Scanning Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: Important Information For Interested Parties:
this Notice Of Intent Is Not A Request For Competitive Proposals. However, Responsible, Interested Parties May Identify Their Interest And Capability By Responding To This Notice. The Government Will Consider All Information Received Prior To The Closing Date Of This Notice. A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. There Are No Commitments By The Government To Issue Any Solicitations, Make An Award Or Awards, Or To Be Responsible For Any Monies Expended By Any Interested Parties Before Award Of A Contract For The Efforts Mentioned Above. Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. No Telephone Responses Will Be Accepted.
this Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
this Request For Information Is A Market Research Tool Being Used In Accordance With Federal Acquisition Regulation (far) Subpart 15.2 To Determine Potential And Eligible Businesses Capable Of Providing The Services Described Herein.
1.0 Introduction
the Naval Air Systems Command (navairsyscom) Program Executive Office, Unmanned Aviation And Strike Weapons, Peo(u&w), Pma-263, At Patuxent River, Maryland, Announces Its Intention To Broaden Industry Partnership And To Procure, On A Competitive Basis, Coco Services Necessary To Provide Uas Isr Services For The Navy And Marine Corps Small Tactical Unmanned Aircraft Systems (stuas) Program Office (pma-263) In Support Of The Department Of Defense (dod) And Other Government Agencies (oga).these Services Will Support Domestic And Coalition Military Partners In Combat And Contingency Operations. Currently, These Services Are Being Delivered Under Performance-based Basic Ordering Agreements (boas) Issued In March 2021 To Insitu, Inc. Of Bingen Wa, And Textron Systems Of Hunt Valley Md, For Land-based And Sea-based Isr Services. The Existing Boas, N0001921g0007 And N0001921g0008, Respectively, Are Firm-fixed-price Type And Expire March 2026. Detailed Information On The Existing Boas Can Be Obtained Via The Following Website: Https://www.navair.navy.mil/foia. This Request For Information Is Issued With The Intent To Award Boa(s) To Onboard Additional Qualified Vendor(s) To Compete For Future Isr Coco Services.
2.0 Objective
pma-263 Is Seeking To Identify Additional Contractors Capable Of Providing Coco Isr Services In Support Of Dod, Oga, And Combat And Contingency Operational Requirements. This Request For Information Is Related To Support For Land-based And Sea-based Operations To Provide Reliable Delivery Of Sensor Data. Contractors Would Be Responsible For Resources To Produce Sensor Data, Such As Trained Personnel, Non-developmental Uas Equipment, Certifications, Operation And Maintenance, Spares And Product Support. Contracted Services Would Be In Direct Support Of Isr Missions Requiring Around The Clock Imagery And Other Sensor Capability In Support Of Those Missions. Contractors Shall Be Capable Of Providing Isr Services On A Normal And Surge Basis, Day And Night, 24 Hours A Day, Seven Days A Week. Pre-deployment, Deployment, And Post-deployment Support Would Be Required, And Would Entail Execution Of A Variety Of Responsibilities Inherent To Execution Of Such Support, Including But Not Limited To, Equipment Transportation, Export Control Licensing, Insurance, Personnel Travel, Processing For Overseas Movement And Accountability, Visa Coordination, Compliance With Requirements At Dfars 252.225-7040, Compliance With Dodi 3020.41, Etc.
3.0 Requirements
pma-263 Is Specifically Interested In Uas Isr Services Capable Of The Following Performance Parameters. The Following Parameters Constitute Mandatory Minimum Requirements:
technology Readiness Level (trl): Trl 8 Per Dod Deskbook 5000.2
operational Range: At Least 75 Nautical Miles (nm) From The Ground Control Station Located At The Launch Site, With A Single Air Vehicle, For Both Sea-based And Land-based Uas Operations
datalink Range (communications And Full Motion Video (fmv)): Line-of-sight With Type-1 Encryption Utilizing The Bandwidth Efficient Common Data Link (be-cdl) Waveform
on Station Time: 10 Hours Time-on-station (tos) At Maximum Range
simultaneous, Multi-intelligence (multi-int) Capable With Fmv Sensor(s) And An Electronic Warfare (ew) Type Sensor Or Wide Area Maritime Search (wams) Sensor
fmv: Electro Optic (eo)/ Infrared (ir) – National Imagery Interpretability Rating Scale (niirs) Of Level 8.4 Or Above For Eo And 7.2 Or Above For Ir When Taken From The Uav At An Altitude Of 3,000 Feet Above Ground Level (agl) At A 45-degree Slant Range
global Positioning System (gps) Precise Positioning Service (pps) Receiver
operate In Gps-contested-/degraded Situations (uas Shall Be Capable Of Continued Navigation In A Gps-contested Environment Up To A Minimum 74db For All Phases Of Flight)
operate In Adverse Weather Conditions And Austere Environments
runway Independent
for Land-based Operations, The Air Vehicle (av) Shall Operate On Commonly Available Fuels At Forward-deployed Locations, Such As Mil-dtl-5624, Grade Jp-4/jp-5; Mil-dtl-83133 Grade Jp-8/jp-8+100; Astm D910, Aviation Gasoline Grade 100ll; And Their Equivalent Nato And Commercial Versions. For Ship-based Operations, The Av Shall Operate On Mil-dtl- 5624, Grade Jp-4/jp-5.
in Accordance With Dodi 8510.01, Obtain An Authorization To Operate (ato) From The Navair Function Authorization Official (fao) (ato With Provision (ato-p), Or Reciprocity Ato Inherited From Another Dod Service Branch Are Acceptable.
meet The Ndaa2023 Section 817 Requirements For Country Of Origin Of Uas And Critical Components.
submission Of A Data Package That Contains Engineering Data Necessary To Support A Category 3 Interim Flight Clearance (ifc) In Accordance With Navairinst 13034.1, Airworthiness Policy.
sensors Output Stanag 4545, 4607, And 4676 Messages
4.0 Requested Information
interested Vendors Should Submit A Brief Capability Statement Package (not To Exceed 15 Pages) Demonstrating Ability To Perform The Services Based On The Parameters In Paragraph 3.0. The Response Shall Contain The Respondent’s Primary Point Of Contact With Phone Number And Email Address.
the Capabilities Statement Package Should Include But Not Limited To The Following Information:
4.1 Company Profile/status:
4.1.1 What Is Your Experience And Maturity (a) With Manufacturing And Developing Unmanned Aircraft System Products And (b) With Providing Isr Services?
4.1.2 Provide Your Cage Code, Unique Entity Identifier Number, Current Number Of Employees, Annual Revenue History, Office Location(s), The Respondent’s Web Page Url, And A Statement Regarding Current Small Or Large Business Status Based On The Designated Naics Code.
4.1.3 What Is The Technology Readiness Level (trl) Of Your Candidate Uas As Described In The Dod Technology Readiness Assessment Handbook?
4.1.4 Is The Uas Currently Available On One Or More Gsa Schedules? If So, Which One(s)?
4.1.5 Did You Receive Funding To Develop Your Uas From A Government Agency?
4.2 Uas Operating Parameters/configuration:
4.2.1 Describe How The Uas Satisfies The Minimum Requirements Stated In Paragraph 3.0 Above. In Addition, Describe The Following:
4.2.1.1 System’s Anti-jam Capabilities.
4.2.1.2 System’s Alternative Positioning, Navigation, And Timing (apnt) Solutions Capabilities In A Degraded/contested Gps Environment.
4.2.1.3 System’s Weather Limitations To Include But Not Limited To Ice, Rain, And Wind.
4.2.1.4 System’s Environmental Limitations (altitude, Temperature, Etc).
4.2.1.4.1 System’s Level Of Compliance With Mil-std-461g.
4.2.1.4.2 System’s Level Of Compliance With Mil-dtl-901e (grade B).
4.2.1.4.3 System’s Design Criteria With Respect To Minimizing Radar Cross Section (rcs).
4.2.1.5 System’s Ability To Remain Visually And Audibly Non-detectable At Operating Altitude.
4.2.1.6 Data Link Used Including Waveform, Operational Frequency Band, Analog Or Digital, And Encryption Capabilities.
4.2.1.7 Data Link Range At Different Operating Altitudes.
4.2.1.8 How Ground Control Station Communicates With The Air Vehicle Should The System Be Operating In A Beyond Line Of Sight (blos) Situation.
4.2.1.9 How Is The Air Vehicle Launched And Recovered?
4.2.1.9.1 How Many Launches, Recoveries, And Total Flight Hours Have Been Successfully Accomplished For This Configuration?
4.2.1.10 Describe How Ship-based Operations Would Occur To Include Launch And Recovery Profiles And Ship Infrastructure Requirements.
4.2.1.11 Describe Staffing Requirements At The Organizational Level.
4.2.1.11.1 How Many People Are Required To Operate The Uas?
4.2.1.11.2 How Many People Are Required To Maintain The Uas?
4.2.1.12 A Field Packed System Is Defined As Having All The Required Equipment To Accomplish A Mission And Be In A State Safe To Be Transported. How Long Does It Take To Go From A Field Packed System To Air Vehicle Launch?
4.2.1.13 Provide Data Supporting That The Uas Has Been Tested In A Relevant Operational Environment, Including Day And Night Video, If Available.
4.2.1.14 Has The Uas Conducted Field User Evaluations For The U.s. Government? If So, Please Provide The Following:
4.2.1.14.1 Applicable (unclassified) Results As To What Was Demonstrated
4.2.1.14.2 Any Changes Since The Demonstration, As Relevant To This Rfi
4.2.1.14.3 U. S. Government Point Of Contact.
4.2.1.15 What Software Operating System Does The Uas Use? Was The Software Developed And Coded In The U.s.? Does The Operating Software Interface With Dod Software And Dod Mapping Imagery Software Or Does It Require Company Proprietary Software To Operate The System?
4.2.1.16 How Does The Uas Download And Store Data Through The Ground Control Station And For How Long?
4.2.1.17 Is The Uas Controlled Under The International Traffic In Arms Regulations (itar)?
4.2.1.18 Do You Have An Export Configuration? If So, Please Describe The Export Configuration.
4.2.1.19 Has Critical Program Information (cpi) Or Critical Technology (as Defined In The Dodi 5200.39) That Requires Anti-tamper Protection And/or Low Observable Requirements Been Identified For The Uas? (unclassified Responses Only)
4.3 Training And Field Support:
4.3.1 Describe Any Other Ancillary Equipment That Is Not Included As Part Of The System Configuration, Such As Calibration Equipment.
4.3.2 Indicate Whether There Are Existing Operational And Maintenance Publications Or Manuals.
4.3.3 Provide The Uas’s Sparing Requirements Based On 9,000 Flight-hours Per Year Per Site For Land-based Isr Services And 2,400 Flight-hours Per Year For Ship-based Isr Services.
4.3.4 Describe The Uas’s Facility And Infrastructure Requirements At A Fielded Site.
4.3.5 Describe Continental United States (conus) And Outside The Continental United States (oconus) Field Support On The Uas While Deployed To Include Harsh Or Hostile Environments Overseas.
4.3.6 Describe The Existing Training Curriculum (course Type Classes, Devices, Duration, Training Location And Any Certification Requirement Timelines).
4.3.7 Provide Any Other System Features That The Uas Has That Are Unique And Stand Out From Other System Platforms.
4.4 Cybersecurity Support
4.4.1 Describe Whether The System Has Undergone A Dod Sanctioned Ato Or Iatt Using The Risk Management Framework (rmf) Process Prescribed In Dodi 8510.01.
4.4.2 Does The System Have An Active Ato/iatt From A Dod Service Branch? If So, Which Branch?
4.4.3 Can Artifacts Be Provided To Support A Navy/navair Ato?
4.4.4 Is The Service Branch Ao Possessing The Ato Amenable To Supporting A Reciprocity Ato And Engaging In A Memorandum Of Agreement With Navair?
4.4.5 Describe The Current Processes That You Have Implemented To Ensure The System Meets The Information Security Requirements Established Within The Nist 800-53 Sp Framework.
4.4.6 Has The System Undergone Cybersecurity Test And Evaluation?
4.4.7 Is There A Network Architectural Diagram For The System? If So, Does This Include Component/subcomponent Interfaces, Information Flow, Ports, Protocols, And Ip Addressing Used?
4.4.8 Does The System Have A System Security Plan (ssp) Outlining Its Implementation Status With Security Controls?
4.4.9 Has The System Undergone Network Vulnerability Scans, And Network Enumeration Scans (nessus, Wireshark, Nmap, Etc.)?
4.4.10 Does The System Have A List Of Hardware Used To Process, Store, And Transmit Information? (i.e., Full Bill Of Material (bom))
4.4.11 Does The System Have A Complete List Of The Software Used On The System And Its Function(s)? (i.e., Software Bill Of Material (sbom)
4.4.12 Have Software Assurance Techniques Been Applied To The System, Ensuring Origins Of The Code And That It Is Free From Vulnerabilities (secure Sdlc, Code Scanning, Quality Checks, Patch Management Planning, Software Testing, Configuration Control, And Sbom)?
4.4.13 Describe How Your Company Has Implemented Enterprise Cybersecurity Standards Onto Your Resident It Equipment To Be Ability To Process, Store, And Transmit Dod Controlled Unclassified Information (cui).
4.4.14 Is The Company’s It Infrastructure Capable Of Meeting The Requirements Directed In Dfars 252.204-7012 For Safeguarding Covered Defense Information And Cyber Incident Reporting?
4.4.15 Has The Company Assessed Their Cybersecurity Implementation Against The Nist Sp 800-171 Sp Framework?
4.4.16 Has Your Company Undergone A Cybersecurity Maturity Model Certification (cmmc)?
4.4.17 Does The Company Have An Enterprise Ssp?
5.0 Responses/submission
all Interested Sources Shall Submit Responses Electronically, Consisting Of A Capability Statement (paragraph 3.0) As Wells As Addressing The Information Required By Paragraph 4.0 Above Via Email To Contract Specialist, Ms. Heather Buckler At Heather.m.buckler.civ@us.navy.mil And Procuring Contracting Officer, Ms. Kristen Ferro At Kristen.w.ferro.civ@us.navy.mil.
e-mail Must Contain The Following In The Subject Line: "rfi Response To Notice 243-24-189 Uas Coco Isr Services, (pma-263)”
note That File Sizes Larger Than 5mb Are Not Recommended, As They May Not Be Receivable Due To Navy Marine Corps Intranet Security Protocol.
6.0 Format
request For Information Responses Are Limited To 15 Pages, In 12-point Font, Not Including Preprinted (pre-published) Information Material.
in Order To Maximize Efficiency And Minimize The Effort Involved In The Evaluation Process, All Submissions Must Comply With The Following Format And Content:
8.5 X 11 Inch Page
single-spaced Typed Lines
newspaper Column Formatting Is Not Permitted
1 Inch Margins On All Sides
not Smaller Than A 12 Point Font Without Condensing
photographs, Pictures Or Hyperlinks Are Permitted
files Shall Be Microsoft Office 2016 Compatible Or Pdf Format; No Zip Files
all Material Provided In Response To This Request For Information Shall Be Unclassified.
to The Maximum Extent Practicable, Respondents Should Limit The Delivery Of Non-proprietary Information. Responses To This Request For Information Will Not Be Returned. If The Response Includes Proprietary Information, (1) Ensure Proprietary Information Is Marked Appropriately, (2) Identify Disposition Instructions, And (3) Indicate Whether You Require Government Support Contractors Providing Advisory And Assistance Services To The Government To Facilitate The Execution Of Information/proprietary Exchange Agreements With You. Government Support Contractors May Assist In The Review Of Any Data Provided By Applicants.
government Support Contractors Have Entered Into Non-disclosure Agreements (ndas) With The Government, Which Precludes Them From Disclosing Any Proprietary Data Outside Of The Government. However, If Respondents Desire A Separate Nda With Government Support Contractors, Respondents Should Submit An Nda Form, Along With Instructions, To The Points Of Contact Listed In This Notice At The Time Of Their Submission. If Respondents Choose Not To Submit An Nda Form For Completion, Their Submission Of A Response To This Announcement Constitutes Consent That The Government Support Contractors Will Have Access To Their Proprietary Information. The Government Will Not Be Responsible For The Disclosure Of Any Confidential/proprietary Information Not Clearly Marked. At Any Time After Receipt Of Request For Information Responses, The Government May Contact Respondents Independently For Further Clarification Of The Submittal.
7.0 Past Responses To Questions Received
7.1 The Below Questions And Answers Are In Previous Responses To An Inquiry Regarding Section 3.0, Requirements From Past Industry Days:
7.1.1 Is This [operational] Range Based On A Maritime Deployment/installation?
answer: The 75nm Range Is For Both Sea-based And Land-based Uas Operations.
7.1.2 Is This [operational Range] Considered A Connection Between The Ground Control System At The Launch Site Or Could That Also Include A “handoff” Between The Air Vehicle And A Forward Node To Extend Operational Flexibility?
answer: A Single Air Vehicle Must Be Able To Operate A Minimum Of 75nm From The Ground Control Station Located At The Launch Site.
7.1.3 Is The Operational Range Based On A Customer Concept Of Operation Or Is There Any Additional Information Available?
answer: There Is No Additional Information That Can Be Provided.
7.1.4 Is There Any Additional Information On This Jam-to-signal Calculation?
answer: There Is No Additional Information That Can Be Provided.
7.2 The Below Questions And Answers Are In Response To An Inquiry Regarding Section 4.0, Requested Information, Part 4.3.3.
7.2.1 Is 54,000 [flight-hours Per Year] Intended To Be 5,400 [flight-hours Per Year]?
answer: 54,000 Flight-hours Per Year Was For All Six Sites Currently Operating. Part 4.3.3 Has Been Updated To Reflect 9,000 Flight-hours Per Year Per Site.
7.2.2 Are The Sparing Requirements For Spare Air Vehicles Or Component Parts Based On Mean Time Before Failure?
answer: Sparing Requirements And Details Are Based Solely On The Original Equipment Manufacturer (oem) Assessments Of What Is Required To Meet The Previously Stated Flight-hour Requirements
Closing Date6 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Important Information For Interested Parties:
this Notice Of Intent Is Not A Request For Competitive Proposals. However, Responsible, Interested Parties May Identify Their Interest And Capability By Responding To This Notice. The Government Will Consider All Information Received Prior To The Closing Date Of This Notice. A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. There Are No Commitments By The Government To Issue Any Solicitations, Make An Award Or Awards, Or To Be Responsible For Any Monies Expended By Any Interested Parties Before Award Of A Contract For The Efforts Mentioned Above. Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. No Telephone Responses Will Be Accepted.
this Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
this Request For Information Is A Market Research Tool Being Used In Accordance With Federal Acquisition Regulation (far) Subpart 15.2 To Determine Potential And Eligible Businesses Capable Of Providing The Services Described Herein.
