Scanning Tenders
MISSILE DEFENSE AGENCY MDA USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Long Range Discrimination Radar (lrdr) Persistent Discrimination & Sustainment (pd&s) Request For Information (rfi)
agency: Other Defense Agency
office: Missile Defense Agency Location: Mda-sna
reference – Number: Mda25snrfi03
approved For Public Release
25-mda-12020 (20 Feb 25)
i.description:
the Missile Defense Agency (mda), Long Range Discrimination Radar (lrdr) Program Is Conducting Market Research To Determine Interest And Capability For Sources To Perform Systems Development As Well As Hardware And Software Sustainment On The Fielded Lrdr Radar In Clear, Alaska. The Potential Requirements Are Slated For Execution In The Fy2027 – Fy2037 Timeframe.
this Rfi Is Issued For Planning Purposes Only As Part Of The Overall Market Research Activity To Collect, Organize, Maintain, Analyze, And Present Data In Accordance With Federal Acquisition Regulation (far) Part 10 And Defense Federal Acquisition Regulations Supplement (dfars) Part 210. The Information Provided May Be Used In Developing An Acquisition Strategy, Statement Of Work, Statement Of Objective, Or Performance Work Statement For Follow-on Contract Or New Contracts. Proprietary Information Is Neither Sought, Nor Desired By Mda. If Such Information Is Submitted, It Must Clearly Be Marked "proprietary" On Every Sheet Containing Such Information, And The Proprietary Information Must Be Segregated To The Maximum Extent Practicable From Other Portions Of The Response (e.g., Use An Attachment Or Exhibit). Respondents Are Responsible For Adequately Marking Propriety Information Contained In The Submitted Response.
if A Respondent’s Submissions Contains Information They Believe Should Be Withheld From A Requestor Under The Freedom Of Information Act (foia) On The Grounds It May Contain “trade Secrets And Commercial Or Financial Information” [5 Usc§552(b)(4)], The Respondent Should Provide The Following Notice On The Title Page Of Its Submission: “some Parts Of This Document, As Identified On Individual Pages, Are Considered By The Respondent To Be Privileged Or Confidential Trade Secrets Or Commercial Or Financial Information Not Subject To Mandatory Disclosure Under The Freedom Of Information Act. Material Considered Privileged Or Confidential On Such Grounds Is Contained On Page(s) [enter Page Number(s)].” Each Individual Item Considered Privileged Or Confidential Under Foia Should Be Marked With The Following Notice: “the Data Or Information Is Considered By The Submitter To Be Confidential Or Privileged, And Is Not Subject To Mandatory Disclosure Under The Freedom Of Information Act.”
the Government Intends To Use Third Party, Non-government (i.e., Contractor) Support Personnel As Subject Matter Experts In The Review Of Responses Received, Including The Review Of Any Marked Or Unmarked Proprietary Information Provided. Appropriate Nondisclosure Agreements Have Been Executed Between The Third Party, Non-government Support Personnel, And The Mda And Are On File With The Mda. A Submission Of A Response Under This Rfi Constitutes A Grant Of Authority By The Respondent To The Mda To Allow Access To Federal Personnel And These Third Party Individuals To Any Content Of The Submission That May Constitute Material Within The Ambit Of The Trade Secrets Act, 18 U.s.c. 1905.
some Information Resulting From This Rfi May Eventually Be Included In One Or More Rfps That Will Be Released To Industry. Any Subsequent Actions Resulting From The Analysis Of The Information Provided In Response To The Rfi May Be Synopsized At A Future Date. If Synopsized, Information Detailing The Specific Requirements Of This Procurement Will Be Included. Not Responding To This Rfi Does Not Preclude Participation In Any Acquisition Addressed In Future Rfp(s), If Issued. If A Solicitation Is Released, It Will Be Synopsized At A Government Point Of Entry (gpe), Such As The System For Award Management (sam.gov) Website At Https://sam.gov/. It Is The Responsibility Of The Potential Respondents To Monitor This Site For Additional Information Pertaining To This Requirement.
