Scanning Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

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

City Of Malabon Tender

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

Province Of Iloilo Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date5 Jun 2025
Tender AmountPHP 325 K (USD 5.8 K)
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of I.t. Equipment Bid No. Dvp-25-473-b Philippine Bidding Documents Sixth Edition July 2020   Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..19 Section I. Invitation To Bid Procurement Of I.t. Equipment Bid No. Dvp-25-473-b 1. The Iloilo Provincial Government Through The Capital Outlay 2024 Intends To Apply The Sum Of Three Hundred Twenty-five Thousand Pesos (325,000.00) Being The Abc To Payments Under The Contract For The Procurement Of I.t. Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 7 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29 ,2025from The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On May 8,2025 At 9:00 A.m At The The Bac Secretariat Office, 5th Floor, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Secretariat Office, 5th Floor, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before May 27,2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 27,2025 At 9:01 A.m. At The Bac Secretariat Office, 5th Floor, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com April 22,2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Procurement Of I.t. Equipment With Bid No. Dvp-25-473-b. The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Item/s, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Twenty-five Thousand Pesos (325,000.00)) 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Don Valerio Palmares Sr. Memorial District Hospital, Passi City, Iloilo Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable; F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Don Valerio Palmares Sr.memorial District Hospital,passi City,iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Desktop Computer Set With Printer, Ups And Avr 5 5 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Dvp-25-473-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Desktop Computer Set With Printer, Ups And Avr Desktop Specs: Processor:6 Core Or More,3.60ghz Base Clock (minimum) Or Higher Motherboard: Must Supported Dual Channel Non Ecc Ddr4/5,4 Dimms, Pci Express X 16 Slot Ram: 16gb X2 Ddr4/5 3200mhz Or Higher Rdimm Ssd: For Operating System:500gb Or More Sata Ssd Gpu: Integrated Monitor: 19” Led Or Wider Case: Micro Atx Case That Can Accommodate At Least 2 Hard Drives Power Supply: 500 Watts Of Higher 80+ Bronze Certified Non-modular Atx Power Supply Printer Specs: Copy, Scan & Print Function Copyimg: Maximum Copies From Standalon:20 Copies Maximum Copy Resolution: 600x600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black/color): Up To 7.0ipm Scanning: Scanning Type: Flatbed Color Image Scanner Sensor Type: Cis Optical Resolution: 1200x2400 Dpi Maximu Scan Area:216x297 Dpi Scanner Bit Depth (color): 48-bit Input,24-bit Output Scanner Bit Depth (black & White): 16-bit Input,1-bit Output Printing Technology: Print Method: On Demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration:180x1 Nozzles Black,59x1 Nozzles Per Color (cyan, Magenta, Yellow) Maximu Resolution: 5760x1440 Dpi Paper Handling: Number Of Paper Trays:1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80g/m2) Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2) Up To 20 Sheets Of Premium Glossy Photo Paper Maxim Paper Size: 215.9x1200mm Paper Sizes: Legal (8.5x14”), Indian-legal(215x345mm),8.5x13”,5x7”,5x8”,4x6”, Envelope: #10, Dl, C6 Print Margin:0mm Top, Left, Right, Bottom Terms And Condition: 1. Delivery Period Should Be 7 Days Upon Receipt Of Approved Ntp 2. 1 Year Or More Warranty, Supplier Must Have A Dti-certified Service Center In The Province Of Iloilo ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.

Municipality Of Rizal,palawan Tender

Healthcare and Medicine
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
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

Department Of The Interior And Local Government - DILG Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date26 Jun 2025
Tender AmountPHP 3.5 Million (USD 61.3 K)
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

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
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

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date25 Apr 2025
Tender AmountRefer Documents 
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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents 
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.

Province Of Iloilo Tender

Others
Philippines
Closing Date13 May 2025
Tender AmountPHP 680 K (USD 12.2 K)
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.
2691-2700 of 2741 archived Tenders