1.0 Introduction
the Naval Air Systems Command (navairsyscom) Program Executive Office, Unmanned Aviation And Strike Weapons, Peo(u&w), Pma-263, At Patuxent River, Maryland, Announces Its Intention To Procure, On A Competitive Basis, Coco Services Necessary To Provide Uas Isr Services For The Navy And Marine Corps Small Tactical Unmanned Aircraft Systems (stuas) Program Office (pma-263) In Support Of The Department Of Defense (dod) And Other Government Agencies (oga). These Services Will Support Domestic And Coalition Military Partners In Combat And Contingency Operations. Currently, Similar Services Are Being Delivered Under Basic Ordering Agreements (boas) Issued In March 2021 To Insitu, Inc., Of Bingen Wa, And Textron Systems Of Hunt Valley Md, For Land-based And Sea-based Isr Services. The Existing Boas, N0001921g0007 And N00019g0008, Respectively Are Firm-fixed Price Type And Are Due To Expire In March 2026. Please Note, This Effort Has Additional Requirements That Are Not Currently Being Contracted For. The Anticipated Contract Type For This Follow-on Requirement Will Be Basic Ordering Agreement(s) To Qualified Vendors With Orders Being Competed On A Limited Sources Basis.
2.0 Objective
pma-263 Is Seeking To Identify Contractors Capable Of Providing Coco Isr Services In Support Of Dod And Ogas Conducting Combat And Contingency Operations. This Request For Information Is Related To Support For Land-based And Sea-based Operations To Provide Reliable Delivery Of Sensor Data. Contractors Would Be Responsible For Resources To Produce Sensor Data, Such As Trained Personnel, Non-developmental Uas Equipment, Certifications, Operation And Maintenance, Spares And Product Support. Contracted Services Would Be In Direct Support Of Isr Missions Requiring Persistent Imagery With Various Types Of Sensors. Contractors Shall Be Capable Of Providing Isr Services On A Normal And Surge Basis, Day And Night, 24 Hours A Day, Seven Days A Week. Pre-deployment, Deployment, And Post-deployment Support Would Be Required, And Would Entail Execution Of A Variety Of Responsibilities Inherent To Execution Of Such Support, Including But Not Limited To, Equipment Transportation, Export Control Licensing, Insurance, Personnel Travel, Processing For Overseas Movement And Accountability, Visa Coordination, Compliance With Requirements At Dfars 252.225-7040, Compliance With Dodi 3020.41, Etc.
3.0 Requirements
pma-263 Is Specifically Interested In Uas Isr Services Capable Of Meeting The Following Minimum Requirements:
technology Readiness Level (trl): Trl 8 Per Dod Deskbook 5000.2
operational Range: Minimum Of 75 Nautical Miles (nm) From The Ground Control Station Located At The Launch Site, With A Single Air Vehicle, For Both Sea-based And Land-based Uas Operations
operational Endurance: Minimum Of 10 Hours Time On Station (tos) At 75nm With A Single Air Vehicle
datalink Range (communications And Full Motion Video (fmv)): Line-of-sight (los) With Type-1 Encryption Utilizing The Bandwidth Efficient Common Data Link (be-cdl) Waveform
capable Of Providing A Communications Relay To Support Extending The Range Of Voice Communications For Manned Aircraft And C2/data For Unmanned Aircraft And Vessels
capable Of Operating With Satcom Datalinks
capable Of Operating A Minimum Of Two (2) Air Vehicles Simultaneously From A Single Ground Control Station (gcs)
simultaneous, Multi-intelligence (multi-int) Capable With Fmv Sensor(s) And An Electronic Warfare (ew) Type Sensor Or Wide Area Maritime Search (wams) Sensor
fmv: Electro Optic (eo)/ Infrared (ir) – National Imagery Interpretability Rating Scale (niirs) Of Level 8.4 Or Above For Eo And 7.2 Or Above For Ir When Taken From The Uav At An Altitude Of 3,000 Feet Above Ground Level (agl) At A 45-degree Slant Range
global Positioning System (gps) Precise Positioning Service (pps) Receiver And M- Code Capable When Commercially Available
capable Of Conducting All Phases Of Operations During Sustained Gps Denied Scenarios In Both Land And Maritime Operational Environments
operate In Adverse Weather Conditions And Austere Environments To Include Precipitation Up To .5 Inches Per Hour
runway Independent With Emphasis On Minimal Footprint, Volume And Weight For Any Launch And Recovery Equipment (lre) Required
the Air Vehicle (av) Shall Operate On Heavy Fuels Commonly Found At Forward-deployed Locations Such As Mil-dtl-5624, Grade Jp-4/jp-5 And Mil-dtl-83133 Grade Jp-8/jp-8+
in Accordance With Dodi 8510.01, Possess Or The Ability To Obtain An Authorization To Operate (ato) From The Navair Function Authorization Official (fao) (ato With Provision (ato-p) Or Possess A Reciprocity Ato Inherited From Another Dod Service Branch
meet All Requirements Of The Ndaa 2024 Section #1821 – 1833 (including The American Security Drone Act Of 2023)
submission Of A Data Package That Contains Engineering Data Necessary To Support A Category 3 Interim Flight Clearance (ifc) In Accordance With Navairinst 13034.1
fmv And Wams Sensors Output Stanag 4545, 4607, And 4676 Messages
emission Control (emcon) Operations;
air Vehicle Is Capable Of Basic Autonomous Functions Without Input From Ship (i.e. Fly To A Location, Loiter, Fly Back)
payloads Are Capable Of Basic Autonomous Functions Without Input From Ship (i.e. Eo/ir Slew To Targets Of Interest While Maintaining One-way Datalink To Ship)
system Possesses An Artificial Intelligence (ai) Capability To Recognize Naval Vessels Of Various Classes And Command Short Duration Datalink Operations To Transmit Photos Or Brief Videos
non-essential Datalinks Are Eliminated Or Silenced During All Phases Of Operations, Including System Setup
essential Datalink Power Output Is Minimized During All Phases Of Operations
provide Up To 300 Hours Per Month In Forward Deployed Land And Sea-based Environments With A Maximum Of Three (3) Personnel
capable Of Supporting Hub And Spoke Operations
maintain A Minimum Mission Reliability Rating (mrr) Of 95% During Forward Deployed Land And Sea Based Operations
uas Operators At All Operational Locations Must Possess A United States Dod Secret Level Security Clearance
logistically Support Global Operations With Appropriate Licenses, Management Expertise And Contractual Arrangements To Ensure Success In Forward Deployed And Austere Locations
4.0 Requested Information
interested Vendors Should Submit A Brief Capability Statement Package (not To Exceed 15 Pages) Demonstrating Ability To Perform The Services Based On The Parameters In Paragraph 3.0. The Response Shall Contain The Respondent’s Primary Point Of Contact With Phone Number And Email Address.
the Capabilities Statement Package Should Include But Not Limited To The Following Information:
4.1 Company Profile/status:
4.1.1 What Is Your Experience And Maturity (a) With Manufacturing And Developing Unmanned Aircraft System Products And (b) With Providing Isr Services?
4.1.2 Provide Your Cage Code, Unique Entity Identifier (uei) Number, Current Number Of Employees, Annual Revenue History, Office Location(s), The Respondent’s Web Page Url, And A Statement Regarding Current Small Or Large Business Status Based On The Designated Naics Code.
4.1.3 What Is The Technology Readiness Level (trl) Of Your Candidate Uas As Described In The Dod Technology Readiness Assessment Handbook?
4.1.4 Is The Uas Currently Available On One Or More Gsa Schedules? If So, Which One(s)?
4.1.5 Did You Receive Funding To Develop Your Uas From A Government Agency?
4.1.6 Artificial Intelligence (ai) And Machine Learning (ml); Provide Current Capabilities And Roadmap To Future Capabilities And Fielding Plans.
4.2 Uas Operating Parameters/configuration:
4.2.1 Describe How The Uas Satisfies The Minimum Requirements Stated In Paragraph 3.0 Above. In Addition, Describe The Following:
4.2.1.1 System’s Anti-jam Capabilities.
4.2.1.2 System’s Alternative Positioning, Navigation, And Timing (apnt) Solutions Capabilities In A Degraded/contested Gps Environment.
4.2.1.3 System’s Weather Limitations To Include But Not Limited To Ice, Rain, And Wind.
4.2.1.4 System’s Environmental Limitations (altitude, Temperature, Etc).
4.2.1.4.1 System’s Level Of Compliance With Mil-std-461g.
4.2.1.4.2 System’s Level Of Compliance With Mil-dtl-901e (grade B).
4.2.1.4.3 System’s Design Criteria With Respect To Minimizing Radar Cross Section (rcs).
4.2.1.5 System’s Ability To Remain Visually And Audibly Non-detectable At Operating Altitude.
4.2.1.6 Data Link Used Including Waveform, Operational Frequency Band, Analog Or Digital, And Encryption Capabilities.
4.2.1.7 Data Link Range At Different Operating Altitudes.
4.2.1.8 How Ground Control Station Communicates With The Air Vehicle Should The System Be Operated With Satcom Datalinks .
4.2.1.9 How Is The Air Vehicle Launched And Recovered?
4.2.1.9.1 How Many Launches, Recoveries, And Total Flight Hours Have Been Successfully Accomplished For This Configuration?
4.2.1.10 Describe How Ship-based Operations Would Occur To Include Launch And Recovery Profiles And Ship Infrastructure Requirements.
4.2.1.11 Describe Staffing Requirements For Forward Deployed Operations At Land And Sea-based Sites.
4.2.1.11.1 How Many People Are Required To Operate The Uas?
4.2.1.11.2 How Many People Are Required To Maintain The Uas?
4.2.1.12 A Field Packed System Is Defined As Having All The Required Equipment To Accomplish A Mission And Be In A State Safe To Be Transported. How Long Does It Take To Go From A Field Packed System To Air Vehicle Launch?
4.2.1.13 Provide Data Supporting That The Uas Has Been Tested In A Relevant Operational Environment, Including Day And Night Video, If Available.
4.2.1.14 Has The Uas Conducted Field User Evaluations For The U.s. Government? If So, Please Provide The Following:
4.2.1.14.1 Applicable (unclassified) Results As To What Was Demonstrated
4.2.1.14.2 Any Changes Since The Demonstration, As Relevant To This Rfi
4.2.1.14.3 U. S. Government Point Of Contact.
4.2.1.15 What Software Operating System Does The Uas Use? Was The Software Developed And Coded In The U.s.? Does The Operating Software Interface With Dod Software And Dod Mapping Imagery Software Or Does It Require Company Proprietary Software To Operate The System?
4.2.1.16 How Does The Uas Download And Store Data Through The Ground Control Station And For How Long?
4.2.1.17 Is The Uas Controlled Under The International Traffic In Arms Regulations (itar)?
4.2.1.18 Do You Have An Export Configuration? If So, Please Describe The Export Configuration.
4.2.1.19 Has Critical Program Information (cpi) Or Critical Technology (as Defined In The Dodi
5200.39) That Requires Anti-tamper Protection And/or Low Observable Requirements Been Identified For The Uas? (unclassified Responses Only)
4.3 Training And Field Support:
4.3.1 Describe Any Other Ancillary Equipment That Is Not Included As Part Of The System Configuration, Such As Calibration Equipment.
4.3.2 Indicate Whether There Are Existing Operational And Maintenance Publications Or Manuals.
4.3.3 Provide The Uas’s Sparing Requirements Based On 9,000 Flight-hours Per Year Per Site For Land-based Isr Services And 2,100 Flight-hours Per Year For Ship-based Isr Services.
4.3.4 Describe The Uas’s Facility And Infrastructure Requirements For Land And Sea-based Operations.
4.3.5 Describe Continental United States (conus) And Outside The Continental United States (oconus) Field Support On The Uas While Deployed To Include Harsh Or Hostile Environments Overseas.
4.3.6 Describe The Existing Training Curriculum (course Type Classes, Devices, Duration, Training Location And Any Certification Requirement Timelines).
4.3.7 Provide Any Other System Features That The Uas Has That Are Unique And Stand Out From Other System Platforms.
4.4 Cybersecurity Support
4.4.1 Describe Whether The System Has Undergone A Dod Sanctioned Ato Or Iatt Using The Risk Management Framework (rmf) Process Prescribed In Dodi 8510.01.
4.4.2 Does The System Have An Active Ato/iatt From A Dod Service Branch? If So, Which Branch?
4.4.3 Can An Artifact Be Provided To Support A Navy/navair Ato?4.4.4 Is The Service Branch Ao Possessing The Ato Amenable To Supporting A Reciprocity Ato And Engaging In A Memorandum Of Agreement With Navair?
4.4.5 Describe The Current Processes That You Have Implemented To Ensure The System Meets The Information Security Requirements Established Within The Nist 800-53 Sp Framework.
4.4.6 Has The System Undergone Cybersecurity Test And Evaluation?
4.4.7 Is There A Network Architectural Diagram For The System? If So, Does This Include Component/subcomponent Interfaces, Information Flow, Ports, Protocols, And Ip Addressing Used?
4.4.8 Does The System Have A System Security Plan (ssp) Outlining Its Implementation Status With Security Controls?
4.4.9 Has The System Undergone Network Vulnerability Scans, And Network Enumeration Scans (nessus, Wireshark, Nmap, Etc.)?
4.4.10 Does The System Have A List Of Hardware Used To Process, Store, And Transmit Information? (i.e., Full Bill Of Material (bom))
4.4.11 Does The System Have A Complete List Of The Software Used On The System And Its Function(s)? (i.e., Software Bill Of Material (sbom)
4.4.12 Have Software Assurance Techniques Been Applied To The System, Ensuring Origins Of The Code And That It Is Free From Vulnerabilities (secure Sdlc, Code Scanning, Quality Checks, Patch Management Planning, Software Testing, Configuration Control, And Sbom)?
4.4.13 Describe How Your Company Has Implemented Enterprise Cybersecurity Standards Onto Your Resident It Equipment To Be Ability To Process, Store, And Transmit Dod Controlled Unclassified Information (cui).
4.4.14 Is The Company’s It Infrastructure Capable Of Meeting The Requirements Directed In Dfars 252.204-7012 For Safeguarding Covered Defense Information And Cyber Incident Reporting?
4.4.15 Has The Company Assessed Their Cybersecurity Implementation Against The Nist Sp 800-171 Sp Framework?
4.4.16 Has Your Company Undergone A Cybersecurity Maturity Model Certification (cmmc)?
4.4.17 Does The Company Have An Enterprise Ssp?
4.5 Interested Vendors List
4.5.1 Statement Of "yes" Or "no" To Be Included On A List Of Interested Vendors, And If Yes, To Provide The Poc Name, Phone Number, And Email Address Of The Person That Should Be Listed To Be Contacted.
5.0 Responses/submission
all Interested Sources Shall Submit Responses Electronically, Consisting Of A Capability Statement (paragraph 3.0) As Wells As Addressing The Information Required By Paragraph 4.0 Above Via Email To Contract Specialist, Ms. Heather Buckler At Heather.m.buckler.civ@us.navy.mil And Procuring Contracting Officer, Ms. Kristen Ferro At Kristen.w.ferro.civ@us.navy.mil.
e-mail Must Contain The Following In The Subject Line: "rfi Response To Notice 243-25-009 Uas Coco Isr Services, (pma-263)”
note That File Sizes Larger Than 5mb Are Not Recommended, As They May Not Be Receivable Due To Navy Marine Corps Intranet Security Protocol.
6.0 Format
request For Information Responses Are Limited To 15 Pages, In 12-point Font, Not Including Preprinted (pre-published) Information Material.
in Order To Maximize Efficiency And Minimize The Effort Involved In The Evaluation Process, All Submissions Must Comply With The Following Format And Content:
8.5 X 11 Inch Page
single-spaced Typed Lines
newspaper Column Formatting Is Not Permitted
1 Inch Margins On All Sides
not Smaller Than A 12 Point Font Without Condensing
photographs, Pictures Or Hyperlinks Are Permitted
files Shall Be Microsoft Office 2016 Compatible Or Pdf Format; No Zip Files,
all Material Provided In Response To This Request For Information Shall Be Unclassified.
to The Maximum Extent Practicable, Respondents Should Limit The Delivery Of Non-proprietary Information. Responses To This Request For Information Will Not Be Returned. If The Response Includes Proprietary Information, (1) Ensure Proprietary Information Is Marked Appropriately, (2) Identify Disposition Instructions, And (3) Indicate Whether You Require Government Support Contractors Providing Advisory And Assistance Services To The Government To Facilitate The Execution Of Information/proprietary Exchange Agreements With You. Government Support Contractors May Assist In The Review Of Any Data Provided By Applicants.
government Support Contractors Have Entered Into Non-disclosure Agreements (ndas) With The Government, Which Precludes Them From Disclosing Any Proprietary Data Outside Of The Government. However, If Respondents Desire A Separate Nda With Government Support Contractors, Respondents Should Submit An Nda Form, Along With Instructions, To The Points Of Contact Listed In This Notice At The Time Of Their Submission. If Respondents Choose Not To Submit An Nda Form For Completion, Their Submission Of A Response To This Announcement Constitutes Consent That The Government Support Contractors Will Have Access To Their Proprietary Information. The Government Will Not Be Responsible For The Disclosure Of Any Confidential/proprietary Information Not Clearly Marked. At Any Time After Receipt Of Request For Information Responses, The Government May Contact Respondents Independently For Further Clarification Of The Submittal.
it Is The Respondent’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information.
Closing Date26 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice
sources Sought Notice
page 5 Of 5
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 5
this Is Not A Solicitation Or Request For Quote (rfq). This Is Not A Request For Proposal (rfp). This Is Not A Job Advertisement For Hiring Employees. The Va Is Seeking Qualified Vendors To Provide A Very Brief Response To This Notice Including Only Just What Is Asked For In This Notice Below. This Is Sources Sought Notice To Industry And The Only Information Is Posted On Contract Opportunities Web Page At Sam.gov. Sources Sought Means Seeking Qualified Vendors. The Attachments Included On The Contract Opportunities Page Do Not Include Any Additional Information.
if Your Company Is Interested, Please Read This Notice Entirely And Submit The Required Information, As Requested Herein.
replacement Of Automated Medication Dispensing System
salt Lake City Va Medical Center, Utah
brief Scope Of Work
(this Is For Information Only)
important Note: This Sources Sought Is For Market Research Purposes Only (to Determine The Socioeconomic Status Of Interested Companies). No Award Will Be Made Off This Posting.
the Salt Lake City Va Health Care System (slcvahcs) Requires The Replacement Of Their Current Automated Medication Dispensing System For Use At Their Main Facility, Slc Va Medical Center, As Well As Ten (10) Outpatient Clinics.