ii. Program Background: Mda Continues To Improve Capabilities And Sustain The Lrdr Located Within Clear Space Force Station (csfs), Alaska. The Lrdr Is A Key Component Of The Mda’s Missile Defense System And Provides Persistent Long-range Midcourse Discrimination, Precision Tracking, And Hit Assessment To Support The Ground-based Midcourse Defense (gmd) Capability And Protect The Homeland From Long-range Missile Threats. The Lrdr System Is Comprised Of Hardware, Firmware, And Software. The On-array Hardware Primarily Consists Of Non-commercial Products And Commercial-off-the-shelf (cots). The Off-array Hardware Consists Of Cots And Modified Cots Equipment. The Software And Firmware Consists Of Cots, Modified Government-off-the Shelf (gots), Free-and-open Source Software (foss), And Non-commercial Software. The On-array And Off-array Hardware Interfaces With Radar System Support Equipment (rsse). Rsse Are All On-site Facilities, Systems, Components, And Elements Needed To Protect, Secure, Heat, Cool, Power, And Defend The Lrdr System And Personnel. Rsse Sustainment Is Not Subject To This Rfi. The Sustainment Efforts For This Rfi Are Focused On The On-array And Off-array Hardware And Software As Well As Maintaining System Interface Requirements With The Rsse To Ensure Operational Availability Is Maintained.
iii. Potential New Requirements:
all Hardware And Software Activities Shall Be Performed In Accordance With Mda Assurance Provisions (map) Rev C And Parts, Materials, And Processes Mission Assurance Plan (pmap) Rev C.
a. Systems Development And Fielding Of Future Lrdr Capabilities Into The Missile Defense System
A1. Design, Test, Integrate, And Field Future Lrdr Software Capabilities, In Accordance With Missile Defense System Requirements Contained In Future Element Specifications.
enhanced Electronic Protection With Updated Sensor Resource Management For Updated Homeland Defense Threat Space For Ground-based Midcourse Defense (gmd) Engagements For Increment 12a (operational Capability In December 2032). This Involves Additional Lrdr Performance Improvements For Gmd Engagements Against Threats With Increasingly Complex Electronic Attack Capabilities And Lrdr Sending Ep Track Data To C2bmc To Generate A Bmd System Track.
A2. Design, Test, Build, Integrate, And Field Hardware Technology Capabilities To Support Lrdr Electronic Protection Modernization Initiative. The Lrdr Is Planning A Technology Refresh Of The Tactical Mission And Data Processing Groups For Fielding At Clear Space Force Station, Ak And Test Strings For Use In Ground Test Laboratories For Increment 12a (operational Capability In December 2032).
b. Hardware And Software Sustainment (warfighter Support Of The Fielded Lrdr System)
depot Level Maintenance
conduct Depot Level Maintenance Of The Lrdr Radar System That Includes Equipment End Items, Parts, Components, Assemblies, Subassemblies, & Software Maintenance. The Lrdr Depot Maintenance Shall Execute Line Replaceable Unit Repair And Return Via Contractor Facilities. This Type Of Lrdr Hardware Support Shall Include: Providing For The Repair Of Cots And Gots Failed Assets Repaired At The Original Equipment Manufacturer (oem) Level And/or Providing For Cots And Gots Maintenance To Maintain Reliability And Availability As Outlined In The Lrdr Es. A Sample List Is Provided (sample Parts Listing). Define, Document, And Implement Engineering Change Proposals For Sustainment-related Radar Hardware And Software Changes. Provide Depot Level Technical Orders (tos) That Document The Relevant Technical Data Used To Conduct Depot Level Support Of Lrdr Equipment.
