retr. Blunt 4 Prongs 21.5 Cm 1 Pc. Hohmann Bone Lever Width 22mm 25.0 Cm 1 Pc. Hohmann Bone Lever Width 24mm 28.0 Cm 6 Pcs. Allis Tissue Forceps 4x5 15.0 Cm 1 Pc. Frazier Suction Tube Charr 8/ Wl 9 Cm 1 Pc. Frazier Suction Tube Charr12/ Wl 9 Cm 1 Pc. Beyer Rongeur Forceps 18.0 Cm 2 Pcs.prince Tonsil Scissors Curved 17.5 Cm 1 Pc. Rongeur Forceps 18.0 Cm 1 Pc. Stille-luer Bone Rongeurs Curved 22.0 Cm 2 Pcs.kern Bone Holding Forceps W/o Ratchet 21 Cm 1 Pc. Lane Bone Holding Forceps W/o Ratchet 33 Cm 1 Pc. Gerster-lowman Bone Holding Clamp 20.0 Cm 1 Pc. Gerster-lowman Bone Holding Clamp 20.0cm 2 Pcs. Volkmann Retractor 1 Prong Sharp 21.5 Cm 1 Pc. Williger Mallets 400g 30mm Diam. 1 Pc. Bone File 13mm 24.5 Cm 14 3 Units Infusion Pump Infusion Mode: Rate, Time, Weight, Trapezia, Loading Dose, Sequence, Drip, And Micro Infusion Rate Range: 0.1-1500ml/h With A Minimum Increment 0.01ml/h Vtbi Range: 0.10-99.99ml With Minimum Increment 0.1ml Volume Accumulated: 0-99999.99ml Accuracy: ≤±5% With Purge Function At A Rate Of 1500ml/h Bolus Mode: Manual, Rapid Quantitative, And Automatic Kvo Rate: 0.1-30.00 Ml/h Single And Cumulated Bubbles With The Minimum Single Bubble Level Being 20 Ul. (single Bubble Levels: 20, 50, 100, 200, 300, 500, And 800 (ul)) With An Anti-free Flow Intelligent Blocking Technology To Ensure That The Liquid Will Not Flow Out Arbitrarily When The Pump Door Is Opened. With An Electric Anti-free Flow Clamp And Electric Pump Door Control With At Least 3.5-inch Touch Screen Display And An Automatic Door 10-level Adjustable Screen Brightness With An Auto Occlusion Detection Function Supports Upstream And Downstream Occlusion Detection Downstream Occlusion Level Of 75mmhg-975mmhg, With A 13-level Selection. Dynamic Display Of Iv Sets Pressure Status. There Is No Need To Stop Or Suspend The Infusion When Changing The Infusion Rate. Users May Customize Other Infusion Sets That Meet The Standard With The Infusion Accuracy Auto Correction Function Alarm: Near Finished, Finished, Occl, Up Occl, Low Battery, Battery Empty, No Battery, No Power Supply, Air Bubble, No Drop Sensor, Drop Error, Reminder Alarm, Standby End, Pre Occl, And Door Open. Repeat Alarm: Alarm Sounds Again In 2 Minutes, If There Are Still Alarms If Alarm Is Mute. Able To Store At Least 3000 Drug Types In Library With A Maximum 2000 Events That May Be Stored And Reviewed Capable Of Recording 20 Recent Therapies And Can Be Used For Rapid Infusion 10-level Adjustable Sound Volume Patient Information May Be Inputted Through Bar-code Scanning Wireless And Wire Networking Capability With A Power Switching Function That Allows Infusion Pump To Automaticallyswitch To Built-in Battery When Ac/dc Power Supply Stops With A Standard Built-in Lithium Battery That Works At Least 5 Hours At 25 Ml/h With Ip34, Class B Classification External Dimensions: At Least 150(w) ×230(h) ×90 (d)mm Must Be Light And Less Than 2 Kg, Including The Battery Must Be Supplied With 20 Pcs. Basic Iv Set 15 1 Unit Examination Table For 2d Echo Examination Table For 2d Echo Steel Construction With Scratch And Chip Resistant Epoxy Powder Coating Upholstery With Pvc Cover With Pu Foam Of At Least 75mm Thickness Ratchet Backrest Of 5 Positions With 1 Cabinet And 2 Drawers Dimensions (l X W X H): At Least 1830 Mm X 610 Mm X 760 Mm 16 1 Unit Digital Diagnostic X-ray System, 40kw, 125kv, 500ma Includes: A. High Frequency X-ray Generator, 40 Kw, 500ma Line-powered Generator: 40kw, 500ma, 125kv Output Rating: 40kw Input Rating: 220-230 Vac ±10%, 60 Hz, 1-phase Kv Range: 40~125kv Ma Range: 10 To 500ma Mas Range: 0.1 To 500mas Technique Selection: 4-point Display (kv, Ma, Time, Mas) Reproducibility Coefficient Of Variation Kv < 0.005, Time < 0.005, Mas < 0.01 Accuracy: Kv < ±(1%+1kv), Ma < ±(3%+1ma), Time < ±(1%+0.5ms), Mas < ±(3%+0.1mas) B. Floor Mounted Tube Stand, Manual Tube Rotation Angle: ±135° Longitudinal Stroke: Approx. 2,200 Mm Lateral Stroke: Approx. 220 Mm Vertical Stroke: Approx. 