**the Following List Of Line Items As A General Overview Of The Requirement With The Understanding Different Brands May Require More/less Line Items To Fully Meet The Need Of The Station.
overview: Main Facility + 10 Outpatient Clinics
0001
controlled Substance Safe (11 Storage Compartments)
2
ea
0002
controlled Substance Safe (3 Storage Compartments)
1
ea
0003
automated Dispensing Cabinets
57
ea
0004
anesthesia Stations
12
ea
0005
drug Storage Carousels
3
ea
0006
servers
1
ea
0007
refrigeration Medication Storage
24
ea
0008
auxillary Equipment
tbd
ea
0009
licenses And Software
tbd
ea
0010
training
1
jb
0011
warranty
12
mo
0012
removal And Disposal Of Existing Equipment
1
jb
salient Characteristics:
clin 0001: Controlled Substance Safe (11 Storage Compartments)
report Inventory Reconciliation Between Adcs And Product Dispensed From Pharmacy Vault.
able To Run Reports To Trace Medications, Individuals, Or Access.
have Drug Accountability From Receipt To Waste.
store Medication Under Security And Have Levels Of Access For Individual Users.
be Able To Store Multiple Drugs Per Storage Area (i.e. One Storage Bin With 4 Drugs Stored)
the Ability To Print Reports That Includes Facilitation Of Drug Tracers, Medication Reconciliation, Discrepancy Resolution, Quality Assurance Reports, Controlled Substance Safe Inventory, Adc Inventory And Dispensing Record, Adc Suggested Order Or Pick List.
dispense Patient Specific Medications (i.e. Outpatient Prescriptions) Or To Adcs While Tracking Inventory In Real Time.
have Ability To Store Waste In A Secure Location Away From Other Pharmacy Inventory. Contents Of Waste Report Shall Be Included.
be The Most Current Versions Of Software And Hardware Available At Time Of Delivery.
must Include A Barcode Scanner And Printer Per Cabinet.
clin 0002: Controlled Substance Safe (3 Storage Compartments)
report Inventory Reconciliation Between Adcs And Product Dispensed From Pharmacy Vault.
able To Run Reports To Trace Medications, Individuals, Or Access.
have Drug Accountability From Receipt To Waste.
store Medication Under Security And Have Levels Of Access For Individual Users.
be Able To Store Multiple Drugs Per Storage Area (i.e. One Storage Bin With 4 Drugs Stored)
the Ability To Print Reports That Includes Facilitation Of Drug Tracers, Medication Reconciliation, Discrepancy Resolution, Quality Assurance Reports, Controlled Substance Safe Inventory, Adc Inventory And Dispensing Record, Adc Suggested Order Or Pick List, Drug Diversion Automated Trending Events That Fall Outside The Parameters.
dispense Patient Specific Medications (i.e. Outpatient Prescriptions) Or To Adcs While Tracking Inventory In Real Time.
have Ability To Store Waste In A Secure Location Away From Other Pharmacy Inventory. Contents Of Waste Report Shall Be Included.
be The Most Current Versions Of Software And Hardware Available At Time Of Delivery.
ability To Run Reports To Show Override Removal Vs Documentation Time, Removal Time Vs Documentation Time, Waste Vs Documentation Vs Removal Vs Removals Amounts/times, Anomalous Usage Report Of Individuals With High Usage. Ideally With A Filter Feature.
must Include A Barcode Scanner And Printer Per Cabinet.
clin 0003: Automated Dispensing Cabinets:
include A Touch Screen, Keyboard, Touchpad, Barcode Scanner, And Label Printer.
be Capable Of Custom Configuration Of Internal Drug Storage Pockets.
include Flexibility To Reconfigure Secure Storage Drawers Or Areas Within Drawers To Accommodate Changing Medications Requirements At No Additional Cost.
after The Award, The Va Will Identify Which Specialty Care Area The Cabinet Will Be Placed And Configure The Cabinet To Meet That Area S Required Drawer Configuration.
include Pockets That Have Locking Lids.
Be Able To Securely Dispense Refrigerated Or Non-refrigerated Medications While Keeping Inventory Of Items In Refrigeration.
alert User For Quantities Removed Greater Or Less Than Ordered.
provide Secure Dispensing Of Controlled Substances With Single Unit Dispensing Restricting Access To More Then Required Dose.
require Witness Verification Of Inventory, Waste, Or Discrepancies Using Unique Individual Access Steps.
adcs Will Have Security And Various Levels Of Access For Individual Users. Shall Allow For Management Of Users And Enable Termination Or Initiation Of Users From A Web-based Server Interface Or Similar. System Shall Allow For Some Users To Have Multiple Levels Of Access. The System Shall Have The Option For Increase Security When Dispensing Controlled Substance Or Other High Alert Medications (i.e. Only Access To The Needed Doses To Dispense).
have A Bio-id Technology For Fingerprint Scanning For Security.
configure With Pharmacy Systems Using The Same Server To Transfer Admissions, Transfers, Discharges, And Orders In Real Time.
be Compatible With Vista Pade Hl7 Interface.
have Inventory Reports To Optimize Station Inventory.
dispense Medications In The Event Of Communication Loss With Server (critical Override).
have A Mechanism In Place To Prevent The Addition Of Temporary Users.
have Station Level Access To Allow Temporary Access To A Float User.
interface Via Hl7 With Carousels.
prevent Tampering With Drawers And Pockets To Prevent Drug Diversion Using Physical Methods.
must Have The Ability To Configure The Cabinet S Database To Require At Least A 5-letter Medication Name Entry.
must Have The Ability To Store Patient Specific Medications In A Location With A Locking Lid.
a Strength Rating Shall Be Applied If The System Can Track Inventory Of Patient Specific Medications (i.e. Patient Name And Drug Name) And Is Only Accessible For A Single Patient.
have Diversion Reporting Capabilities.
store Large Bulky Items Such As Iv Fluids. Identification Of Which Cabinets Will Store Bulky Items Will Be Identified Prior To Delivery Depending On Cabinet Location.
have To Capability To Lock A User After No More Than 5 Failed Attempts.
pharmacy And Other Authorized Users Must Be Able To Manage Drug Formulary, Inventory, Users, Device Settings, Run Reports, And Server Setting From The Server Interface.
a Strength Rating Shall Be Applied If The System Can Store Patient Specific Medications.
secure Cabinets Must Be A Unit Which Inventory May Only Be Accessed With Bio Id Or Unique Codes Per Individual.
must Work With The Adc S, Carousels, Safes, Fridges And All Medication Management Systems.
must Be Able To Work With Current Va Systems At The Facility To Maintain Inventory And Security.
Be Hl7 Messaging Compatible With Vista.
must Be Able To Report Inventory, Stock Levels, Access Report, Refill Reports, Medication Tracking.
must Include A Barcode Scanner And Printer Per Cabinet.
clin 0004: Anesthesia Adcs
will Provide A Secure Environment For Controlled Substances And Non-controlled Medications.
will Come With Or Be Compatible With An Anesthesia Barcode Medication Labeling System.
must Include A Bar Code Scanner And Printer.
clin 0005: Drug Storage Carousels
integrate With Adcs For Replenishment Of Adcs.
be Hl7 Messaging Compatible With Vista.
be Able, Upon Receiving A New Order From Hl7 Interface Or Vista, Correctly Spin To The Correct Drug, Have A Mechanism (i.e., Display Pointing To Correct Location Of Drug) To Identify Where Drug Is Stored, Print A Patient Specific Label, Group Multiple Order For One Patient. The Printers Shall Be Included Within The Quote. A Strength Rating Shall Be Applied If A Bcma Barcode Can Be Incorporated.
have User Interfaces That Will Include Biometrics, Display, Keyboard, Mouse, Touch Screen, Wireless Hand Scanners.
have The Following Systems Capability: Suggested Order, Inventory Management, Usage Reports, Ability To Add/move/remove Drugs From Active Inventory, Remote Location Inventory (i.e., Drug Inventory Not Stocked In Carousel) And The Ability To Easily Manage The Remote Inventory.
be Able To Report Current Inventory, Stocking Activity, System Changes, User Access, And User Actions. User Shall Be Able To Access It From The Server Interface.
be Able To Receive Cart Fill List Via Hl7 Interface And Will Have The Ability To Either Skip Or Pick Items Currently Stocked In Adc Depending On Administration System Settings.
have The Ability Of A User To Manually Access All Stored Medications In The Event Of A Total Power Loss, Malfunction, Or Damage To Electric Motor.
must Be Compatible With 2d Barcodes To Capture Lots And Expiration Dates From Compatible Drug Bottles Barcodes And Be Able To Store That Information On The Server.
be Able To Interface With Site S Prime Vendor (mckesson Drug).
be Able To Store The Same Drug In Multiple Storage Bins.
allow For The Storage Of More Than One Drug Per Storage Bin.
be Able To Discern Between Bulk Bottles And Unit Dose Medications For The Same Drug.
a Strength Rating Shall Be Applied If The Device Is Energy Star Rated. **
a Strength Rating Shall Be Applied If The System Provides Storage Locations Outside Of Carousels And Tracking (i.e. Keep Track Of Refrigerator Stock).**
have The Ability To Connect To All Other Components Within The Pharmacy Dispensing System. I.e. Adm S Carousel, Safes, Auxiliary Equipment.
must Include A Wireless Barcode Scanner And Printer.
clin 0006: Servers
the Operating System (ie Windows 11) Shall Have At Least 36 Months Of Commercial Availability. Unsupported Software Or Operating Systems Is Prohibited.
va Shall Provide And Manage The Virtual Servers Required For The Solution.
vendor Shall Be In Compliance With Va Network Security Regulation According To Va Directive 6500 And 6550.
software Update/patching: Software Update And/or Application Patching Shall Be Included. Vendor Is Responsible To Coordinate With Facility Biomedical Poc And Work Through Facility Change Contract Board Prior To Any Update And/patching.
va Biomedical Poc Is Responsible For Window Security Patch After Vendor Approves The Patch.
htm Shall Be Able To Login, Restart, Shutdown And Preform Basic Maintenance On Servers.
shall Allow For Management Of Users And Enable Termination Or Initiation Of Users From A Web-based Server Interface Or Similar. A Trained Biomed Technician Shall Have A Standard User Account On The Server With Restart/shutdown Rights, Should The Action Be Needed For Maintenance/repair.
clin 0007: Refrigeration Medication Storage
shall Be Secure By Using A Locking Mechanism To Prevent Diversion.
a Strength Rating Shall Be Applied If The System Has Locking Refrigerator Bins.
allow Secure Storage Of Refrigerated Controlled Substances In Individual Locking Bins That Open And Lock Based On Communication From The Adc Equipment.
clin 0008: Auxiliary Equipment
to Apply To Equipment The Vendor Determines To Be Necessary For The Requirement But Is Not Covered Within Other Line Items.
clin 0009: Licenses And Software
all Licenses Will Grant Permission For The Use Of The Product While Protecting Personal Information Of Patients And Staff.
contractor Software Must Protect Va Systems From Malware, Spyware Or Any Breach Of Va Information By Any Non Va Entity.
integrated Servers Must Connect To All Pharmacy Dispensing System.
clin 0010: Training
the Vendor Shall Provide Clinical Training Onsite. Assume Users Have No Experience With Medication Dispensing Systems. Training Shall Be Provided In Various Forms Of Media Such As, But Not Limited To, Tutorials, Manuals, Computer-based Training, Distance, And On-site Training, As Appropriate. The Contractor Must Provide Web-based Training, Self-paced To Include Modular Training For Clinical, That Must Be Shared Across Visns At No Additional Cost To Va. Number Of Users Expecting Training: 5 Pharmacy Super-users, 4 Pharmacy Train-the-trainer Users, 2 Cbocs Train-the-trainer Users (at Each Cboc), 40 Nursing Train-the-trainer Users At Main Facility:
included Training Shall Include, But Not Be Limited To, Initial Training Of New Personnel In Operation And Care Of The System And Reporting Tools, As Well As An Actual Demonstration Of The System, And Its Interaction With The Existing Systems Identified, I.e., Vista, Medical Device Integration, Reporting Tool(s) And Va And/or Commercial Analytics Solutions.
follow-on Training Shall Be Quoted For An Additional 3 Users Per Site To Be Taken Within One Year Of Post Go-live. The Contractor Shall Provide Guidance On Completing Any Adjustments Or Other Actions That May Be Undertaken By Operating Personnel In The Event Of Malfunction Or Failure.
the Contractor Shall Provide Training Manuals And Instruction Materials With Implementation With Each Update To Each Attendee.
the Vendor Shall Provide Biomed Service Trainingâ to 4 Biomed Personnel. Assume No Prior Experience With A Medication Dispensing System And The Training Shall Allow The Staff To Work On The System, Obtain Service Keys/passwords For The Life Of The Equipment, And Have A Standard User Account On The Server With Restart/shutdown Rights, Should The Action Be Needed For Maintenance/repair. The Training Shall Be At A Similar Level To The Vendor S Service Technicians, Allowing The Trained Biomed To Perform Repairs And Conduct Preventative Maintenance Regardless Of Whether A Maintenance Contract Is Purchased.â â the Contractor Shall Provide Access To Preventive Maintenance (pm) And Corrective Maintenance (cm) Procedures, Including Any Calibration Or Maintenance Software (if Applicable).
clin 0011: Warranty
all Hardware And Software Shall Include At Least A 12-month Warranty.
clin 0012: Removal And Disposal Of Existing Equipment
vendor Will Assess Old Equipment Prior To Install And Have Processes In Place For The Repurpose, Return, Removal, Recycling Or Destruction Of Current Equipment. Vendor Will Submit The Plan To The Slc Pharmacy For Review.
need To Remove The Three Old Carousel In The Inpatient Pharmacy And Dispose Of Properly At Correct Waste Sites Or Recycling Centers.
need To Remove All Current Equipment (adc S, Safes, Auxiliary Equipment And Carts) That Will Not Be Integrated Into The New System And Disposed Of At A Correct Waste Site, Recycling Center Or Sent Back To The Original Company.
no Equipment Will Be Left On Site Once Install Is Complete.
vendor Must Ensure That Staff Installing, Or Removal Of Equipment Has No Criminal History That Would Pose A Risk To The Pharmacy And Inventory.
if The Following Cannot Be Integrated The Following Will Be Removed And Properly Disposed Of At The Correct Waste Sites Or Recycling Centers.
the Contractor, Its Employees, Agents, And Subcontractors Shall Not Be Considered Va Employees For Any Purpose Of Fulfilling The Sow And Shall Be Considered Employees Of The Contractor. Contractor Shall Furnish All Labor, Materials, Equipment, Tools, Shipping, Transportation, Insurances, Licenses, Certifications, And Supervision Necessary To Provide Services In Accordance With This Statement Of Work (sow). The Contractor Is Responsible For All Charges And Fees Related To Disposal Of Materials Generated By The Contractor.
this Is Anticipated To Be A Commercial Supply Acquisition Under The Authority Of Far Part 12, Simplified Acquisition Procedures For Commercial Items.
the Product Will Be Delivered To The Following Location:
salt Lake City Va Health Care System
500 Foothill Blvd.,
salt Lake City, Ut 84148
**in Addition To 10 Other Va Outpatient Clinics Under The Salt Lake City Va Healthcare System**
important Note: This Rfi (request For Information) Is For Information Only.
no Award Will Be Made From This Rfi.
qualified Vendor: A Qualified Source Has The A) Necessary Equipment, Vehicles, Personnel, Resources And Current Operations As Well As B) Recent Experience (within Past 3 Years) Of Performing Services Of A Comparable Size, Scope And Complexity, And C) Oem Certified Technicians To Perform Services With Unrestricted Access To The Facility During Inclement Weather, As Well As Immediate Access To Oem Software Updates. A Qualified Source Also Has Current And Valid Registration In System For Award Management (sam), Https://www.sam.gov). A Qualified Source Will Also Be Able To Comply With Limitations Of Subcontracting Pursuant To Far 19.507.
please Communicate Via E-mail To Stephanie.cahill@va.gov By 12:00 Mst On April 25th, 2025, As To Your Company S Ability To Perform Service Per This Brief Scope Of Work.
if Interested, Please Provide The Following:
provide Company S Capability Statement Describing Ability To Provide Equipment That Meets Or Conforms To The Salient Characteristics Listed Above *include Specification Or Brochure Documents For Confirmation Of Equivalent Products*
company S Business Size In Relation To Naics 339112 And Socio-economic Category (sdvosb/vosb/wosb/large Business):
sam Uei:
fss/gsa Contract # (if Applicable):
estimated Lead Time:
where Are The Products Manufactured/coo:
only Written Responses, To Items 1 Through 6 Above, Will Be Accepted At This Stage. Information Is Being Gathered For Market Research Purposes Only. Industry Exchanges And Vendor Teleconferences Are At The Discretion Of The Contract Specialist. This Is Not A Request For Quotes.
disclaimer: This Is A Request For Information (rfi) From Industry In Accordance With Federal Acquisition Regulation (far) 15.201(e) And On The Requirement, That Exists For The Va Medical Center(s) Identified In This Rfi. This Is Not A Request For Quote And Not A Contract. This Announcement Is Not A Request For Proposals; Therefore, Responses To The Rfi Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. No Classified Information Should Be Included In The Rfi Response. Should You Have Concerns Regarding This Rfi You May Request To Contact The Contracting Office That Will Be Assigned This Requirement By Emailing The Sender Of This Rfi.