packaging, Handling, Storage, And Transportation (phs&t) Support
provide Phs&t Support To Lrdr By Identifying, Planning, And Resourcing, Requirements To Maximize Availability And Usability Of The Materiel To Include Support Items Whenever Needed For Training Or Mission Execution. The Contractor Shall Ensure All System, Equipment, And Support Items Are Preserved, Packaged, Handled, And Transported Properly, Including Environmental Considerations, Equipment Preservation For The “short And Long Storage,” And Transportability Utilizing Industry Best Practices Except Where Mil-std-2073-1e Standard Practice For Military Packaging Applies.
technical Order Updates – Transition To Technical Data Support Services Enterprise (tdsse)
the Contractor Shall Maintain And Update Tos Developed For Operation And Maintenance Of The Lrdr System That Include Integrated Training And Diagnostic Fault Isolation Procedures In Accordance With Mil-std 38784. The Contractor Shall Interface With Tdsse To Provide Sustainment Support Of Tos And Engineering Data.
diminishing Manufacturing Sources And Material Shortage (dmsms)
maintain The Lrdr Dmsms Plan In Accordance With The Dod Dmsms Guidebook To Prevent The Loss Of Resources And Material Needed To Build, Maintain And Operate The Lrdr System. Conduct Dmsms Forecasting And Generate Solutions To Prevent Events That Endanger The Life-cycle Support And Viability Of The Weapon System. All Dmsms Findings And Metrics Shall Be Documented And Provided To The Lrdr Program Office.
spares
conduct Spares Manufacturing In Accordance With The Lrdr Technical Data Package (tdp). The Tdp Includes (but Is Not Limited To) The Following Tasks:
Provide A Semi-annual Spares Analysis To Identify A Cost Effective Spares Inventory Based On The Reliability, Availability, And Maintainability (ram-t) Analysis Of The Authorized Sparing Level.
The Contractor Will Update And Maintain The Lrdr Provisioning Parts List And Perform Proactive Forecasting And Associated Design Tradeoffs To Minimize Dmsms And Obsolescence Life Cycle Vulnerabilities. A Sample List Is Provided (sample Parts Listing).
Incorporate Ram-t Design Considerations That Improve Operational Readiness And Mission Success, Reduce Item Demand For Maintenance And Logistics Support, And Provide Essential Risk Management Information.
property Management And Item Unique Identification (iuid)
track And Manage Government-furnished Equipment (gfe) In Accordance With Far 52.245-1 And Mda Manual 5000.64-m "accountability And Management Of Mda Equipment And Other Accountable Property Manual”. Provide A Property Inventory Report On A Semi-annual Basis To Track The Condition And Usage Status Of Government-furnished Property (gfp) As Well As Identify And Record All Pertinent Contractor Acquired Property (cap). Mark Components, Parts, And End Items With Iuid As Required By Defense Federal Acquisition Regulation Supplement (dfars) 252.211- 7003. Updates And Reports To The Iuid Registry For Gfp Will Be Conducted In Accordance With Dfars 252.211-7007.
reliability And Maintainability
perform A Reliability Centered Maintenance (rcm) Analysis To Sustain And Continuously Improve The System And Product Support Strategy. The Analysis Shall Identify A Structured Process Used To Determine The Optimal Failure Management Strategies For Lrdr, Based On System Reliability Characteristics And The Intended Operating Context.
maintenance Task Analysis
conduct A Maintenance Task Analysis (mta) In Accordance With Mil-hdbk-0502a. The Mta Shall Identify The Steps, Spares And Materials, Tools, Support Equipment, Personnel Skill Levels And Facility Issues That Must Be Considered For A Given Repair Task And Include The Elapsed Times Required For The Performance Of Each Maintenance Task. Mta Shall Cover Both Corrective And Preventive Maintenance Tasks And, When Complete, Identify All Physical Resources Required To Support A System. Mta Data Will Be Used To Maintain And Update Maintenance Standard Operating Procedures (sops). The Mta Shall Be Reviewed And Updated Annually During The O&s Period.
support Equipment
maintain The Lrdr Support Equipment Plan That Identifies Equipment Required To Support Lrdr System Test And Integration. Maintain The Lrdr Support Equipment Catalog To Include Equipment Calibration, Preventive Maintenance, And Repair And Replace Support Requirements.