1,330 Mm With 90 Degree Step And Foot Lock For Column Rotation With Em Lock And Counter Weight Balance Max. Anode Hu: 140khu Focal Spot Size Of 1.0/2.0mm Target Angle: Approx. 16° Inherent Filtration: 1.0mmai/75kv C. Collimator Manual Control With 30sec Lamp Timer With Rectangular Field Shape Max. Field Size: More Than 43x43cm At 100cm Sid Max. Kvp Shield: 150kv Inherent Filtration: Approx. 2.0 Mmal Eq. Max. Kvp Shield: Approx. 150kv Luminosity: Over 160lux At 100cm Sid With Led Light Source D. Wall Bucky Stand, Manual Cassette Stroke: Vertical Approx. 1,640 Mm Or 300-1,940 Mm From Floor To Bucky Center With Oscillating Bucky Type Grid: Focal Distance Of 40-72 Inch, 103 Lpi, Ratio 8~12:1 With Electromagnetic Lock And Counter Weight Balance E. Patient Table, 4-way With Longitudinal And Transverse Tabletop Movement Longitudinal Tabletop Movement Of At Least 1,000 Mm Transverse Tabletop Movement Of At Least 250 Mm With Mechanical Bucky Movement Of At Least 350mm Max. Patient Weight Of At Least 300kg With Oscillating Bucky Type Grid: Fd 34-44 Inch, 103 Lpi, Ratio 8~12:1 With Em Lock, Beam Sensor On/off With Buzzer Sound And Led For Center Indication F. Digital Flat Panel Detector Supplied With 1 Unit Wireless Digital Flat Panel Detector With Cesium Iodide Scintillator Active Pixel Area: Approx. 17 X 17 Inch Active Pixel Matrix: Approx. 3,072 X 3,072 Pixel Pitch: Approx. 139um Limiting Resolution: Approx. 3.6 Lp/mm Energy Range: 40 – 150kvp A/d Conversion: 16 Bits Wifi 802.11ac Interface Weight: 5.0kg Or Lighter Supplied With Two (2) Batteries I. Radiologist Workstation With Medical Monitor A. Medical Monitor Must Be Supplied With 2mp Medical Grade Monitor At Least 24-inch Resolution : At Least 2 Megapixels (1920 X 1200 Pixels) B. Central Processing Unit Must Be Supplied With Core I5 Computer Processor Operating System Must Windows 10 Or Newer With At Least 500 Gb Ssd Storage With At Least 8 Gb Ram Supplied With Standard Mouse And Keyboard J. Other Items Must Supply An Inkjet Printer Or Better For The Radiologist Workstation Must Supply Appropriate Ups For The Acquistion And Radiologist Workstation Must Be Supplied With A Transient Voltage Surge Suppressor (tvss) Or Equivalent For The X-ray System Must Be Supplied With 2 Lead Gown, 1 Thyroid Shield And 1 Set Gonadal Shield 17 3 Units Examination Table 1 Cabinet And 3 Drawers Upholstery With Pvc Cover With Pu Foam Of 75mm Thick 2 Lithotomy Stirrups And Straps Approx Dim (mm): 1830 (l) X 610 (w) X 760 (h) Stainless Steel Bowl Scratch & Chip Resistant Epoxy Powder Coating Steel Construction Must Be Supplied With Foot Stool 18 3 Units Transport Stretcher, Hydraulic Transport Stretcher, Hydraulic Mild Steel Frame Work With Epoxy Powder Coating Finish Hydraulic Foot Pedal Controlled Hi-lo Position Gas-spring Assisted Tilting Adjustable Backrest Via Gas Spring With Pvc Bumper Guard Rail And Collapsible Side Rails With Push Handle At The Bed's Foot Ends With Iv Pole Provision, Storage Utility Tray, And Oxygen Tank Holder Safety Load: At Least 250 Kg Backrest: 0°- 90° Trendelenburg: 0°- 12° Reverse Trendelenburg: 0°- 6° Castor Dimensions: Approx. 200 Mm With Central Locking System Mattress Dimensions (l X W X H): At Least 1900 Mm X 650 Mm X 50 Mm Overall Dimensions (l X W X H): At Least 2000 Mm X 750 Mm X 560-870 Mm 19 1 Unit Vein Scanner Dimension Size: Approx. 215(l) X 55(w) X 70(h) Mm Weight: Approx. 390g Functional Optimal Focal Distance: 40cm Image Size: Small, Medium, Large Image Color: White, Green, Color Operation Mode: General, Hd, Line Calibration: An Accuracy Of ± 200μm Electrical Input Power: Dc 15v / 3a Battery Rating: 7.2v / 3,400mah Battery Run Time: 3 Hours Battery Charging Time: 2 Hours Must Be Supplied With Trolley 20 1 Unit Newborn Hearing Test Machine Newborn Hearing Screener Must Be Small, Portable And Shaped To Be Operated In One Hand With Four Arrow Keypad For Navigation Can Store Up To 500 Test Results With Special Eartips Customized For Newborn Ears Screener Dpoae 2 Fixed Protocols - Dp 2s & Dp 4s 2-5 Khz 65/55 Db Spl 6 Db Snr 3 Out Of 4 Frequencies For A Pass Test Time: 2 Or 4 Sec Per Frequency