questions Must Be Addressed In Writing To The Contract Specialist. Requests For Va-business Sensitive Information, To Include Va Budget Information, Va Acquisition Planning Information, Acquisition Methods, Strategies And Set-asides Must Be Addressed Via The Va Foia Process: Https://www.va.gov/foia/
thank You For Your Interest In Doing Business With The Va. To Learn More About The Va Mission, Vision, Core Values & Goals Visit Https://www.va.gov/about_va/mission.asp
to Understand The Latest Updates On The Veterans First Contracting Program Visit Https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp
to Find Out How To Do Business With The Va Visit Https://www.va.gov/osdbu/library/dbwva.asp
Closing Date25 Apr 2025
Tender AmountRefer Documents
Municipality Of Rizal,palawan Tender
Healthcare and Medicine
Philippines
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
Department Of The Interior And Local Government - DILG Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid The Department Of The Interior & Local Government, Regional Office No. Ix, Pagadian City, Through Its Regional Bids And Awards Committee (rbac) Invites Suppliers/distributors To Bid For The Hereunder Project: Name Of Project: Procurement Of Ict Resources Purpose: For Dilg Region Ix Use Location: Pagadian City Brief Description: Item Number/quantity/unit/description 1) 30 Unit Laptop Computer Specs: At Least 14 Cores Or Better At Least 18 Threads Or Better At Least 18 Mb Smart Cache Or Better Max Turbo Frequency: At Least 4.5 Ghz Or Better At Least 16gb (2x8gb Ddr5 Memory) 5600mhz At Least 14" 1920 X 1080 Resolution Integrated Or Dedicated Graphics At Least 1tb Pcie Nvme M.2 Ssd Preloaded License Windows 11 Pro 64bit Or Higher At Least 1080p Fhd Camera With Privacy Shutter 2x 2w Speaker At Least 2x Type-a Usb3.2 Gen1 At Least 1x Type-c Usb3.2 Gen2 At Least 1x Hdmi Port At Least 1x Audio Jack/combo At Least Wi-fi 5 At Least Bluetooth 5 Not Exceeding 2kgs (charger Excluded) At Least 53 Wh Backlit Keyboard 3 Years Warranty On-site On Parts, Labor & Service 1 Year Warranty On Battery & Mouse Must Be The Same Brand With The Offered Unit Laptop Bag & Wireless Optical Mouse Custom Bios Boot-up Dilg Logo Ms Office Home And Student 2) 3 Unit Desktop Computer Specs: At Least 14-cores Or Better At Least 20 Threads Or Better At Least 24 Mb Smart Cache Or Better Max Turbo Frequency: At Least 4.8 Ghz Or Better At Least 16gb Ddr5 Memory 5600mhz Integrated Or Dedicated Graphics At Least 512gb M.2 Pcie Nvme Ssd At Least 1tb 2.5 Hdd Preloaded License Windows 11 Pro 64bit Or Higher At Least 2 Usb 2.0 Type-a At Least 1 Usb 5gbps Type-c At Least 1 Usb 5gbps Type-a At Least 1 Gigabit Ethernet Port At Least 1 Hdmi 2.1 At Least 1 Display Port 1.4 Monitor Must Be The Same Brand With The Offered Unit Size: At Least 23.8 Inch Resolution: At Least 1920x1080 Ips Panel With Hdmi Port And Atleast 3m/9.84ft Cable 3 Years Warranty On-site On Parts, Labor & Service 1 Year Warranty On Battery & Mouse Optical Mouse With Mouse Pad And Standard Full Size Usb Keyboard With Numeric Keypad Custom Bios Boot-up Dilg Logo Ms Office Home And Student 3) 4 Unit Printer, All In One (print,scan,fax) Specs: Colour Inkjet 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 Jpeg, Pdf A4, Legal/folio/oficio, Letter, A3 Yes, Tcp/ipv6 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Windows 10 Or Higher; Or Equivalent Os Initial Ink Set With At Least Additional 2 Sets Of Ink Per Unit 1 Year Warranty 4) 1 Lot Online Subscription Chatgpt Team Plan 6 Users For 1 Year 5) 1 Lot Online Subscription Envato Team Plan 2 Users For 1 Year 6) 1 Lot Online Subscription Figma 1 User For 1 Year 7) 1 Lot Online Subscription Geoimgr Pro Subscription 5 Users For 1 Year 8) 2 Lot Online Subscription Microsoft 365 1 Year 9) 1 Lot Online Subscription Padlet Team Subscription 1 Year 10) 37 Lot Online Subscription 1 Year Antivirus Software 11) 4 Unit Smart Television Specs: 55-inch Real 4k Resolution Crystal Processor 4k Smart Tv Hdmi (3 Ports) Usb (1 Usb-a) Wifi And Bluetooth 12) 1 Unit Audio Equipment, Wireless Conference System Specs: Built-in 16 Channel Wifi Frequencies Record & Play Thru Usb And With Bluetooth Function 5 Groups Of Channel, Each Channel Have 130 Frequencies Fifo Function, Only 4 Units Can Use At The Same Time Wireless Capabilities Support An Infinite Number Of Units Built-in Advanced Encryption Communication Algorithm, Completely Eliminate Balance Xlr & Unbalance Pl Output Automatic Shutdown. Host Standby For More Than 30 Minutes. Workable Distance Up To 50 Meters, Depend On Environment Main Unit Can Be Rack Mount 13) 1 Unit Audio Equipment, Wireless Conference Microphone Specs: Wireless Chairman's Unit Priority Butions Mic On/off Buttons Unidirectional Condenser Mic Red Light Indicate Mic Is On 14) 10 Unit Audio Equipment, Wireless Conference Microphone Specs: Wireless Delegate's Unit Mic On/off Buttons Unidirectional Condenser Mic Red Light Indicate Mic Is On 15) 1 Unit Audio Equipment Specs: 12 Channel Input Compact Mixer 8 Mic/line 2 Aux Stereo Input 3 Band Eq 24bit 99dsp Digital Effect Mute And Solo Function Phantom Power 48v 2 Bus Headphone And Foot Switch 2 Aux Out Bluetooth Usb Mp3 Function 16) 44 Piece Battery,aa – Rechargeable Specs: 2800mah Ni-mh Aa Rechargeable Batteries High Capacity For Long Lasting In Daily Aa Powered 17) 1 Unit Printer- 3 In One (printer, Copier & Scanner) Specs: Gi-73 (dye-based / Black, Grey, Cyan, Magenta, Yellow, Red) Mc-g02 4,800 (horizontal)*1 X 1,200 (vertical) Dpi 3.9 Ipm (mono/colour) 20 Sec (mono/colour) Up To 203.2 Mm (8") Borderless: Up To 216 Mm (8.5") A4, A5, B5, A6, Ltr, Lgl, Executive, Legal 600 X 1,200 Dpi Snmp, Http, Tcp/ip (ipv4/ipv6) 18) 1 Unit Video Equipment Specs: 1/2.5 Type (0.28 In [7.20 Mm]) Back-illuminated Exmor R Cmos Sensor Approx. 8.29 Megapixels (16:9) Zeiss® Vario-sonnar® T* Zoom 20x Clear Image Zoom 4k: 30x, Hd: 40x Screen Type 7.5 Cm (3.0 Type) Xtra Fine Lcd™ Display (921,600 Dots) Wide (16:9) 19) 3 Unit Digital Camera, Dslr Specs: Mirrorless Camera Eos R100 (rf - S18-45mm F/4.5-6.3 Is Stm) Approx. 24.1 Mp Aps-c Cmos Sensor & Approx. 356g (body) 4k 25p & Hd 120p With Movie Digital I 20) 1 Unit Dslr Tripod Specs: 78" Heavy-duty Carbon Fiber Video Product Dimensions: 990.0 X 165.0 X 165.0mm Package Dimensions: 175.0 X 175.0 X 1040.0mm Product Weight: 5.0 ± 0.1kg Adjustable Height: 94.0~197.0cm Bowl Base Diameter: 75.0mm Tilt Range: 90°/-60° Counterbalance: 8.0kg Handle Length: 23.0~36.0cm 21) 2 Unit Hdmi Wireless Transmitter Specs: Wireless Transmitter And Receiver Set Transmit Uhd 4k30 Video Up To 1300' Hdmi Input, Output, And Hdmi Loop Output 2.4 And 5 Ghz Frequency Bands Supports Uvc Plug-and-play For Streaming 650' Transmission In Broadcast Mode Smart Channel Scanning, Bright Lcd Low 60 Ms Latency, 12 Mb/s Bit Rate Dc, L-series, And Usb-c Power Options 22) 1 Set Wireless Intercom Headset System Specs: Hub Base Station Full-duplex (fdx) Modulation: Gfsk Carrier Frequencies: 1920-1930mhz Headset Connector: 3.5mm Trrs Link Connector: 3.5mm Trrs Operating Range: Up To 1312ft (400m) Without Obstacles Frequency Response: 300hz-5khz Signal-to-noise Ratio: =65db Dimensions: 5 X 4.7 X 1.83” (127.6 X 119.4 X 46.5mm) 7 Unit Single-ear Remote Headset Carrier Frequencies: 1920-1930mhz Microphone Type: Condenser Microphone Operating Range: Up To 1312’ (400m) Without Obstacles Frequency Response: 300hz-5khz Battery Life: Approximately 18-hours Weight: 10.6oz (300g) With Battery 1 Unit Lightweight Backband Headset Microphone Type: Condenser Microphone Cable Length: 4.75’ (1.45m) Connector: 3.5mm Trrs Weight: 5.82oz (165g) Dimensions: 7 X 7 X 3.35” (177.8 × 177.8 × 85mm) 23) 4 Unit Drone Specs: Aircraft Takeoff Weight 248 G Folded (without Propellers): 148×90×62 Mm (l×w×h) Unfolded (with Propellers): 251×362×72 Mm (l×w×h) Max Ascent Speed 5 M/s Max Descent Speed 3.5 M/s Max Horizontal Speed 16 M/s Max Takeoff Altitude With Intelligent Flight Battery: 4000 M With Intelligent Flight Battery Plus*: 3000 M Flight Time 38 Minutes (with Intelligent Flight Battery) Max Flight Distance 18km Max Wind Speed Resistance 10.7 M/s Image Sensor1/1.3-inch Cmos Lensfov: 82.1° Photo Format Jpeg/dng (raw) Video Resolution 4k: 3840×2160@24/25/30 Fps 2.7k: 2688×1512@24/25/30/48/50/60 Fps Fhd: 1920×1080@24/25/30/48/50/60 Fps Hdr: Recording With The 24/25/30fps Frame Rate Video Format Mp4 (h.264) Jpeg + Raw: 5/7/10/15/20/30/60 S Max Image Size 8064×6048 Sensing Type Downward Vision System Downward Precise Hovering Range: 0.5-10 M Video Transmission System Dji O2 Live View Quality Remote Controller: 720p/30fps Antenna 2 Antennas, 1t2r Battery Capacity Intelligent Flight Battery: 2453 Mah With Rc (remote Control With Lcd Screen) 2 Antenns, 1t2r, Bluetooth, 5.5 Inches Screen 3xbattery, 3xspare Propellers(pair), 18x Spare Screws 1x Screwdriver, 1x Gimal Protector, 1x Type C To Type C Cable 1x Usb-c Cable, 1x Shoulder Bag, Two-way Charging Hub 1x 128gb V30 A2 Microsdxc 24) 1 Unit Action Camera Specs: Dimensions 139.7×42.2×33.5 Mm (l×w×h) Weight 179 G Number Of Microphones 3 Touchscreen Size: 2.0 Inches Resolution: 314×556 Brightness: 700 Units Supported Sd Cards Microsd (up To 1 Tb) Controllable Range Pan: -235° To 58° Tilt: -120° To 70°, Roll: -45° To 45° Sensor 1-inch Cmos Lens Format Equivalent: 20 Mm Aperture: F/2.0, Focus Range: 0.2 M To 8 Iso Range Photo: 50-6400 Video: 50-6400, Low-light Video: 50-16000 Max Image Size 16:9, 3840×2160 1:1, 3072×3072 Max Video Bitrate 130 Mbps Battery Type Lipo Capacity 1300 Mah Energy 10.01 Wh Voltage 7.70 V Wi-fi Operating Frequency 2.400-2.4835 Ghz 25) 1 Unit Mobile Communication Equipment/cellphone (enp) Specs: Octa-core (2x2.0 Ghz Cortex-a75 & 6x1.7 Ghz Cortex-a55) Mali-g52 Mc2 64gb 3gb Ram 6.7 Inches, 108.4 Cm2 Screen 720 X 1600 Pixels, 20:9 Ratio 165.7 X 77.1 X 8.4 Mm (6.52 X 3.04 X 0.33 In) 13 Mp, F/1.9, 27mm (wide), Af 1080p@30fps Battery 5000 Mah Charging 10w Wired Selfie Camera Single 8 Mp, F/2.0, (wide) 26) 2 Unit Floor Standing Digital Signage Specs: Cpu Intel Core I3 At Least 4gb Ram At Least 256gb Ssd Storage Oswin 10 49 Inches Touch Screen Size 1920x1080 Resolution Wifi / Ethernet Rj45 Port Locking Access Door Drop-down Wheels On Base Viewing Angle 178degree 27) 1 Unit Laser Engraver Specs: Machine Size: 570x510mm Engraving Speed: 30000mm/min Engraving Accuracy: 0.1mm Engraving Area: 300x300mm Laser Wave: 455±5nm Laser Power: 5.5w Input Power: 482 Data Transmission Type: Usb, Wifi, Touchscreen Offline Control Document Format: Nc, Dxf, Bmp, Jpg, Png, Gcode Operating Software: Laser Grbl, Lightburn Operating System: With Win Xp/win7/win 8 /win10/win 11 And Mac System(lightburn Package Size: 513x183x180mm/20.1x7.2x7in 28) 1 Set Studio Lights Specs: Voltage: 220v Temperature: 5500k Light Color: White Umbrella Soft Box: 2pcs E27 Light Head: 2pcs 135w Bulb * 2pcs 200cm*200cm Backdrop Stand * 1pcs Clips * 4pcs Whtie/black/green Non-woven Fabric * 1pcs Approved Budget For The Contract : Php3,512,009.00 Contract Duration : 60 Days All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post Qualification And Awards Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9184 And Its Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed Below As Follows: Activities/schedule 1. Issuance Of Bid Documents -june 6, 2025 2. Pre-bidding Conference -june 13, 2025 3. Submission Of Eligibility -june 26, 2025 @ 2:00pm Requirements & Bid Quotation Note: Late Bid Will Not Be Accepted 4. Opening Of Bids -june 26, 2025 @ 2:00pm 5. Bid Evaluation -june 27, 2025 @ 10:00am 6. Post Qualification -july 1, 2025 7. Award Of Contract -not Later Than 30 Days From Post Qualification Bid Documents Shall Be Available To Eligible Bidders Upon Payment Of A Non – Refundable Amount Of Php5,000.00 To The Department Of The Interior And Local Government Regional Office 9 Cashier, Thru The Rbac Secretariat. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Department Of Interior And Local Government (dilg) 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. The Invitation To Bid Is Not An Integral Part Of The Bidding Document. Dilg Regional Office No. 9 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders Or Any Expenses To Be Incurred In The Preparation Of The Bid. Approved: (sgd) Alvin Rex M. Lucero Chairperson, Rbac
Closing Date26 Jun 2025
Tender AmountPHP 3.5 Million (USD 61.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Acquisition Method.
the Intended Contract Is A Firm-fixed Price.
the Department Of Veterans Affairs (va), Network Contracting Office (nco) 20, Is Conducting Market Research To Identify Potential Sources Which Can Provide The Following In Support Of The Veterans Health Administration, Veterans Integrated Service Network (visn) 20. Visn 20 Includes Services Areas In Alaska, Idaho, Oregon, And Washington.
visn 20 Has A Need For A Base Plus Four-year Contract To Renew License, Maintenance, And Support For Their Existing Censis Instrument Tracking System At The Following Ten (10) Sites Within Visn 20: Portland, Vancouver, Seattle, American Lake Roseburg, Eugene, Spokane, Boise, Walla Walla, And White City. Support Includes Software Updates, Troubleshooting, Problem Resolution, Training, And Other Support Services.
interested Contractors Who Are Authorized/certified/licensed To Perform Service/maintenance On Censitrac Instrument Management Tracking Systems Shall Provide The Following Documentation To Determine Capability:
credentials/certification From The Manufacturer Which Proves That The Contractor Is Factory Trained/factory Certified At The Aptitude Level Required For The Specific System That Is To Be Maintained/serviced.
proof Of Expressed, Written Consent (from The Manufacturer, Censis Technologies, Inc.) To Perform Service/maintenance On Censitrac Instrument Management Tracking Systems.
anticipated Price/cost Schedule:
clin
product Code
product
line Item Description
0001
sut301r
subscription -
instrumentrac
base Yr - Portland, Vancouver, Boise, Eugene, Roseburg, American
lake, Seattle, Spokane, White City, Walla Walla - Gs-35f-0462x:
pop: (7/1/2025 - 6/30/2026)
0002
msgl01b
subscription Renewal
- Service +
base Yr - Portland, Vancouver, Boise, Eugene, Roseburg, American Lake, Seattle, Spokane - Clinical Assessment Based On-site Visit + Week Of Training, Free Ctuc Tickets
0003
subll01b
subscription
renewal- Loanerlink
base Yr - Portland, Boise - Gsa: Gs-35f-0462x, Annual Subscription
0004
subst02r
scopetrac Stand
advanced
subscription Renewal
base Yr - Portland, Boise, American Lake, Seattle, Spokane - Scopetrac Advanced Renewal
0005
csgov
subscription Renewal
- Censitrac Gov
cloud Server
base Yr - Portland, Boise, Eugene, Seattle, Spokane, White City, Walla Walla - Refer To Govcloud Memo (open Market)
1001
sut301r
subscription -
instrumentrac
opt. Yr 1 -- Portland, Vancouver, Boise, Eugene, Roseburg, American
lake, Seattle, Spokane, White City, Walla Walla - Gs-35f-0462x:
pop: (7/1/2026 - 6/30/2027)
1002
msgl01b
subscription Renewal
- Service +
opt. Yr 1 -- Portland, Vancouver, Boise, Eugene, Roseburg, American Lake, Seattle, Spokane - Clinical Assessment Based On-site Visit + Week Of Training, Free Ctuc Tickets
1003
subll01b
subscription
renewal- Loanerlink
opt. Yr 1 -- Portland, Boise - Gsa: Gs-35f-0462x, Annual Subscription
1004
subst02r
scopetrac Stand
advanced
subscription Renewal
opt. Yr 1 -- Portland, Boise, American Lake, Seattle, Spokane - Scopetrac Advanced Renewal
1005
csgov
subscription Renewal
- Censitrac Gov
cloud Server
opt. Yr 1 -- Portland, Boise, Eugene, Seattle, Spokane, White City, Walla Walla - Refer To Govcloud Memo (open Market)
2001
sut301r
subscription -
instrumentrac
opt. Yr 2 -- Portland, Vancouver, Boise, Eugene, Roseburg, American
lake, Seattle, Spokane, White City, Walla Walla - Gs-35f-0462x:
pop: (7/1/2027 - 6/30/2028)
2002
msgl01b
subscription Renewal
- Service +
opt. Yr 2 - Portland, Vancouver, Boise, Eugene, Roseburg, American Lake, Seattle, Spokane - Clinical Assessment Based On-site Visit + Week Of Training, Free Ctuc Tickets
2003
subll01b
subscription
renewal- Loanerlink
opt. Yr 2 - Portland, Boise - Gsa: Gs-35f-0462x, Annual Subscription
2004
subst02r
scopetrac Stand
advanced
subscription Renewal
opt. Yr 2 - Portland, Boise, American Lake, Seattle, Spokane - Scopetrac Advanced Renewal
2005
csgov
subscription Renewal
- Censitrac Gov
cloud Server
opt. Yr 2 - Portland, Boise, Eugene, Seattle, Spokane, White City, Walla Walla - Refer To Govcloud Memo (open Market)
3001
sut301r
subscription -
instrumentrac
opt. Yr 3 - Portland, Vancouver, Boise, Eugene, Roseburg, American
lake, Seattle, Spokane, White City, Walla Walla - Gs-35f-0462x:
pop: (7/1/2028 - 6/30/2029)
3002
msgl01b
subscription Renewal
- Service +
opt. Yr 3 - Portland, Vancouver, Boise, Eugene, Roseburg, American Lake, Seattle, Spokane - Clinical Assessment Based On-site Visit + Week Of Training, Free Ctuc Tickets
3003
subll01b
subscription
renewal- Loanerlink
opt. Yr 3 - Portland, Boise - Gsa: Gs-35f-0462x, Annual Subscription
3004
subst02r
scopetrac Stand
advanced
subscription Renewal
opt. Yr 3 - Portland, Boise, American Lake, Seattle, Spokane - Scopetrac Advanced Renewal
3005
csgov
subscription Renewal
- Censitrac Gov
cloud Server
opt. Yr 3 - Portland, Boise, Eugene, Seattle, Spokane, White City, Walla Walla - Refer To Govcloud Memo (open Market)
4001
sut301r
subscription -
instrumentrac
opt. Yr 4 - Portland, Vancouver, Boise, Eugene, Roseburg, American
lake, Seattle, Spokane, White City, Walla Walla - Gs-35f-0462x:
pop: (7/1/2029 - 6/30/2030)
4002
msgl01b
subscription Renewal
- Service +
opt. Yr 4 - Portland, Vancouver, Boise, Eugene, Roseburg, American Lake, Seattle, Spokane - Clinical Assessment Based On-site Visit + Week Of Training, Free Ctuc Tickets
4003
subll01b
subscription
renewal- Loanerlink
opt. Yr 4 - Portland, Boise - Gsa: Gs-35f-0462x, Annual Subscription
4004
subst02r
scopetrac Stand
advanced
subscription Renewal
opt. Yr 4 - Portland, Boise, American Lake, Seattle, Spokane - Scopetrac Advanced Renewal
4005
csgov
subscription Renewal
- Censitrac Gov
cloud Server
opt. Yr 4 - Portland, Boise, Eugene, Seattle, Spokane, White City, Walla Walla - Refer To Govcloud Memo (open Market)
visn 20 Instrument Tracking System (its) Support
Background.