training & Training Support
provide Updates To Training And Training Support For The Contractor Operation And Maintenance Of The Lrdr System. Support Must Include Radar Operations And Maintenance Training In Accordance With Afi 36-2251 “management Of Air Force Training Systems”, And With The Lrdr Es Section On Maintenance Training. The Contractor Shall Update And Provide Maintenance Training To Qualify Both Warfighter And Contractor Maintenance Personnel On The Lrdr System In Accordance With Approved Lrdr Maintenance Manuals And Operations Tasks.
software Sustainment
support, Maintain, Improve, And Operate The Software Capabilities Of The Lrdr System. To Include Processes, Procedures, People, Material, And Information Required To Support, Test, Maintain, And Operate The Software Aspects Of The System By Correcting Faults And Improving Performance. The Contractor Will Coordinate And Track Any Actual Changes/updates To The Software Code With The Mda Program Office In Accordance With Established Mda Configuration Management Processes.
cyber Security Support
sustain Cybersecurity Posture Of The Deployed Lrdr System In Accordance With Dod Policies And Requirements. The Contractor Shall Assess Information Assurance Vulnerability Management (iavms) And Command Tasking Orders (ctos) To Determine Applicability And Implement Product Vendor Patches And Other Mitigations. The Contractor Shall Upgrade Current Cybersecurity Hardware, Software, Processes, And Procedures To Industry Best Practices To Provide Balanced, Resilient, Defensible, And Adaptable Cybersecurity Protection Including But Not Limited To Zero-trust Practices, Network/endpoint Detect And Respond, Network Monitoring, Performance Monitoring, Network/endpoint Benchmarking, Incident Management, Log Correlation, And Device Inventories. The Contractor Will Implement Vulnerability Mitigations And Software Patches To Correct Cybersecurity Vulnerabilities Discovered During Routing Vulnerability Scanning Or During Cybersecurity Test Events In Hardware, Software, And Operating System Components Of Lrdr. The Contractor Will Implement A Multi-factor Authentication Solution That Meets Nist Authenticator Assurance Level (aal) 3, Federation Assurance Level (fal) 3, And Identity Assurance Level (ial) 3 And Will Ensure The Solution Is Replay Resistant And Verifier Impersonation Resistant.
iv. Requested Information: Respondents To This Rfi Are Invited To Prepare And Submit, Not Later Than March 27, 2025, The Following:
a. A One (1) Page Company Profile, Including Company Name, Point Of Contact, Mailing Address And Website, Physical Location, Telephone Number, Email Address, Data Universal Numbering Systems (duns) Number, Commercial And Government Entity (cage) Code And/or Tax Id Number, Facility Clearance Level, And All Applicable Socio-economic Business/company Profile Identification [e.g., Large Or Small Business (sb), Small Disadvantaged, 8(a), 8(m) (both Woman Owned Sb And Economically Disadvantaged Woman Owned Sb), Tribally Owned Entity Alaskan Native Corporation, Hawaiian Owned Organization, Service Disabled Veteran Owned Sb, Historically Underutilized Business Zone (hubzone) Sb, Etc.] And The Applicable North American Industry Classification System (naics) Code(s).
b. Scope Area Capability, The Below Information Is Requested:
I. For Each Of The Bulleted Scope Areas Defined Under Iii.a And Iii.b The Respondent Chooses To Address, The Respondent Shall Provide A Description Of The Their Capabilities, Resources And Approach To Meeting The Requirements. All Bulleted Scope Areas Under Section Ii.a And Ii.b Shall Be Addressed Individually.