Standard Dpoae 1 Screening + 4 Customizable Protocols 1.5 - 12 Khz 12 Frequency Test Protocols Available 80 Db Pe Spl Customizable Snr, Test Time, Number Of Frequencies Required For A Pass 21 1 Unit Automated External Defibrillator (aed) Status Led Light Provides Real Time, Visual Representation Of Each Step Of Resuscitation Biphasic Truncated Exponential Waveform Technology (bte) Output Energy: 180j (for Adult, Load Impedance Of 50ω); 50j (for Child, Load Impedance Of 50ω) Stored Data: Ecg, Frequency Of Electric Shock, Ambient Sounds Are Recorded, Self-diagnosis Time And Result, Date Of Use Ecg Recording: Lead Ii Analysis Time Of Less Than 11 Seconds

Province Of Iloilo Tender

Software and IT Solutions
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 302 K (USD 5.4 K)
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Digital Duplicator Machine Bid No. Psw-25-494-b Philippine Bidding Documents Sixth Edition July 2020 . Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..18 Section I. Invitation To Bid Purchase Of Digital Duplicator Machine Bid No. Psw-25-494-b 1. The Iloilo Provincial Government Through The Other Machinery And Equipment 2024 Intends To Apply The Sum Of Three Hundred Two Thousand Pesos (php 302,000.00) Being The Abc To Payments Under The Contract For The Purchase Of Digital Duplicator Machine Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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 The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 27, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On June 03, 2025 And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before June 17, 2025 At 9:00 A.m. 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 June 17, 2025 At 9:01 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com May 20, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Digital Duplicator Machine With Bid No. Psw-25-494-b. The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Item, 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 2024 In The Amount Of Three Hundred Two Thousand Pesos (php 302,000.00) The Source Of Funding Is: A. Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or 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 One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Office Of The Provincial Social Welfare And Development Officer Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To Office Of The Provincial Social Welfare And Development Officer. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Item Number Description Quantity Total Delivered, Weeks/months 1 Digital Duplicator Machine 1 1 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. _______________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Psw-25-494-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Digital Duplicator Machine Specification: Master Making/printing Methods: High-speed Digital Master -making/fully Automatic Printing; Original Type: Book Or Sheet Master Making Time: Approx. 17 Seconds Or Better Resolution: Scanning: 600dpi X 600dpi Printing: 300 Dpi X 600 Dpi Or Higher Minimum Scanning Area: 297 Mm X 432 Mm Or Better Print Paper Weight: 46gsm To 157gsm Print Paper Size: 100mm X 148mm To 310mm X 432mm Minimum Printing Area: 210mm X 357mm Paper Feed Tray Stacking Capacity: 1000 Sheets Or Higher Paper Receiving Tray Stacking Capacity: 1000 Sheets Or Higher Print Speed: 130ppm Or Higher Print Position Adjustment: Horizontal ±15mm, Vertical: ±10mm Image Processing Mode: Line, Photo, Duo, Pencil Print Reproduction Ratio: Zoom: (50% To 200%), Free, 100% Reduction Ratio, 3 Levels Of Enlargement (141%, 122%, 116%), 4 Levels Of Reduction (94%, 87%, 82%, 71%) User Interface: Lcd Panel Ink Supply: Full Automatic (1000 Ml/cartridge), Minimum Master Supply/disposal: Full Automatic (legal: Approx. 250 Sheets Per Roll)/ Disposal Capacity: Approx. 100 Sheets Service Center: Must Have An Established Two Service Center For 10 Years Or More In Panay Island _______________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.