the Va Northwest Health Network, Veterans Integrated Service Network (visn) 20, Is Responsible For Providing Health Care To Veterans In The States Of Alaska, Washington, Oregon, Most Of The State Of Idaho, And One County Each In Montana And California. Visn 20 Encompasses 135 Counties Which Cover Approximately 23% Of The United States Land Mass; 17% Of Which Are Classified As Health Professional Shortage Areas. 67% Of These Same Counties Had A 2001 Per Capita Income Below $25,000. There Are Approximately 1.2 Million Veterans Living In The Pacific Northwest And Alaska, 18% Of Whom Received Va Services.
the Sterile Processing Workflow (spw) Application Captures The Movement Of Va Medical Centers (vamc) Case Carts And Transportation Totes, Critical And Semi-critical Reusable Medical Equipment (rme), And Non-critical Rme That Have A Barcode Or Electrochemical Mark. Censis Technologies Censitrac Instrument Tracking System (its) Is The Software That Tracks These Movements. It Is Assumed That Any Non-critical Rme Reprocessed By A Vamc Sterile Processing Services (sps) Will Have A Censitrac Barcode Or Electrochemical Mark That Can Be Scanned Into The Censitrac System. Case Carts And Transportation Totes Are Identified By Censitrac Barcodes For Directional Flow. Some Individual Items, As Well As Instrument Baskets And Packages, Cannot Be Marked Electrochemically. These Items May Be Affixed With A Linear Barcode Which Allows A Handheld Scanner To Read And Identify These Items As They Are Inventoried, Assembled, And Prepared For Distribution Or Storage.
the Censitrac Its Delivers Accurate Tray Assembly Through Individual Instrument-level Scanning, Accountability Through The Entire Reprocessing Cycle, And Accessibility To Assets In An Instant. The System Automates The Tray Assembly Process, Manages Maintenance Schedules, And Tracks Mission-critical Instruments Identified At Each Of The Visn 20 Facilities. The System Provides Detailed, Accurate Information And Control Over The Marked Instruments As They Move Through The Reprocessing Cycle. In Addition, The System Provides The Following:
the Tracking Of Instrument Sets And Individual Instruments To The Surgical Case Level, And The Capability To Assist In Recalls.
controlling Repair And Refurbishing Of Instruments Through A Maintenance Program By The Number Of Uses And Days.
electronic Integration With Sterilizers In Visn 20 Facilities To Track Sterilization Loads, Including Sets Being Flashed, And Automated Processes For Archiving The Sterilization Records.
censis Provides Additional Options For Service And Software To Include:
service +: Enhanced Service Option Exercised Per Facility That Includes A Clinical Utilization Assessment, Assessment Based On Site Training Or Data Catalog Optimization And Normalization Annually. Two (2) Censis Annual Conference (ctuc) Registrations Are Included Annually.
loanerlink: An Additional Software Module Of Censitrac That Provides Comprehensive, End-to-end Loaner Management. The Facility Is Enabled To Manage Communication With Both The Contractor And Internal Operating Room Staff Regarding Past, Current And Upcoming Cases.
scopetrac Advanced: An Additional Software Module Of Censitrac That Manages The Endoscope Reprocessing Loop. In Addition To Providing Staff With Accurate, Up-to-date Processes For Each Endoscope Type, The System Documents And Captures Data Necessary For Inventory Maintenance And Tracking, Regulatory Compliance, And Advanced Analytics.
scope. Va Intends To Renew License, Maintenance, And Support For The Its At The Following Ten (10) Sites Within Visn 20: Portland, Vancouver, Seattle, American Lake Roseburg, Eugene, Spokane, Boise, Walla Walla, And White City. Support Includes Software Updates, Troubleshooting, Problem Resolution, Training And Other Support Services.
censitrac License Maintenance And Support Shall Be Provided For The Following Sites: Portland, Vancouver, Seattle, American Lake, Roseburg, Eugene, Spokane, Boise, Walla Walla, And White City
censitrac Service + Services Shall Be Provided For The Following Sites: Portland, Vancouver, Seattle, American Lake, Roseburg, Eugene, Spokane, Boise
loanerlink License, Maintenance And Support Shall Be Provided For The Following Sites: Portland, Boise
scopetrac Advanced License, Maintenance And Support Shall Be Provided For The Following Sites: Boise, Portland, Spokane, Seattle, American Lake
Requirements. The Following Support Services Are To Be Provided By The Contractor:
contractor Shall Provide All Licensing Required To Meet Scope Defined In Section 3.
contractor Will Support Published And Released Standard Censitrac Product Functionality. Support & Maintenance Will Include Software Updates & Upgrades, And Site Licenses.
contractor Shall Provide 24/7 Product Support.
contractor Will Provide Censitrac Product Support 24/7 Via Telephone And E-mail.
a Support Desk Will Be Available 24/7; Calls Will Be Answered Live During Regular Business Hours.
after- Hours Emergency Support Will Be Available For Any Issue Causing A Work Stoppage; Calls Will Be Returned Within 2 Hours.
contractor Will Provide Troubleshooting Support For Censitrac Hardware.
support Desk Personnel Will Provide Phone Support To Resolve Any Issues With The Censitrac System.
if Any Incident Requires Research Or Duplication, The Support Team May Call Back With The Solution.
product Support Will Work With Visn 20 To Determine If The Incident Is An Issue Within The Hospital Network And Advise You On How To Proceed With Your It Department.
contractor Will Support Censitrac Supply And Hardware Ordering.
contractor Will Provide New Releases And Software Patches For Censitrac At No Additional Charge. New Releases And Software Updates Will Be Installed Over The Internet With Coordination With Cor. These Software Upgrades Will Provide New Functionality As Well As Any Needed System Corrections.
notification Of New Releases And Upgrades Will Be Provided In Advance By The Support Desk To The Cor.
contractor Will Provide Training For New Releases As Needed.
contractor Will Provide Mass Upload Support For 300 Or More New Instruments Not In The Catalog To The Database As Needed.
contractor Will Provide Server Operating System Upgrade Services To Include Coordination Efforts And Software Installation At No Additional Cost.
contractor Shall Provide Govcloud Services For Each Server Instance Within Visn 20.
contractor Shall Provide Support Services To Integrate The Censis System With Third Party Software For Electronic Integration With Sterilizers (ex: Belimed Ics, Steris Proconnect, Etc.) At No Additional Cost.
contractor Shall Provide Support For The Facility Or Scheduler Interface With Oracle Health.
visn 20 Will Have Unlimited Access To Live Event Training And On Demand Video Training That Is Hosted By The Contractor.
contractor Will Provide Training For New Releases As Needed.
contractor Shall Provide Va With Telephone Access, As Outlined Herein, To Technical Experts For Technical Assistance And Error Correction.
service + Shall Include Access To The Following:
censitrac Utilization Assessment
clinical Education Team Engagement
two (2) Complimentary Registrations For The Censitrac Users Conference (ctuc)
priority Registration For The Censitrac Essentials For Managers (cem) Course
one Of The Following Services At The Discretion Of The Facility Sps Lead:
customized Onsite Training Engagement
data Services Engagement
censimark Instrument Marking Engagement
Period Of Performance. The Period Of Performance Shall Be One (1), Twelve (12) Month Period Followed By Four (4), Additional, Twelve (12) Month Option Periods As Defined In Table 1:
table 1: Period Of Performance
contract Period And Site
period Of Performance
base Year
1 July 2025 30 June 2026
option Year One (1)
1 July 2026 30 June 2027
option Year Two (2)
1 July 2027 30 June 2028
option Year Three (3)
1 July 2028 30 June 2029
option Year Four (4)
1 July 2029 30 June 2030
Place Of Performance. Contract Performance Shall Take Place At The Contractor S Location(s) And The Visn 20 Facilities Listed In Table 2. All Contractor Travel Required To Meet The Requirements Of This Statement Of Work Shall Be Included At No Additional Cost To The Va:
table 2: Visn 20 Facility Locations
facility (vamc/hcs)
address
boise Va Medical Center
500 Fort Street Boise, Id 83702
roseburg Healthcare System Roseburg Va Medical Center
913 Nw Garden Valley Blvd Roseburg, Or 97471
roseburg Healthcare System Eugene Campus
3355 Chad Dr, Eugene, Or 97408
portland Healthcare System Portland Campus
3710 Sw Us Veterans Hospital Road Portland, Or 97239
portland Healthcare System Vancouver Campus
1601 E 4th Plain Blvd, Vancouver, Wa 98661
va Puget Sound Health Care System Seattle Campus
1660 South Columbian Way Seattle, Wa 98108
va Puget Sound Health Care System American Lake Campus
9600 Veterans Dr Sw, Joint Base Lewis-mcchord, Wa 98493
walla Walla
jonathan M. Wainwright Memorial Va Medical Center
77 Wainwright Drive, Walla Walla, Wa 99362
va Spokane Medical Center
n. 4815 Assembly Street Spokane, Wa 99205
va Southern Oregon Rehabilitation Center And Clinics
8495 Crater Lake Highway White City, Or 97503
potential Candidates Having The Capabilities Necessary To Provide The Above Stated Supplies At A Fair And Reasonable Price Are Invited To Respond To This Sources Sought Notice Via E-mail To Jennifer Robles At Jennifer.robles1@va.gov No Later Than February 19, 2025, 3pm, Mountain Time. No Telephone Inquiries Will Be Accepted.
responses Should Include The Following Information: Company Name, Address, Sam Uei, And Business Size; Point Of Contact Name, Phone Number, And E-mail Address; Whether Services Are Presently Offered On A Current Gsa Federal Supply Schedule Contract, Nasa Sewp Or Any Other Federal Contract. Naics Code 513210, $47 Million, Is Applicable To Determine Business Size Standard. Interested Vendors Are Reminded To Provide Documentation From Censis Technologies, Inc.), If Applicable As Listed Above. Any Questions Or Concerns May Also Be Directed Via Email To Jennifer Robles At Jennifer.robles1@va.gov.
disclaimer And Important Notes: This Sources Sought Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. The Government Will Treat Any Information Received As Proprietary And Will Not Share Such Information With Other Companies. Any Organization Responding To This Sources Sought Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. The Government May Or May Not Issue A Solicitation As A Result Of This Announcement. There Is No Solicitation Available At This Time.
Closing Date19 Feb 2025
Tender AmountRefer Documents
National Development Company Tender
Real Estate Service
Philippines
Details: Description Request For Proposal Reference No.: Mr25-05-054 We Are Inviting All Interested Consultancy Firms To Submit Their Best Proposal For The Procurement Of Consultancy Services For The Market Study On Property Leasing For The National Development Company Terms Of Reference These Terms Of Reference (tor) Refer To The Procurement Of Consulting Services Required By The National Development Company (ndc) For The Market Study And The Determination Of The Current Industry Practice For The Lease Of Lands And Buildings That Will Serve As The Basis For The Formulation Of Lease Guidelines. I. Purpose Of The Study Ndc Engages A Professional Consulting Service Provider (“service Provider”) To Conduct A Market Study That Will Provide Accurate And Reliable Market Data To Guide Decision-making In Property Leasing And Serve As The Foundation For Formulating The Lease Guidelines That Ensure Financial Sustainability, Responsiveness To Market Dynamics, And Alignment With Best Practices In The Real Estate Industry. Ii. Subject Of The Market Study 1. Ndc-owned Buildings: • Ndc Building – Located At 116 Tordesillas Street, Salcedo Village, Makati City; And • I&i Building – Located At 385 Sen. Gil J. Puyat Avenue, Makati City 2. Comparable Buildings Within The Vicinity Where The Properties Are Located. Iii. Objectives A. Market Study The Study Aims To: 1. Analyze Market-based Lease Rates • Establish Competitive, Market-aligned Lease Rates For Ndc-owned Buildings By Considering Economic Trends, Industry Benchmarks, And Property-specific Factors. 2. Evaluate Supply & Demand Conditions • Assess Current Supply And Demand Conditions In Commercial Real Estate Markets Relevant To Ndc-owned Buildings. 3. Competitive Benchmarking • Compare Ndc’s Existing Lease Rates With Similar Government And Private-sector Buildings To Identify Competitive Positioning. 4. Provide Strategic Recommendations • Deliver Actionable Recommendations On Lease Pricing, Escalation Rates, And Other Leasing Policies To Optimize Revenue While Ensuring Sustainability. 5. Establish Rent-free And Escalation Mechanism • Propose A Standard Mechanism For Determining Reasonable And Market-responsive Escalation Rates And Rent-free Periods For Fit-out Or Improvements. B. Lease Guidelines Formulation The Service Provider Shall Formulate Comprehensive, Uniform Lease Guidelines For All Ndc Properties To Ensure Consistency, Transparency, And Adherence To Industry Best Practices. Iv. Scope Of Work The Service Provider Shall Undertake The Following: A. Market Study On Lease Rates 1. Market Scanning & Data Collection • Conduct A Comprehensive Survey Of Lease Markets In Metro Manila’s Key Central Business Districts (cbds), Including Makati, Bonifacio Global City (bgc), Ortigas, Alabang, And Quezon City. • Identify And Analyze Lease Rates For Comparable Properties In The Makati Cbd And Other Relevant Business Districts. • Collect Data From Multiple Sources, Including Real Estate Listings, Brokers, Property Managers, And Relevant Government Sources. • Categorize Properties By Type (office, Commercial, Industrial, Residential, Vacant Lots), Classification (grade A, B, C), Locational Attributes, Including Accessibility, Infrastructure Proximity, Zoning, And Catchment Demographics. 2. Comparative Lease Rate And Market Positioning Analysis • Assess Factors Influencing Lease Rates, Such As Economic Conditions, Occupancy Levels, Supply-demand Trends, And Infrastructure Developments. • Benchmark Ndc’s Current Lease Rates Against Comparable Government-owned And Private-sector Properties In Relevant Locations. • Normalize And Compare Lease Structures Using: O Rent Per Square Meter Per Month (php/sqm/month) O Common Area Maintenance (cam) Charges O Escalation Clauses And Annual Adjustments O Tenant Incentives (e.g., Rent-free Periods, Fit-out Allowances • Evaluate Influencing Factors On Lease Pricing, Such As: O Building Age, Design, And Amenities O Sustainability Certifications (e.g., Berde, Leed) O Tenant Profile, Demand Trends, And Lease Term Preferences O Accessibility And Public Infrastructure Proximity 3. Trend And Risk Analysis • Analyze Historical Lease Rate Trends And Rental Growth Patterns To Identify Fluctuations And Long-term Market Movements. • Assess Key Risks And Pricing Factors, Including Market Volatility, Regulatory Changes, Economic Downturns, And Other Emerging Challenges, Such As: O Increased Vacancy Rates Due To Pre-termination, Termination Of Lease Agreements, Rightsizing, And Hybrid Work. O Industry-specific Challenges (e.g., Decline In Pogo Sector, Office Oversupply) O Market Oversupply Of Office, Commercial, And Residential Spaces, Leading To Heightened Competition And Potential Downward Pressure On Rental Rates. O Economic Indicators (e.g., Gdp, Inflation, Interest Rates) O Regulatory Changes (e.g., Create Law, Tax Reforms) O Infrastructure Disruptions And Locational Disadvantage 4. Stakeholder And Competitive Intelligence Mapping • Profile Major Landlords And Competitors Within Target Districts • Assess Their: O Pricing And Leasing Strategies O Market Share And Tenant Segmentation O Occupancy Levels And Promotional Practices O Incorporate Tenant Feedback And Leasing Sentiments, Where Feasible, Through Broker Interviews Or Structured Surveys 5. Financial Modeling And Scenario Testing • Develop A Financial Model Simulating Potential Revenue Under Different Leasing Strategies And Market Conditions. • Conduct Scenario Testing Based On: O Vacancy Fluctuations O Varying Escalation Rates O Shifts In Demand Elasticity O New Developments In Adjacent Locations 6. Policy And Compliance Review • Assess Ndc’s Existing Lease Practices, Procedures, And Pricing Governance Against: O Government Accounting And Auditing Manual (gaam) O Commission On Audit (coa) Circulars O Best Practices In Public-sector Real Estate Management O Recommend Internal Pricing Mechanisms, Approval Protocols, And Controls For Audit Readiness And Lease Rationalization. 7. Determination Of Lease Rates For Ndc Properties • Recommend Updated, Competitive, And Market-aligned Lease Rates For Ndc Properties, Backed By Comprehensive Market Research, Benchmarking, And Comparative Analysis Of Similar Properties. • Formulate Structured Leasing Guidelines That Include Mechanisms For Escalation Rates, Rent-free Periods, Security Deposits, Advance Rental, Including Provisions For Brokers’ Commission, And An Exemption For Specific Cases, Ensuring That Ndc’s Leasing Policies Remain Strategic, Adaptive To Market Conditions, And Financially Sustainable Over The Long Term. B. Lease Guidelines Based On The Results Of The Market Study On Lease Rates, The Service Provider Shall Develop A Set Of Data-driven And Policy-compliant Lease Guidelines To Optimize The Lease Strategy Of The Ndc. The Guidelines Shall Serve As A Framework For Standardizing Lease Terms, Improving Portfolio Performance, Ensuring Transparency And Competitiveness In Leasing Transactions, And Alignment With Current Real Estate Industry Best Practices. The Guidelines Shall Cover, But Not Be Limited To, The Following Components: 1. Foundational Lease Framework • Definition Of Key Real Estate And Lease Terms To Ensure Clarity And Avoid Ambiguity In Agreements. • Classification Of Property Types (commercial, Office, Industrial, Residential, Agricultural, Special-use) And Corresponding Lease Treatment. • General Leasing Principles And Policies (e.g., Revenue Maximization, Equitable Access, Long-term Value Protection). • Alignment With National Government Property Management Policies, Real Estate Regulations, And Coa Circulars, Where Applicable. 2. Basic Lease Terms And Conditions • Uniform Lease Contract Provisions, Including, But Not Limited To: O Lease Duration And Renewal Options O Lease Rate Structure And Adjustment Mechanisms O Rent-free Periods And Justifications O Fit-out And Renovation Policies O Advance Rentals, Upfront Payments, And Payment Schedules O Security Deposit O Late Payment Interest And Penalties O Escalation Rates O Use Restrictions And Operating Hours O Termination Clauses And Early Exit Policies O Assignment, Subletting, And Change Of Control Provision O Force Majeure, Legal Compliance, Dispute Resolution, And Applicable Law O Provision For Cost-sharing Arrangements On Utilities, Maintenance, And Taxes (as Applicable). 