Ii. Relevant Experience: Included In The Government’s Review Of Current Capabilities Will Be An Assessment Of The Respondent’s Demonstrated Record Of Successfully Performing Efforts Similar To Those Defined Within This Rfi. Where The Respondent Has Similar/relevant Experience Within Five Years, Mda Requests The Below Information:
contract Number(s)
title And Objective Of Contract (in Adequate Detail To Allow Mda To Determine Relevancy)
contracting Agency And Point Of Contact Information
period Of Performance
contract/subcontract Value Of Effort
type Of Contract/subcontract (e.g., Fixed Price, Cost)
accomplishments (e.g., Products Furnished And/or Services Provided)
Iii. Teaming/subcontracting Arrangements: Specify If A Teaming Arrangement Could Be Used To Meet Some Or All Requirements Of The Scope. Identify The Potential Teaming Partners/significant Subcontractors And Address And Relevant Experience. Identify The Portions Of Work That The Prime Intends To Perform As Well As The Portions That Subcontractors Or Teaming Partners (if Applicable) Will Perform. Responses Must Include Business Size And Business Socio-economic Category Of All Subcontractors Or Teaming Partners Identified To Perform The Work Identified.
Iv. Additional Information: Lrdr Tdp Will Not Be Released With This Information Request. Please List And Describe What (if Any) Additional Data Is Required To Submit A Competitive Proposal And/or Perform A Subsequent Contract.
V. Miscellaneous Responses To Rfis Should Address The Following:
A) What Are The Highest Risks To Transitioning Current Technical Activities And Capabilities Identified In The Requirements Scope, And How Would You Mitigate These Risks? What Does Mda Need To Facilitate Transition And Mitigate Risks?
B) Address Risk Mitigation Strategies (as Appropriate For The Scope Area) Which Address (but Not Be Limited To) The Following:
learning Curve Impacts (e.g., Trained Personnel, Maintenance, And Situational Awareness, Etc.)
lack Of Knowledge Of Radar Software Development
execution Of Overall Management To Hardware And Software Sustainment To Meet The Government’s Operational, Sustainment, Development And Test Objectives
C) Describe Your Concepts For Work With The Mda And Collaboration With Other Lrdr Stakeholder Contractors And Personnel.
D) Mda Request Recommendations For Areas That Could Be Set-aside For Small Business Or Broken Out For Competition.
E) Mda Also Requests Vendors Provide Existing Multiple Award Schedule (mas) Or Other Government-wide Best In Class Contract Vehicles That Could Be Used To Procure This Requirement To Be Evaluated As A Possible Acquisition Strategy
c. Small Business Considerations: (applicable To Sb Respondents Only): One Objective Of This Rfi Is To Determine The Capability Of Small Business To Meet The Requirements Contained Herein, And To Inform The Acquisition Strategy With Regard To Setting Aside Or Partially Setting Aside Any Future Acquisition For Small Businesses, Mda Requests That Small Business Respondents Address Relevant Experience In Managing Contracts Or Subcontracts On Similar Requirements. Respondents Teaming With Small Businesses Should Provide Similar Information For All Small Business Subcontractors.
v. Submission Requirements:
responses Are Not To Exceed 50 Total Pages (including Company Profile But Not Including The Small Business Information Required Under Requirements Information Paragraph Iv.c Above From Small Business Respondents). A Respondent’s Information/documents Submitted In Response To This Rfi Will Not Be Returned.
responses May Be Single Or Double Spaced (times New Roman 12-point Font) And In Electronic Portable Document Format (.pdf) Only With Searchable Capability (no Scanned Documents). All Responses Must Be Emailed To The Procuring Contracting Officer At Mda.schriever.ics.mbx.lrdrteam@mail.mil With The Subject Line Notated As Follows: “rfi Lrdr Pd&s”. All Responses Must Be Received No Later Than March 27, 2025, 5:00 P.m., Central Standard Time. Typed Format For Responses Shall Be No Smaller Than Times New Roman 12 Point-font.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions.