Province Of Iloilo Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date5 Jun 2025
Tender AmountPHP 325 K (USD 5.8 K)
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of I.t. Equipment Bid No. Dvp-25-473-b Philippine Bidding Documents Sixth Edition July 2020   Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..19 Section I. Invitation To Bid Procurement Of I.t. Equipment Bid No. Dvp-25-473-b 1. The Iloilo Provincial Government Through The Capital Outlay 2024 Intends To Apply The Sum Of Three Hundred Twenty-five Thousand Pesos (325,000.00) Being The Abc To Payments Under The Contract For The Procurement Of I.t. Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 7 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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 The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29 ,2025from The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On May 8,2025 At 9:00 A.m At The The Bac Secretariat Office, 5th Floor, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Secretariat Office, 5th Floor, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before May 27,2025 At 9:00 A.m. 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 May 27,2025 At 9:01 A.m. At The Bac Secretariat Office, 5th Floor, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com April 22,2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Procurement Of I.t. Equipment With Bid No. Dvp-25-473-b. The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Item/s, 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 2025 In The Amount Of Three Hundred Twenty-five Thousand Pesos (325,000.00)) 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or 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 One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Don Valerio Palmares Sr. Memorial District Hospital, Passi City, Iloilo Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable; F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Don Valerio Palmares Sr.memorial District Hospital,passi City,iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Desktop Computer Set With Printer, Ups And Avr 5 5 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Dvp-25-473-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Desktop Computer Set With Printer, Ups And Avr Desktop Specs: Processor:6 Core Or More,3.60ghz Base Clock (minimum) Or Higher Motherboard: Must Supported Dual Channel Non Ecc Ddr4/5,4 Dimms, Pci Express X 16 Slot Ram: 16gb X2 Ddr4/5 3200mhz Or Higher Rdimm Ssd: For Operating System:500gb Or More Sata Ssd Gpu: Integrated Monitor: 19” Led Or Wider Case: Micro Atx Case That Can Accommodate At Least 2 Hard Drives Power Supply: 500 Watts Of Higher 80+ Bronze Certified Non-modular Atx Power Supply Printer Specs: Copy, Scan & Print Function Copyimg: Maximum Copies From Standalon:20 Copies Maximum Copy Resolution: 600x600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black/color): Up To 7.0ipm Scanning: Scanning Type: Flatbed Color Image Scanner Sensor Type: Cis Optical Resolution: 1200x2400 Dpi Maximu Scan Area:216x297 Dpi Scanner Bit Depth (color): 48-bit Input,24-bit Output Scanner Bit Depth (black & White): 16-bit Input,1-bit Output Printing Technology: Print Method: On Demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration:180x1 Nozzles Black,59x1 Nozzles Per Color (cyan, Magenta, Yellow) Maximu Resolution: 5760x1440 Dpi Paper Handling: Number Of Paper Trays:1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80g/m2) Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2) Up To 20 Sheets Of Premium Glossy Photo Paper Maxim Paper Size: 215.9x1200mm Paper Sizes: Legal (8.5x14”), Indian-legal(215x345mm),8.5x13”,5x7”,5x8”,4x6”, Envelope: #10, Dl, C6 Print Margin:0mm Top, Left, Right, Bottom Terms And Condition: 1. Delivery Period Should Be 7 Days Upon Receipt Of Approved Ntp 2. 1 Year Or More Warranty, Supplier Must Have A Dti-certified Service Center In The Province Of Iloilo ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
2681-2690 of 2738 archived Tenders