3. Financial Due Diligence And Lessee Evaluation • Standard Criteria For Evaluating The Financial Capability, Legal Standing, And Operational Credibility Of Prospective Lessees. • Required Documents Such As Audited Financial Statements, Tax Clearances, Bank Certifications, Business Permits, Sec/dti Registrations, Etc. • Risk Categorization Matrix And Mitigation Measures (e.g., Higher Deposits For Riskier Lessees). • Checklist For Use In Evaluation/reviews. 4. Government-to-government Transactions • Protocols And Policy Considerations For Leasing To National Government Agencies, Lgus, And Goccs. • Guidelines For Pricing Adjustments, Subsidies, Or Discounts Consistent With Legal Mandates And Public Interest Objectives. • Required Documentation And Memorandum Of Agreement (moa) Templates For Inter-agency Leases. 5. Property Valuation And Lease Rate Determination • Criteria For Establishing Base Rental Rates (e.g., Market Comparables, Potential Use, Site Condition). • Procedures For Periodic Property Valuation And Justification Of Rate Adjustments. • Accreditation And Engagement Guidelines For Independent Third-party Appraisers. • Establishment Of A Centralized Lease Rate Database For Benchmarking And Decision-making. 6. Real Estate Broker Engagement And Incentives • Broker Accreditation Guidelines, Including Eligibility Criteria, Documentation, And Renewal Procedures. • Prescribed Commission Structures And Performance-based Incentives, Aligned With Market Benchmarks. • Conflict-of-interest Safeguards And Anti-corruption Provisions In Broker Engagements. • Standard Broker Engagement Contracts And Codes Of Conduct. 7. Documentation And Legal Requirements • Mandatory Documentation Checklist For Lease Application, Approval, And Execution. • Templates For Key Legal Instruments: Lease Agreements, Contract Addenda, Letters Of Offer, Mous, Etc. • Lease Approval Clearance Process Aligned With The Government Procurement Reform Act And Other Applicable Regulations. • Compliance Monitoring And Documentation Protocols For Lease Audits And Inspections. 8. Lease Negotiation And Approval Process • Step-by-step Workflow For Lease Offer Evaluation, Negotiation, Selection, And Final Approval. • Delegation Of Authority Matrix For Lease Approvals Based On Transaction Value, Term Length, Or Property Category. • Guidelines For Handling Unsolicited Proposals, Unsolicited Lease Extensions, And Re-negotiations. • Provision For Special Transaction Reviews (e.g., Unsolicited Bids, Unsolicited Lease Extensions, Joint Ventures). 9. Special Provisions • "as-is, Where-is" Clauses With Detailed Disclosures And Tenant/ Lessee Obligations. • Health, Safety, And Environmental (hse) Compliance Clauses. 10. Monitoring, Review, And Updating • Guidelines For The Regular Review And Periodic Updating Of Lease Policies (e.g., Every 3–5 Years Or As Needed). • Performance Evaluation Tools And Kpis For Lease Portfolio Performance (e.g., Occupancy Rate, Rent Collection Rate, Lease Renewal Rate). • Digital Tracking And Reporting Mechanisms To Enhance Lease Administration Efficiency. V. Deliverables And Reporting Requirements The Service Provider Shall Ensure The Timely Submission Of The Following: 1. Inception Report • Study Methodology, Work Plan, Timeline, And Data Sources. 2. Market Study Report • Assessment Of Lease Rates, Market Trends, Competitive Benchmarks, And Strategic Recommendations For Ndc Properties. 3. Lease Guidelines • Structured Leasing Policies, Financial Considerations, Escalation Rates, Incentives, And Standard Lease Terms To Ensure Market Alignment And Sustainability. 4. Final Report & Presentation • A Consolidated Report Summarizing Key Findings, Refined Lease Guidelines, And Final Recommendations, Presented To Ndc. All Reports Shall Be Submitted In Both Printed And Digital Formats, Incorporating Graphical Data Visualizations, Comparative Analyses, And Executive Summaries For Ease Of Interpretation And Decision-making. Vi. Expected Output 1. Market Study On Lease Rates • A Detailed Market Analysis Report Providing Benchmark Lease Rates For Selected Ndc Properties, Including Key Findings, Comparative Data, And Recommendations Based On Prevailing Market Conditions. 2. Lease Guidelines • A Comprehensive Set Of Lease Policies And Procedures Applicable To All Ndc Properties, Aligned With Real Estate Industry Best Practices, Legal And Regulatory Requirements, And Tailored To The Diverse Nature Of Ndc’s Real Estate Portfolio. Vii. Service Provider Qualification Requirements The Service Provider Must Meet The Following Minimum Qualifications: 1. Ndc Requires The Services Of A Qualified Real Estate Services Consultancy Firm With Proven Expertise And Extensive Experience In The Conduct Of Market Studies And Formulating Lease Guidelines Across Various Classifications Of Real Property, Including Commercial, Office, Industrial, Residential, And Other Asset Types. 2. The Service Provider Must Have At Least Twenty (20) Years’ Experience In The Field And Have Completed At Least Three (3) Similar Studies/projects In The Conduct Of Market Studies And /or Lease Guidelines Formulation, And At Least Two (2) Other Studies/projects Related In Nature. 3. At Least Two (2) Certificates Of Satisfactory Completion For Similar Or Related Market Studies And/or Lease Guidelines Should Be Provided. At Least One Completed Similar Project Should Have A Project Cost Equivalent To At Least P500,000.00. 4. Demonstrated Expertise In Conducting Market Studies And/or Formulating Lease Guidelines For Government Agencies, Goccs, Or Private-sector Clients. 5. Must Have Access To Comprehensive, Updated, And Credible Real Estate Market Data From Industry Sources, Property Developers, And Relevant Agencies. 6. Strong Quantitative And Qualitative Analytical Skills, With Proven Ability To Produce Clear, Data-driven Reports And Strategic Recommendations. Client References And Sample Reports May Be Required As Proof Of Capability. 7. The Service Provider Will Put Together A Team Of Specialists For Expeditious And Effective Execution Of The Services Required. The Suggested Managerial, Technical, And Support Staff Requirements Are As Follows: Team Composition Position Task A. Team Leader Project Director Oversee The Timely Delivery Of Output, Ensuring Standards And Quality Of Reporting Are Aligned With What Was Committed, While Leading Market Research. B. Technical/ Managerial Staff Manager Ensure The Market Study Report Aligns With Consultancy Standards, Overseeing Quality And Consistency In Reporting. C. Support Staff Project Manager Oversee And Lead The Study, Ensuring Accuracy Of Research Methodology And Alignment Of The Financial Analysis With The Project Objectives. Lead Research Analyst Leads The Real Estate Market Research And Comprehensive Analysis, Ensuring Data Accuracy. Research Analyst Assist The Lead Research Analyst In Data Collection, Analysis, And Reporting, Ensuring Thorough And Accurate Research Support. Lead Financial Analyst Leads The Development Conceptualization, Project Planning, And Financial Analysis, Ensuring Its Alignment To The Results Of The Market Data. Financial Analyst Assist The Lead Financial Analyst In Developing Marketing And Development Plan And Financial Analysis, Ensuring Detailed And Accurate Support. Project Associate Support The Consultant Analyst And Financial Analyst In Data Collection, Analysis, Reporting, Ensuring Accuracy And Thoroughness Of Tasks Assigned. Project Coordinator Provide Overall Support To The Project, Handling General Tasks Required By The Team And Assist In Data Gather As Needed. Viii. Evaluation Procedure And Criteria The Method Of Evaluation Is Quality-cost Based Selection (qcbs) The Evaluation Criteria For The Technical And Financial Proposal Are Based On The Following: Technical Proposal (70%) – Minimum 60 Financial Proposal (30%) Evaluation Criteria For Technical And Financial Proposal A. Technical Proposal (70%) – Minimum 60% I. Summary Criteria Max Score Actual Score 1. Service Provider’s Work Experience In Preparation Of Market Study And Lease Guidelines Formulation Within The Last Five (5) Years (2020-2024) With A Total Of At Least 5 Projects (3 Similar And 2 Related) Completed, With Amounts Of Not Less Than P500,000 (for At Least One Similar Project) 55 2. Qualifications And Competence Of Personnel To Be Assigned To The Project 40 3. Adequacy Of The Work Plan In Responding To The Tor 5 Total 100 Ii. Details Criteria Max Score Actual Score 1. Work Experience Of The Real Estate Appraiser/developer Firm Relevant To The Job Assignment 55 Points A. Market Study Or Similar Projects Or Studies Conducted 35 Points 6 Or More Studies 35 5 Studies 30 4 Studies 25 3 Studies 20 B. Related Projects In Market Study And Lease Guidelines Formulation 20 2. Qualifications And Competence Of Personnel To Be Assigned To The Project 40 Points A. Experience In The Preparation Of Market Study And Lease Guidelines Formulation 24 Points I. Team Leader • With At Least 10 Years 11 • With 5 Years 7 • With 3 Years 3 Ii. Financial Specialist • With At Least 5 Years 6 • With 3 Years 3 Iii. Technical Specialist • With At Least 5 Years 6 • With 3 Years 3 Iv. Financial/technical Assistant • With 2 Years 1 B. Education 11 Points I. Team Leader • With Ms Or Phd Relevant To The Job 5 • With Bs Degree Relevant To The Job 2.5 Ii. Financial Specialist • With Bs Degree Relevant To The Job 2.5 Iii. Technical Specialist • With Bs Degree Relevant To The Job 2.5 Iv. Financial/technical Assistant • With Bs Degree Relevant To The Job 1 C. Length Of Service With Firm 5 Points I. Team Leader • With 3 Or More Years With The Firm 1.5 Ii. Financial Specialist • With At Least 2 Years With The Firm 1.5 Iii. Technical Specialist • With At Least 2 Years With The Firm 1.5 Iv. Financial/technical Assistant • With At Least 6 Months With The Firm .5 3. Adequacy Of The Work Plan In Responding To The Tor 5 A. Completeness And Clarity Of Proposal • Soundness And Quality Of Work Program/plan 2.5 • Clarity Of Presentation/organization Of The Proposal 2.5 B. Financial Proposal Using The Formula: Sf = 100 X Fi/f Where: Sf = Financial Score Of The Financial Proposal Under Consideration Fi = Price Of The Lowest Financial Proposal F = Price Of The Financial Proposal Under Consideration Ix. Timetable And Contract Cost The Consultancy Contract Is A Fixed-price Contract. The Services Shall Be Completed Within Twelve (12) Working Weeks, Exclusive Of The Period For Ndc Review/comments Of The Consultant’s Output Or Deliverables. The Approved Budget For The Contract (abc) Is Pesos: Five Hundred Thousand (p500,000.00), Inclusive Of Value-added Tax, All Out-of-pocket Expenses, And Other Government Taxes. The Mode Of Payment Shall Be Made As Follows: Timeline Output % Amount From Contract A. Market Study Report Within The 1st Working Week From The Date Of Signing Of The Agreement Submission To Ndc Of The Inception Report Indicating The Methodology, Work, And Data Collection Plan 20% On The 3rd Working Week From The Date Of The Signing Of The Agreement Submission Of The Draft Market Study Report (condensed Report) For Confirmation To Finalize Or Provide Feedback 25% On The 6th Working Week From The Date Of The Signing Of The Agreement Submission Of The Final Market Study Report (written Report) 25% B. Lease Guidelines On The 12th Working Week From The Date Of The Signing Of The Agreement Submission Of The Draft Lease Guidelines 30% Within Five (5) Working Days From The Date Of Confirmation To Finalize The Draft Lease Guidelines Submission Of The Final Lease Guidelines Total 100% X. Performance Security The Winning Bidder Shall Submit A Performance Security As Required Under Section 37.2.1 Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184. Xi. Final Provision 1. The Ndc Retains Full Ownership Of All Data, Reports, And Materials Produced, And 2. The Service Provider Must Maintain The Confidentiality Of All Proprietary Information. Eligibility Requirements Shall Include The Following: 1. Valid And Current Mayor’s Permit (certified True Copy), For Individuals, Bir Certificate Of Registration (certified True Copy) 2. Philgeps Registration Certificate (certified True Copy) Or Philgeps Registration Number 3. Omnibus Sworn Statement (notarized And In Accordance With Gppb Circular 04-2020 Dated September 16, 2020) 4. Professional License / Curriculum Vitae Submission Of Proposal And Required Documents: May 23, 2025 Mode Of Procurement: Small Value Procurement Please Submit Your Proposal With The Required Documents In A Sealed Envelope At The Address Stated Below: Name Of Bidder: Bids And Awards Committee National Development Company 7/f Ndc Building, 116 Tordesillas St. Salcedo Village, Makati City Fax: 8840-4862 Attention: Bac Secretariat Project Reference Number: Mr25-05-054 All Prices Should Be Inclusive Of Vat And Other Applicable Government Taxes. Further, Please Indicate In The Proposal The Following: 1. Terms Of Payment – Government Terms 2. Delivery Period – As Stated In The Tor (signed) Agm Leopoldo John F. Acot Chairperson, Bids And Awards Committee
Closing Date23 May 2025
Tender AmountPHP 500 K (USD 8.9 K)
Province Of Iloilo Tender
Others
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Office Equipment Bid No. Iph-512-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…………………………………………………………………………… 7 13. Bid And Payment Currencies……………………………………………………….. 8 14. Bid Security………………………………………………………………………… 8 15. Sealing And Marking Of Bids……………………………………………………….. 8 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 20 Section I. Invitation To Bid Procurement Of Office Equipment Bid No. Iph-25-512-b 1.the Iloilo Provincial Government Through The Supplemental Budget 1 2024 Intends To Apply The Sum Of Six Hundred Eighty Thousand Pesos (php680,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Office 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 21 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 21, 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 One Thousand Pesos (php1,000.00). 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[ In Case The Abc Is One Million Pesos (php1,000,000) Or More, And For Contracts Involving The Procurement Of Equipment And Vehicles Regardless Of The Amount Of The Abc.] On April 29, 2025 At The 5th Floor, Bac Secretariat Office, 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 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before May 13, 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 13, 2025 At 9:01 A.m. At The 5th Floor, Bac Secretariat Office, 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/bac@iloilo.gov.ph 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 11, 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 Office Equipment With Bid No. Iph-25-512-b. The Procurement Project (referred To Herein As “project”) Is Composed Of Two (2) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Six Hundred Eighty Thousand Pesos (php680,000.00). 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[ In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement.] 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 [iloilo Provincial Hospital, Pototan, 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 To The Iloilo Provincial Hospital, Pototan, 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 Full Color Photocopier, Printer And Scanner 1 1 2 Duplicating Machine 1 1 _______________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Iph-25-512-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 Full Color Photocopier, Printer And Scanner Printer Specifications: -print Resolution 1,800 (equivalent) X 600 Dpi Or Better -print Speed A4 (mono/color) Up To 28/28ppm Or Better -panel Size/resolution 7”/ 800 X 480 Or Better -system Memory 6 Gb Or Better -system Storage (standard/optional) 8 Gb Micro Sd/ 256 Gb Ssd Or Better -automatic Document Feeder Up To 130 Originals; A5-a3; 35-128 G/m² Or Better -paper Input Capacity (standard/max) 1, 100 Sheets / 3,600 Sheets Or Better -paper Tray Input 1x500 Sheet; A5-b4; Custom Sizes; 60-256 G/m² 1x500 Sheets; A6-a3; Custom Sizes; 60-256 G/m² Or Better -scan Speed (mono/color) Up To 100/100 Ipm In Simplex -manual Bypass 100 Sheets; A6-a3; Custom Sizes; Banner; 60-256 G/m² Or Better Technical Specifications: -panel Size/resolution 10.1”/1024 X 600 Or Better -system Memory (standard/max) 8,192 Mb Or Higher -system Hard Disk 256 Gb (standard) Or Higher -automatic Document Feeder Up To 100 Originals; A6-a3; 35-163 G/m² -paper Tray Input (standard) 1x500 Sheets; A6-a3; Custom Sizes; 52-256 G/m² 1x500 Sheets; A5-sra3; Custom Sizes; 52-256 G/m² -manual Bypass 150 Sheets; A6-sra3; Custom Sizes; Banner; 60-300g/m² -automatic Duplexing A5-a3; 60-256 G/m² Or Better -output Capacity Max 250 Sheets Or Better -power Consumption 220-240 V/ 50/60 Hz; Less Than 1.58 Kw Or Better -mobile Printing Wi-fi Direct Or Better -scan Speed (mono/color) 600dpi Simplex 30/30 Ipm, Duplex 14/14ipm 300dpi Simplex 55/55ipm, Duplex 20/20 Ipm Or Better -imaging Technology Laser Or Better -copy/print Speed A4 (mono/color) Simplex Up To 28/28ppm, Duplex Up To 25/25ppm Or Better -auto Duplex Speed A4 (mono/color) Up To 28/28ppm Or Better 1st Copy Out Time A4 (mono/color) 6.8sec/ 8.4 Sec Or Better -warm-up Time (mono/color) Less Than 20 Sec Or Better -copy Resolution 600x600 Dpi Or Better -gradation 256 Gradation Or Better -multi-copy 1-9,999 Or Better -original Format A5-a3; Custom Size Or Better -magnification 25-400% In 0.1% Steps; Auto-zooming Or Better 2 Duplicating Machine -master Making/printing Method High-speed Digital Master/fully Automatic -original Type Book Or Sheet -quick Master Making Mode Approx. 17 Seconds (letter, Short-edge Feed) -scanning Resolution 600 Dpi X 600 Dpi -maximum Scanning Area 297 Mm X 432 Mm -printing Resolution 300 Dpi X 600 Dpi -print Paper Weight 46 Gsm To 157 Gsm -printing Paper Size 100mm X 148 Mm To 310 Mm X 432 Mm -maximum Printing Area 210 Mm X 357mm -paper Feed Tray Stacking Capacity 1000 Sheets 64 Gsm To 80 Gsm -paper Receiving Tray Stacking Capacity 1000 Sheet 64 Gsm To 80 Gsm -printing Speed 5 Level: 60, 80, 100, 120, And 130 Ppm -printing Position Adjustment Horizontal ±15 Mm, Vertical: ±10mm -image Processing Mode Line, Photo, Duo, Pencil -user Interface Lcd Panel -ink Supply Full Automatic (1000 Ml/cartride) -master Supply/disposal Full Automatic (legal: Approx. 250 Sheets Per Rolls) Disposal Capacity: Approx. 100 Sheets -power Source *6 Ac 100-120 V 3.4 A, Ac 220-240 V 1.6 A, 50-60 Hz Terms And Conditions: Service Center: Must Have An Established Services Center For Almost 10 Years In Iloilo City Warranty & Technical Support: The Supplier Is Required To Provide An Exclusive Distributor From Manufacturer For Parts And Labor. It Shall Include Local Technical Support And Services Available Within The Area 8 Hours Per Day (8:00-5:00pm), 5 Days A Week (monday-friday) With Atleast 24hrs Response Time. Free Delivery, Set Up And Installation. _________________________________ 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.