this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Request For Proposal (rfp), Invitation For Bid, Or An Obligation On The Part Of The Government To Acquire Any Products Or Services. No Funds Have Been Authorized, Appropriated, Or Received For These Potential Requirements. In Accordance With Far 15.201(e), Responses To This Rfi Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Neither Unsolicited Proposals Nor Any Kind Of Offers Will Be Considered In Response To This Rfi. No Reimbursements Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement And/or Any Follow-up Information Requests.
vi.government Furnished Information
the Lrdr Product Office Plans To Provide Access To The Classified Lrdr Element Specification (es) To Better Allow Industry To Assess Their Capabilities In Meeting The Requirements In This Announcement. Potential Respondents May Request These Documents By Emailing An Fso-signed Document Access Agreement And Request Form To Mda.schriever.ics.mbx.lrdrteam@mail.mil With The Subject Line “classified Documentation Request – Lrdr Pd&s.” In Order To Receive This Documentation, A Requesting Company Must Have A Facility Clearance And Classified Storage Authorization At The Secret Level Or Higher.
all Technical Data Furnished By The Government Is In An "as Is" Condition Without Any Warranty As To Its Accuracy, Completeness, Or Adequacy. The Respondent Shall Use This Technical Data At Its Own Risk. The Government Assumes No Responsibility For Such Furnished Data/documentation Nor Will The Government Have Any Liability Should Such Data/documentation Prove To Be Inaccurate, Incomplete, Or Otherwise Defective. The Recipient/respondent Shall Adhere To All Document Markings (e.g. Export Control, Foia/cui, Distribution Statements, Etc.)
the Following Will Be Provided For This Rfi:
A. Map (rev C)
B. Pmap (rev C)
C. Lrdr Element Specification (classified) – Upon Request
D. Afi 36-2251 “management Of Air Force Training Systems”
E. Mda Manual 5000.64-m "accountability And Management Of Mda Equipment And Other Accountable Property Manual”
F. Sample Parts List
contracting Office Address:
procuring Contracting Officer
missile Defense Agency, Mda-gmsl
building 5222, Martin Road, Vbiii
redstone Arsenal, Al 35898
mda.schriever.ics.mbx.lrdrteam@mail.mil
Closing Date27 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Solar Installation and Products
Corrigendum : Closing Date Modified
United States
Details: Description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03.
this Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business Concerns Iaw Far 19.1405 Sdvosb Set-aside Procedures, And Vaar Subpart 819.70, The Va Veterans First Contracting Program.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 221114, With A Small Business Size Standard Of 500 Employees.
the Fsc/psc Is Z1mg.
the Va Loma Linda Healthcare System (vallhcs), Jerry L. Pettis Va Medical Center (vamc), Located At 11201 Benton Street, Loma Linda, Ca 92357-1000 Is Seeking To Purchase Solar Photovoltaic System Preventive Maintenance Inspection And Repair (pmir) Services.
all Interested Companies Shall Provide Quotations For The Following:
supplies/services
statement Of Work (sow)
general
introduction: The Va Loma Linda Healthcare System (vallhcs) Located At 11201 Benson Street Loma Linda, Ca 92357 Requires Solar Photovoltaic (pv) Maintenance Services For One Base And Up To Four Option Years.
background: The Vallhcs Currently Has Five Solar Arrays And Metered Inverters On-site; Four Arrays Mounted On The Carports In The Parking Lots And One On The Garage Structure. The Total Capacity Of The Solar Pv Arrays Is 1.421 Mw-dc.
table 1 Solar Pv System Information
array
location
inverter Manufacturer
inverter Size (kw-ac)
array Size (kw-dc)
module Quantity
4
parking Lot (carport)
solaron
500
580.944
2,352
5
parking Lot (carport)
solaron
333
359.632
1,456
7
parking Lot (carport)
satcon
135
148.694
602
8
parking Lot (carport)
satcon
75
82.992
336
9
parking Garage Structure
solaron
250
248.976
1,008
objective
description: The Vallhcs Installed A Grid-tied Solar Pv System That Is Connected To The Facility S 480v Service Bays With No Energy Storage Or Backup Feature In November 2013. The Solar Modules Are Samsung Model Lpc247m-08. The Inverters Are Metered And Monitored From The Data Acquisition System (das), Using Athea Platform. The Inverter Was Rated At 1,420 Kw-ac. The System Was Rated At 1,701 Kw-dc Stc And 1,490 Kw-ac Cec. The System Has Downsized When The Rooftop Arrays Were Removed In September 2024. The Vallhcs Had Solar Pv Maintenance Services From April 2020 To March 2025 And Requires Renewal Of Full Maintenance Services.