Closing Date13 May 2025
Tender AmountPHP 680 K (USD 12.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Solar Installation and Products
Corrigendum : Closing Date Modified
United States
Details: Description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03.
this Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business Concerns Iaw Far 19.1405 Sdvosb Set-aside Procedures, And Vaar Subpart 819.70, The Va Veterans First Contracting Program.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 221114, With A Small Business Size Standard Of 500 Employees.
the Fsc/psc Is Z1mg.
the Va Loma Linda Healthcare System (vallhcs), Jerry L. Pettis Va Medical Center (vamc), Located At 11201 Benton Street, Loma Linda, Ca 92357-1000 Is Seeking To Purchase Solar Photovoltaic System Preventive Maintenance Inspection And Repair (pmir) Services.
all Interested Companies Shall Provide Quotations For The Following:
supplies/services
statement Of Work (sow)
general
introduction: The Va Loma Linda Healthcare System (vallhcs) Located At 11201 Benson Street Loma Linda, Ca 92357 Requires Solar Photovoltaic (pv) Maintenance Services For One Base And Up To Four Option Years.
background: The Vallhcs Currently Has Five Solar Arrays And Metered Inverters On-site; Four Arrays Mounted On The Carports In The Parking Lots And One On The Garage Structure. The Total Capacity Of The Solar Pv Arrays Is 1.421 Mw-dc.
table 1 Solar Pv System Information
array
location
inverter Manufacturer
inverter Size (kw-ac)
array Size (kw-dc)
module Quantity
4
parking Lot (carport)
solaron
500
580.944
2,352
5
parking Lot (carport)
solaron
333
359.632
1,456
7
parking Lot (carport)
satcon
135
148.694
602
8
parking Lot (carport)
satcon
75
82.992
336
9
parking Garage Structure
solaron
250
248.976
1,008
objective
description: The Vallhcs Installed A Grid-tied Solar Pv System That Is Connected To The Facility S 480v Service Bays With No Energy Storage Or Backup Feature In November 2013. The Solar Modules Are Samsung Model Lpc247m-08. The Inverters Are Metered And Monitored From The Data Acquisition System (das), Using Athea Platform. The Inverter Was Rated At 1,420 Kw-ac. The System Was Rated At 1,701 Kw-dc Stc And 1,490 Kw-ac Cec. The System Has Downsized When The Rooftop Arrays Were Removed In September 2024. The Vallhcs Had Solar Pv Maintenance Services From April 2020 To March 2025 And Requires Renewal Of Full Maintenance Services.
scope Of Work: The Contractor Shall Provide All Labor, Materials, Tools, Equipment, Engineering, Transportation, Qualified Personnel, Supervision And Other Services Necessary For Performing Solar Pv System Management, Maintenance, Repair, Cleaning, And Training To The Manufacturer And Industrial Standards. The Purpose Is To Manage System Performance For Optimum Solar Generation.
system Management: The Contractor Shall Provide System Management Services To Include Monitoring The Das, Responding To Alarms, Tracking Work Orders/services, Administrating Warranty/utility, And Reporting Performance.
system Production Report: The Contractor Shall Provide, Via Das, A Monthly And Annual Energy Production Reports Showing The Actual System Performance Within First Two Weeks Of The Month.
preventative Maintenance: The Contractor Shall Provide Inspections, Testing, Cleaning, And Preventative Maintenance (pm) Services In Accordance With Manufacturers Recommendations.
preventative Maintenance Report: The Contractor Shall Provide A Completed Maintenance Checklist/log, List Of Issues Discovered, Resolution, And Appliable Photos As Appropriate Within Two Weeks Of Each Visit.
system Repair And Training: The Contractor Shall Provide Repairs And Training As Needed To Maintain The Solar Pv System.
specific Requirements:
conference Meetings: The Contractor Agrees To Attend Any Post Award Conference Convened By The Contracting Activity Or Contract Administration Office. The Contractor Shall Facilitate Monthly Meetings On Microsoft Teams With Meeting Minutes To Discuss Reports, Services, And Any Agenda That Will Optimize The Performance Of The Solar Pv System.
quality Control Program: The Contractor Shall Develop And Maintain An Effective Quality Control Program (qcp) To Ensure Services Are Performed In Accordance With The Scope Of Work. The Contractor Implements Procedures To Assure Their Work Complies With The Requirements Of The Contract. The Qcp Shall Be Delivered Within 21 Days After Contract Award And Revised Annually For Contracting Officer Representative (cor) Review/approval.
site-specific Safety Plan: The Contractor Shall Develop And Maintain An Effective Site-specific Safety Plan To Ensure Safe Services Are Performed In Accordance With Standard Electrical And Pv Safety Practices. The Contractor Implements Procedures To Identify, Prevent, And Train Contractor Personnel In Event Of Medical Or Site Emergency. The Plan Shall Be Delivered Within 21 Days After Contract Award And Revised Annually For Cor Review/approval.
applicable Publications: The Contractor Shall Abide By All Latest Applicable Regulations, Publications, Manuals, And Local Policies/procedures To Include But Not Limited To Osha, Nfpa, Ieee, Nec, And Va/vha Directives.
qualifications: The Contractor Site Manager Shall Have At Least Three Years Of Solar Pv Experience, Possess An Osha 30-hour Occupational Safety And Health Training Course Card, And Preferably Obtain A North American Board Of Certified Energy Practitioners (nabcep) Board Certification. The Contractor Solar Pv Technician(s) Shall Have At Least Two Years Of Electrician Experience, One Year Of Solar Pv Experience, Possess At Lease An Osha 10-hour Occupational Safety And Health Training Course Card, And Preferably Obtain A Nabcep Associate Credential. The Resumes And Copy Of The Osha Cards Shall Be Delivered Within 21 Days After Contract Award For Cor Review/approval.
adequate Workforce: The Contractor Shall Maintain Stability And Continuity Of An Adequate Workforce For Uninterrupted Performance Of All Services.
background Check: The Contractor Personnel Performing Work Must Have A General Employment Background Check At The Time Of The Proposed Submission And Must Maintain The Level Of Security Required For The Life Of The Contract.
physical Security: The Contractor Shall Be Responsible For Safeguarding All Government Equipment, Information, And Property Provided For Contractor Use. At The Close Of Each Work Period, Government Facilities, Equipment, And Materials Shall Be Secured.
access Control: The Contractor Shall Establish And Implement Methods Of Ensuring All Badges And Keys Issued To The Contractor By The Government Are Not Lost, Misplaced, Duplicated And Are Not Used By Unauthorized Persons.
government Responsibilities:
furnished Items And Services: The Cor Or Facility Personnel Will Provide Site Access To The Solar Pv System To Perform The Services Or Will Allow The Contractor To Check-out A Key And Temporary Badge From The Facilities Management Service.
technical Documents: The Cor Will Provide Operation & Maintenance (o&m) Manuals, As-builds, And Any Technical Documents On File. The Contractor Is Responsible For The Accuracy Of The Technical Documents.
water Source: The Government Will Provide Access To Water Spigot For Use In Module Washing. The Contractor Is Responsible For Water Conservation Practices.
quality Assurance: The Cor Will Evaluate The Contractor S Performance On The Deliverables And Services.
general Maintenance Services
furnished Items And Services: The Contractor Shall Provide Compatible Software/hardware Parts Or Equipment With The Existing Pv System/design. The Cost Of Labor, Materials, Equipment, And Other Services Shall Be Submitted To The Cor For Review/approval Prior To Any Work.
site Visits: The Contractor Shall Notify The Cor At Least One Month Of Any Site Visits Or Services To Discuss And Coordinate The Best Course Of Action With The Va Police, Facility, Safety, And Any Other Departments Involved. The Contractor Shall Check-in And Check-out With The Cor For Each Site Visit.
system Management: The Contractor Shall Provide System Management Services To Include Monitoring The Das, Responding To Alarms, Tracking Work Orders/services, Administrating Warranty/utility, And Reporting Performance. The Contractor Shall Respond And Notify The Cor For Discussion/decision On The Path Forward To Resolve/repair The Issue To The Alarms From The Das As Follows In Table 2.
table 2 Alarm Response Level
response Level
general
description
remote Response
field Response
1
emergency (safety Related Issues And/or Complete Site Outages)
â½ Day
1 Day
2
critical System Production Issues (inverter Loss Or Weather Adjusted Performance <80%)
â½ Day
2 Days
3
communications Or Das Issue (not Classified As Tier 1 Or 2)
â½ Day
3 Days
4
non-critical Low Production: (80% < Weather Adjusted Performance <90%)
1 Day
5 Days
5
general Issue, Not Falling Into The Categories Above
1 Day
as Needed
preventative Maintenance: The Contractor Shall Provide Pm Services And Cleaning For Pv Array And Inverters In Accordance With Sunwize O&m Manual, Solaron User Manual, And Satcon Manual.
the Contractor Shall Develop, Complete, And Submit A Pm Checklist/log Sheet For Record Of Performance.
the Contractor Shall Document Deficiencies With Appliable Photos And Resolutions In A Pm Report Within Two Weeks Of Pm Performance.
table 3 Example Of Preventative Maintenance Services
preventative Maintenance Service Description
service Frequency
general Inspections:
visual Inspection For Signs Of Damage, Overall Wear And Tear, Module Breakage, Loose Conduit, Broken Straps, Etc.
sample Check Torque Marks And Tighten Loose Connections
electrical Inspections And Maintenance:
perform Manufacturer S Preventative Maintenance On Electrical Equipment
check Integrity Of Weather Resistance (seals, Hubs And Weather Stripping)
check Electrical Equipment Housing For Signs Of Corrosion
perform Infrared Scans, As Needed
inverter Inspections And Maintenance:
perform Manufacturer S Preventative Maintenance
check Integrity Of Weather Resistance (seals, Hubs And Weather Stripping)
check Inverter Housing For Signs Of Corrosion
clean Inverter Air Vents And Heat Sinks Clean Filters
perform Infrared Scans, As Needed
monitoring Equipment Inspection:
clean And Verify Readings Of Pyranometer(s)
check Integrity Of Cell Temperature Sensor And Verify Das Readings
check Other Weather Station Components
check That The System Meter Is Reading Accurately
array Washing:
includes Normally Expected Soiling Conditions. Heavy Cleaning, Such As Excessive Soiling, Debris Removal, Bird Droppings And Soot, Not To Exceed 10% Of Total Array.
vegetation Control:
remove Or Mow Weeds And Grasses Located In Accessible Areas Under The Array
tracker Maintenance:
perform Manufacturer S Preventative Maintenance
check Limit Switches And Backtrack Function If Applicable
check Torque And Tolerances On All Dynamic Components
grease All Zerk Fittings
inspect All Rubber/plastic Components, Boots, And Bushings
corrective Maintenance: The Contractor Shall Provide Corrective Maintenance (not Listed, Within The Scope Of The Contract) To Scheduled And Unscheduled Issues Or Failures As Necessary In A Timely Manner To Restore The System To The Required Levels Of Performance. The Contractor Shall Notify The Cor Of The Issues And Provide Supporting Documents/services For Corrective Maintenance. The Cost Of Corrective Maintenance Shall Be Preapproved By The Contracting Officer.
technical Assistance And Training: The Contractor Shall Provide Technical Assistance And Training To Ensure Va Personnel Are Generally Familiar With The Pv Systems, Components, And Safety. Technical Assistance May Be Needed For Specialized Work, Including Warranty Or Utility Applications.
billing And Payment: The Contractor Shall Email Invoices To The Cor For Review/approval After The Completion Of Service. Once Approved, The Contractor Shall Submit The Invoice On The Tungsten Network For Government Invoice Processing.
table 4 Example Line Items For Services
items
service
frequency
cost ($/yr)
1
system Management: Das Monitoring, Alarm Responding, Work Order Tracking, Warranty/utility Administrating, Technical Assistance, Training, And Reporting
m-f
2
preventive Maintenance: Inspection/checks, Torquing, Cleaning, Troubleshooting, Thermal Scanning, Recording, And Etc.
2x/yr
3
module Washing And Inspection
2x/yr
4
corrective Maintenance
as Needed
total
base Period (and Recurring Option Years Up To 4 Years)
total
period Of Performance
the Period Of Performance (pop) Will Be One Base Period And Four One-year Option Years (oy). At The End Of Each Pop, The Government May Extend The Term Of The Contract Unilaterally.
base Period: June 1, 2025 - September 30, 2025.
oy1: 10/01/2025 09/30/2026.
oy2: 10/01/2026 09/30/2027.
oy3: 10/01/2027 09/30/2028.
oy4: 10/01/2028 09/30/2029.
free On Board (fob) Is Destination For This Purchase Order.
place Of Performance/place Of Delivery
address:
department Of Veterans Affairs
va Loma Linda Healthcare System (vallhcs)
jerry L. Pettis Va Medical Center (vamc)
11201 Benton Street
loma Linda, Ca
postal Code:
92357-1000
country:
united States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.201-1, Acquisition 360: Voluntary Survey. (sept 2023)
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023)
addendum To Far 52.212-1
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
far 52.204-7, System For Award Management (nov 2024)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023)
far 52.217-5, Evaluation Of Options (jul 1990)
far 52.233-2, Service Of Protest (sept 2006)
vaar 852.209-70, Organizational Conflicts Of Interest (oct 2020)
vaar 852.233-70, Protest Content/alternative Dispute Resolution (oct 2018)
vaar 852.233-71, Alternate Protest Procedure (oct 2018)
vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
end Of Addendum To 52.212-1
far 52.212-2, Evaluation-commercial Items (nov 2021)
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023)
addendum To Far 52.212-4
far 52.252-2, Clauses Incorporated By Reference (feb 1998)
far 52.203-16, Preventing Personal Conflicts Of Interest (jun 2020)
far 52.204-13, System For Award Management Maintenance (oct 2018)
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.217-8, Option To Extend Services (nov 1999)
far 52.217-9, Option To Extend The Term Of The Contract (mar 2000)
far 52.228-5, Insurance-work On A Government Installation (jan 1997)
cl-120, Supplemental Insurance Requirements
far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984)
far 52.237-3, Continuity Of Services (jan 1991)
vaar 852.203-70, Commercial Advertising (may 2018)
vaar 852.219-74, Va Notice To Total Set-aside For Certified Veteran-owned Small Businesses (jan 2023) (deviation)
vaar 852.219-76, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation)
vaar 852.223-71, Safety And Health (sep 2019)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
end Of Addendum To 52.212-4
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025)
the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(1), (4), (5), (7), (9), (12), (23), (26), (31), (33), (34), (35), (36), (37), (38), (39), (40), (51), (55), (59), (63), (c)(1), (3), (4), (7), And (8).
all Invoices From The Contractor Shall Be Submitted Electronically In Accordance With Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. This Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp. This Is Mandatory And The Sole Method For Submitting Invoices.
all Quoters Shall Submit The Following: All Information Required By Far 52.212-1(b) Submission Of Offers.
all Quotes Shall Be Sent To The Network Contracting Office (nco) Norman.napper-rogers@va.gov.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
options Will Be Evaluated At Time Of Award.
the Following Are The Decision Factors: Price, And Past Performance, With Price More Important.
past Performance Will Be Based On Cpars And Fapiis Ratings. No Rating In Cpars Is Equal To A Neutral Rating.
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
questions Shall Be Received No Later Than 05/09/2025, 10:00 Pdt At Norman.napper-rogers@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0362.
final Submission Of Your Response Shall Be Received Not Later Than 05/16/2025, 10:00 Pdt At Norman.napper-rogers@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0362.
submissions Shall Include Your Quote Using The Attached Schedule As Well As A Capabilities Statement With Qualifications Proving All Certifications And Education Required For The Work Being Conducted In The Sow, As This Is Highly Scientific And Regulated. Submissions Not Meeting All Requirements Of The Sow Will Be Considered Ineligible For Award.
quotes Should Be Based On The Information Provided As No Discussions Will Be Allowed. This Solicitation Is Being Made Under Far 13.106-2(b)(3) Using Simplified Acquisition Procedures.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
norman Napper-rogers, Contracting Officer, Norman.napper-rogers@va.gov.
Closing Date16 May 2025
Tender AmountRefer Documents
MISSILE DEFENSE AGENCY MDA USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Long Range Discrimination Radar (lrdr) Persistent Discrimination & Sustainment (pd&s) Request For Information (rfi)
agency: Other Defense Agency
office: Missile Defense Agency Location: Mda-sna
reference – Number: Mda25snrfi03
approved For Public Release
25-mda-12020 (20 Feb 25)
i.description:
the Missile Defense Agency (mda), Long Range Discrimination Radar (lrdr) Program Is Conducting Market Research To Determine Interest And Capability For Sources To Perform Systems Development As Well As Hardware And Software Sustainment On The Fielded Lrdr Radar In Clear, Alaska. The Potential Requirements Are Slated For Execution In The Fy2027 – Fy2037 Timeframe.
this Rfi Is Issued For Planning Purposes Only As Part Of The Overall Market Research Activity To Collect, Organize, Maintain, Analyze, And Present Data In Accordance With Federal Acquisition Regulation (far) Part 10 And Defense Federal Acquisition Regulations Supplement (dfars) Part 210. The Information Provided May Be Used In Developing An Acquisition Strategy, Statement Of Work, Statement Of Objective, Or Performance Work Statement For Follow-on Contract Or New Contracts. Proprietary Information Is Neither Sought, Nor Desired By Mda. If Such Information Is Submitted, It Must Clearly Be Marked "proprietary" On Every Sheet Containing Such Information, And The Proprietary Information Must Be Segregated To The Maximum Extent Practicable From Other Portions Of The Response (e.g., Use An Attachment Or Exhibit). Respondents Are Responsible For Adequately Marking Propriety Information Contained In The Submitted Response.
if A Respondent’s Submissions Contains Information They Believe Should Be Withheld From A Requestor Under The Freedom Of Information Act (foia) On The Grounds It May Contain “trade Secrets And Commercial Or Financial Information” [5 Usc§552(b)(4)], The Respondent Should Provide The Following Notice On The Title Page Of Its Submission: “some Parts Of This Document, As Identified On Individual Pages, Are Considered By The Respondent To Be Privileged Or Confidential Trade Secrets Or Commercial Or Financial Information Not Subject To Mandatory Disclosure Under The Freedom Of Information Act. Material Considered Privileged Or Confidential On Such Grounds Is Contained On Page(s) [enter Page Number(s)].” Each Individual Item Considered Privileged Or Confidential Under Foia Should Be Marked With The Following Notice: “the Data Or Information Is Considered By The Submitter To Be Confidential Or Privileged, And Is Not Subject To Mandatory Disclosure Under The Freedom Of Information Act.”
the Government Intends To Use Third Party, Non-government (i.e., Contractor) Support Personnel As Subject Matter Experts In The Review Of Responses Received, Including The Review Of Any Marked Or Unmarked Proprietary Information Provided. Appropriate Nondisclosure Agreements Have Been Executed Between The Third Party, Non-government Support Personnel, And The Mda And Are On File With The Mda. A Submission Of A Response Under This Rfi Constitutes A Grant Of Authority By The Respondent To The Mda To Allow Access To Federal Personnel And These Third Party Individuals To Any Content Of The Submission That May Constitute Material Within The Ambit Of The Trade Secrets Act, 18 U.s.c. 1905.
some Information Resulting From This Rfi May Eventually Be Included In One Or More Rfps That Will Be Released To Industry. Any Subsequent Actions Resulting From The Analysis Of The Information Provided In Response To The Rfi May Be Synopsized At A Future Date. If Synopsized, Information Detailing The Specific Requirements Of This Procurement Will Be Included. Not Responding To This Rfi Does Not Preclude Participation In Any Acquisition Addressed In Future Rfp(s), If Issued. If A Solicitation Is Released, It Will Be Synopsized At A Government Point Of Entry (gpe), Such As The System For Award Management (sam.gov) Website At Https://sam.gov/. It Is The Responsibility Of The Potential Respondents To Monitor This Site For Additional Information Pertaining To This Requirement.
ii. Program Background: Mda Continues To Improve Capabilities And Sustain The Lrdr Located Within Clear Space Force Station (csfs), Alaska. The Lrdr Is A Key Component Of The Mda’s Missile Defense System And Provides Persistent Long-range Midcourse Discrimination, Precision Tracking, And Hit Assessment To Support The Ground-based Midcourse Defense (gmd) Capability And Protect The Homeland From Long-range Missile Threats. The Lrdr System Is Comprised Of Hardware, Firmware, And Software. The On-array Hardware Primarily Consists Of Non-commercial Products And Commercial-off-the-shelf (cots). The Off-array Hardware Consists Of Cots And Modified Cots Equipment. The Software And Firmware Consists Of Cots, Modified Government-off-the Shelf (gots), Free-and-open Source Software (foss), And Non-commercial Software. The On-array And Off-array Hardware Interfaces With Radar System Support Equipment (rsse). Rsse Are All On-site Facilities, Systems, Components, And Elements Needed To Protect, Secure, Heat, Cool, Power, And Defend The Lrdr System And Personnel. Rsse Sustainment Is Not Subject To This Rfi. The Sustainment Efforts For This Rfi Are Focused On The On-array And Off-array Hardware And Software As Well As Maintaining System Interface Requirements With The Rsse To Ensure Operational Availability Is Maintained.
iii. Potential New Requirements:
all Hardware And Software Activities Shall Be Performed In Accordance With Mda Assurance Provisions (map) Rev C And Parts, Materials, And Processes Mission Assurance Plan (pmap) Rev C.
a. Systems Development And Fielding Of Future Lrdr Capabilities Into The Missile Defense System
A1. Design, Test, Integrate, And Field Future Lrdr Software Capabilities, In Accordance With Missile Defense System Requirements Contained In Future Element Specifications.
enhanced Electronic Protection With Updated Sensor Resource Management For Updated Homeland Defense Threat Space For Ground-based Midcourse Defense (gmd) Engagements For Increment 12a (operational Capability In December 2032). This Involves Additional Lrdr Performance Improvements For Gmd Engagements Against Threats With Increasingly Complex Electronic Attack Capabilities And Lrdr Sending Ep Track Data To C2bmc To Generate A Bmd System Track.
A2. Design, Test, Build, Integrate, And Field Hardware Technology Capabilities To Support Lrdr Electronic Protection Modernization Initiative. The Lrdr Is Planning A Technology Refresh Of The Tactical Mission And Data Processing Groups For Fielding At Clear Space Force Station, Ak And Test Strings For Use In Ground Test Laboratories For Increment 12a (operational Capability In December 2032).
b. Hardware And Software Sustainment (warfighter Support Of The Fielded Lrdr System)
depot Level Maintenance
conduct Depot Level Maintenance Of The Lrdr Radar System That Includes Equipment End Items, Parts, Components, Assemblies, Subassemblies, & Software Maintenance. The Lrdr Depot Maintenance Shall Execute Line Replaceable Unit Repair And Return Via Contractor Facilities. This Type Of Lrdr Hardware Support Shall Include: Providing For The Repair Of Cots And Gots Failed Assets Repaired At The Original Equipment Manufacturer (oem) Level And/or Providing For Cots And Gots Maintenance To Maintain Reliability And Availability As Outlined In The Lrdr Es. A Sample List Is Provided (sample Parts Listing). Define, Document, And Implement Engineering Change Proposals For Sustainment-related Radar Hardware And Software Changes. Provide Depot Level Technical Orders (tos) That Document The Relevant Technical Data Used To Conduct Depot Level Support Of Lrdr Equipment.
packaging, Handling, Storage, And Transportation (phs&t) Support
provide Phs&t Support To Lrdr By Identifying, Planning, And Resourcing, Requirements To Maximize Availability And Usability Of The Materiel To Include Support Items Whenever Needed For Training Or Mission Execution. The Contractor Shall Ensure All System, Equipment, And Support Items Are Preserved, Packaged, Handled, And Transported Properly, Including Environmental Considerations, Equipment Preservation For The “short And Long Storage,” And Transportability Utilizing Industry Best Practices Except Where Mil-std-2073-1e Standard Practice For Military Packaging Applies.
technical Order Updates – Transition To Technical Data Support Services Enterprise (tdsse)
the Contractor Shall Maintain And Update Tos Developed For Operation And Maintenance Of The Lrdr System That Include Integrated Training And Diagnostic Fault Isolation Procedures In Accordance With Mil-std 38784. The Contractor Shall Interface With Tdsse To Provide Sustainment Support Of Tos And Engineering Data.
diminishing Manufacturing Sources And Material Shortage (dmsms)
maintain The Lrdr Dmsms Plan In Accordance With The Dod Dmsms Guidebook To Prevent The Loss Of Resources And Material Needed To Build, Maintain And Operate The Lrdr System. Conduct Dmsms Forecasting And Generate Solutions To Prevent Events That Endanger The Life-cycle Support And Viability Of The Weapon System. All Dmsms Findings And Metrics Shall Be Documented And Provided To The Lrdr Program Office.
spares
conduct Spares Manufacturing In Accordance With The Lrdr Technical Data Package (tdp). The Tdp Includes (but Is Not Limited To) The Following Tasks:
Provide A Semi-annual Spares Analysis To Identify A Cost Effective Spares Inventory Based On The Reliability, Availability, And Maintainability (ram-t) Analysis Of The Authorized Sparing Level.
The Contractor Will Update And Maintain The Lrdr Provisioning Parts List And Perform Proactive Forecasting And Associated Design Tradeoffs To Minimize Dmsms And Obsolescence Life Cycle Vulnerabilities. A Sample List Is Provided (sample Parts Listing).
Incorporate Ram-t Design Considerations That Improve Operational Readiness And Mission Success, Reduce Item Demand For Maintenance And Logistics Support, And Provide Essential Risk Management Information.
property Management And Item Unique Identification (iuid)
track And Manage Government-furnished Equipment (gfe) In Accordance With Far 52.245-1 And Mda Manual 5000.64-m "accountability And Management Of Mda Equipment And Other Accountable Property Manual”. Provide A Property Inventory Report On A Semi-annual Basis To Track The Condition And Usage Status Of Government-furnished Property (gfp) As Well As Identify And Record All Pertinent Contractor Acquired Property (cap). Mark Components, Parts, And End Items With Iuid As Required By Defense Federal Acquisition Regulation Supplement (dfars) 252.211- 7003. Updates And Reports To The Iuid Registry For Gfp Will Be Conducted In Accordance With Dfars 252.211-7007.
reliability And Maintainability
perform A Reliability Centered Maintenance (rcm) Analysis To Sustain And Continuously Improve The System And Product Support Strategy. The Analysis Shall Identify A Structured Process Used To Determine The Optimal Failure Management Strategies For Lrdr, Based On System Reliability Characteristics And The Intended Operating Context.
maintenance Task Analysis
conduct A Maintenance Task Analysis (mta) In Accordance With Mil-hdbk-0502a. The Mta Shall Identify The Steps, Spares And Materials, Tools, Support Equipment, Personnel Skill Levels And Facility Issues That Must Be Considered For A Given Repair Task And Include The Elapsed Times Required For The Performance Of Each Maintenance Task. Mta Shall Cover Both Corrective And Preventive Maintenance Tasks And, When Complete, Identify All Physical Resources Required To Support A System. Mta Data Will Be Used To Maintain And Update Maintenance Standard Operating Procedures (sops). The Mta Shall Be Reviewed And Updated Annually During The O&s Period.
support Equipment
maintain The Lrdr Support Equipment Plan That Identifies Equipment Required To Support Lrdr System Test And Integration. Maintain The Lrdr Support Equipment Catalog To Include Equipment Calibration, Preventive Maintenance, And Repair And Replace Support Requirements.
training & Training Support
provide Updates To Training And Training Support For The Contractor Operation And Maintenance Of The Lrdr System. Support Must Include Radar Operations And Maintenance Training In Accordance With Afi 36-2251 “management Of Air Force Training Systems”, And With The Lrdr Es Section On Maintenance Training. The Contractor Shall Update And Provide Maintenance Training To Qualify Both Warfighter And Contractor Maintenance Personnel On The Lrdr System In Accordance With Approved Lrdr Maintenance Manuals And Operations Tasks.
software Sustainment
support, Maintain, Improve, And Operate The Software Capabilities Of The Lrdr System. To Include Processes, Procedures, People, Material, And Information Required To Support, Test, Maintain, And Operate The Software Aspects Of The System By Correcting Faults And Improving Performance. The Contractor Will Coordinate And Track Any Actual Changes/updates To The Software Code With The Mda Program Office In Accordance With Established Mda Configuration Management Processes.
cyber Security Support
sustain Cybersecurity Posture Of The Deployed Lrdr System In Accordance With Dod Policies And Requirements. The Contractor Shall Assess Information Assurance Vulnerability Management (iavms) And Command Tasking Orders (ctos) To Determine Applicability And Implement Product Vendor Patches And Other Mitigations. The Contractor Shall Upgrade Current Cybersecurity Hardware, Software, Processes, And Procedures To Industry Best Practices To Provide Balanced, Resilient, Defensible, And Adaptable Cybersecurity Protection Including But Not Limited To Zero-trust Practices, Network/endpoint Detect And Respond, Network Monitoring, Performance Monitoring, Network/endpoint Benchmarking, Incident Management, Log Correlation, And Device Inventories. The Contractor Will Implement Vulnerability Mitigations And Software Patches To Correct Cybersecurity Vulnerabilities Discovered During Routing Vulnerability Scanning Or During Cybersecurity Test Events In Hardware, Software, And Operating System Components Of Lrdr. The Contractor Will Implement A Multi-factor Authentication Solution That Meets Nist Authenticator Assurance Level (aal) 3, Federation Assurance Level (fal) 3, And Identity Assurance Level (ial) 3 And Will Ensure The Solution Is Replay Resistant And Verifier Impersonation Resistant.
iv. Requested Information: Respondents To This Rfi Are Invited To Prepare And Submit, Not Later Than March 27, 2025, The Following:
a. A One (1) Page Company Profile, Including Company Name, Point Of Contact, Mailing Address And Website, Physical Location, Telephone Number, Email Address, Data Universal Numbering Systems (duns) Number, Commercial And Government Entity (cage) Code And/or Tax Id Number, Facility Clearance Level, And All Applicable Socio-economic Business/company Profile Identification [e.g., Large Or Small Business (sb), Small Disadvantaged, 8(a), 8(m) (both Woman Owned Sb And Economically Disadvantaged Woman Owned Sb), Tribally Owned Entity Alaskan Native Corporation, Hawaiian Owned Organization, Service Disabled Veteran Owned Sb, Historically Underutilized Business Zone (hubzone) Sb, Etc.] And The Applicable North American Industry Classification System (naics) Code(s).
b. Scope Area Capability, The Below Information Is Requested:
I. For Each Of The Bulleted Scope Areas Defined Under Iii.a And Iii.b The Respondent Chooses To Address, The Respondent Shall Provide A Description Of The Their Capabilities, Resources And Approach To Meeting The Requirements. All Bulleted Scope Areas Under Section Ii.a And Ii.b Shall Be Addressed Individually.
Ii. Relevant Experience: Included In The Government’s Review Of Current Capabilities Will Be An Assessment Of The Respondent’s Demonstrated Record Of Successfully Performing Efforts Similar To Those Defined Within This Rfi. Where The Respondent Has Similar/relevant Experience Within Five Years, Mda Requests The Below Information:
contract Number(s)
title And Objective Of Contract (in Adequate Detail To Allow Mda To Determine Relevancy)
contracting Agency And Point Of Contact Information
period Of Performance
contract/subcontract Value Of Effort
type Of Contract/subcontract (e.g., Fixed Price, Cost)
accomplishments (e.g., Products Furnished And/or Services Provided)
Iii. Teaming/subcontracting Arrangements: Specify If A Teaming Arrangement Could Be Used To Meet Some Or All Requirements Of The Scope. Identify The Potential Teaming Partners/significant Subcontractors And Address And Relevant Experience. Identify The Portions Of Work That The Prime Intends To Perform As Well As The Portions That Subcontractors Or Teaming Partners (if Applicable) Will Perform. Responses Must Include Business Size And Business Socio-economic Category Of All Subcontractors Or Teaming Partners Identified To Perform The Work Identified.
Iv. Additional Information: Lrdr Tdp Will Not Be Released With This Information Request. Please List And Describe What (if Any) Additional Data Is Required To Submit A Competitive Proposal And/or Perform A Subsequent Contract.
V. Miscellaneous Responses To Rfis Should Address The Following:
A) What Are The Highest Risks To Transitioning Current Technical Activities And Capabilities Identified In The Requirements Scope, And How Would You Mitigate These Risks? What Does Mda Need To Facilitate Transition And Mitigate Risks?
B) Address Risk Mitigation Strategies (as Appropriate For The Scope Area) Which Address (but Not Be Limited To) The Following:
learning Curve Impacts (e.g., Trained Personnel, Maintenance, And Situational Awareness, Etc.)
lack Of Knowledge Of Radar Software Development
execution Of Overall Management To Hardware And Software Sustainment To Meet The Government’s Operational, Sustainment, Development And Test Objectives
C) Describe Your Concepts For Work With The Mda And Collaboration With Other Lrdr Stakeholder Contractors And Personnel.
D) Mda Request Recommendations For Areas That Could Be Set-aside For Small Business Or Broken Out For Competition.
E) Mda Also Requests Vendors Provide Existing Multiple Award Schedule (mas) Or Other Government-wide Best In Class Contract Vehicles That Could Be Used To Procure This Requirement To Be Evaluated As A Possible Acquisition Strategy
c. Small Business Considerations: (applicable To Sb Respondents Only): One Objective Of This Rfi Is To Determine The Capability Of Small Business To Meet The Requirements Contained Herein, And To Inform The Acquisition Strategy With Regard To Setting Aside Or Partially Setting Aside Any Future Acquisition For Small Businesses, Mda Requests That Small Business Respondents Address Relevant Experience In Managing Contracts Or Subcontracts On Similar Requirements. Respondents Teaming With Small Businesses Should Provide Similar Information For All Small Business Subcontractors.
v. Submission Requirements:
responses Are Not To Exceed 50 Total Pages (including Company Profile But Not Including The Small Business Information Required Under Requirements Information Paragraph Iv.c Above From Small Business Respondents). A Respondent’s Information/documents Submitted In Response To This Rfi Will Not Be Returned.
responses May Be Single Or Double Spaced (times New Roman 12-point Font) And In Electronic Portable Document Format (.pdf) Only With Searchable Capability (no Scanned Documents). All Responses Must Be Emailed To The Procuring Contracting Officer At Mda.schriever.ics.mbx.lrdrteam@mail.mil With The Subject Line Notated As Follows: “rfi Lrdr Pd&s”. All Responses Must Be Received No Later Than March 27, 2025, 5:00 P.m., Central Standard Time. Typed Format For Responses Shall Be No Smaller Than Times New Roman 12 Point-font.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions.
this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Request For Proposal (rfp), Invitation For Bid, Or An Obligation On The Part Of The Government To Acquire Any Products Or Services. No Funds Have Been Authorized, Appropriated, Or Received For These Potential Requirements. In Accordance With Far 15.201(e), Responses To This Rfi Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Neither Unsolicited Proposals Nor Any Kind Of Offers Will Be Considered In Response To This Rfi. No Reimbursements Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement And/or Any Follow-up Information Requests.
vi.government Furnished Information
the Lrdr Product Office Plans To Provide Access To The Classified Lrdr Element Specification (es) To Better Allow Industry To Assess Their Capabilities In Meeting The Requirements In This Announcement. Potential Respondents May Request These Documents By Emailing An Fso-signed Document Access Agreement And Request Form To Mda.schriever.ics.mbx.lrdrteam@mail.mil With The Subject Line “classified Documentation Request – Lrdr Pd&s.” In Order To Receive This Documentation, A Requesting Company Must Have A Facility Clearance And Classified Storage Authorization At The Secret Level Or Higher.
all Technical Data Furnished By The Government Is In An "as Is" Condition Without Any Warranty As To Its Accuracy, Completeness, Or Adequacy. The Respondent Shall Use This Technical Data At Its Own Risk. The Government Assumes No Responsibility For Such Furnished Data/documentation Nor Will The Government Have Any Liability Should Such Data/documentation Prove To Be Inaccurate, Incomplete, Or Otherwise Defective. The Recipient/respondent Shall Adhere To All Document Markings (e.g. Export Control, Foia/cui, Distribution Statements, Etc.)
the Following Will Be Provided For This Rfi:
A. Map (rev C)
B. Pmap (rev C)
C. Lrdr Element Specification (classified) – Upon Request
D. Afi 36-2251 “management Of Air Force Training Systems”
E. Mda Manual 5000.64-m "accountability And Management Of Mda Equipment And Other Accountable Property Manual”
F. Sample Parts List
contracting Office Address:
procuring Contracting Officer
missile Defense Agency, Mda-gmsl
building 5222, Martin Road, Vbiii
redstone Arsenal, Al 35898
mda.schriever.ics.mbx.lrdrteam@mail.mil
Closing Date27 Mar 2025
Tender AmountRefer Documents
2691-2700 of 2738 archived Tenders