scope Of Work: The Contractor Shall Provide All Labor, Materials, Tools, Equipment, Engineering, Transportation, Qualified Personnel, Supervision And Other Services Necessary For Performing Solar Pv System Management, Maintenance, Repair, Cleaning, And Training To The Manufacturer And Industrial Standards. The Purpose Is To Manage System Performance For Optimum Solar Generation.
system Management: The Contractor Shall Provide System Management Services To Include Monitoring The Das, Responding To Alarms, Tracking Work Orders/services, Administrating Warranty/utility, And Reporting Performance.
system Production Report: The Contractor Shall Provide, Via Das, A Monthly And Annual Energy Production Reports Showing The Actual System Performance Within First Two Weeks Of The Month.
preventative Maintenance: The Contractor Shall Provide Inspections, Testing, Cleaning, And Preventative Maintenance (pm) Services In Accordance With Manufacturers Recommendations.
preventative Maintenance Report: The Contractor Shall Provide A Completed Maintenance Checklist/log, List Of Issues Discovered, Resolution, And Appliable Photos As Appropriate Within Two Weeks Of Each Visit.
system Repair And Training: The Contractor Shall Provide Repairs And Training As Needed To Maintain The Solar Pv System.
specific Requirements:
conference Meetings: The Contractor Agrees To Attend Any Post Award Conference Convened By The Contracting Activity Or Contract Administration Office. The Contractor Shall Facilitate Monthly Meetings On Microsoft Teams With Meeting Minutes To Discuss Reports, Services, And Any Agenda That Will Optimize The Performance Of The Solar Pv System.
quality Control Program: The Contractor Shall Develop And Maintain An Effective Quality Control Program (qcp) To Ensure Services Are Performed In Accordance With The Scope Of Work. The Contractor Implements Procedures To Assure Their Work Complies With The Requirements Of The Contract. The Qcp Shall Be Delivered Within 21 Days After Contract Award And Revised Annually For Contracting Officer Representative (cor) Review/approval.
site-specific Safety Plan: The Contractor Shall Develop And Maintain An Effective Site-specific Safety Plan To Ensure Safe Services Are Performed In Accordance With Standard Electrical And Pv Safety Practices. The Contractor Implements Procedures To Identify, Prevent, And Train Contractor Personnel In Event Of Medical Or Site Emergency. The Plan Shall Be Delivered Within 21 Days After Contract Award And Revised Annually For Cor Review/approval.
applicable Publications: The Contractor Shall Abide By All Latest Applicable Regulations, Publications, Manuals, And Local Policies/procedures To Include But Not Limited To Osha, Nfpa, Ieee, Nec, And Va/vha Directives.
qualifications: The Contractor Site Manager Shall Have At Least Three Years Of Solar Pv Experience, Possess An Osha 30-hour Occupational Safety And Health Training Course Card, And Preferably Obtain A North American Board Of Certified Energy Practitioners (nabcep) Board Certification. The Contractor Solar Pv Technician(s) Shall Have At Least Two Years Of Electrician Experience, One Year Of Solar Pv Experience, Possess At Lease An Osha 10-hour Occupational Safety And Health Training Course Card, And Preferably Obtain A Nabcep Associate Credential. The Resumes And Copy Of The Osha Cards Shall Be Delivered Within 21 Days After Contract Award For Cor Review/approval.
adequate Workforce: The Contractor Shall Maintain Stability And Continuity Of An Adequate Workforce For Uninterrupted Performance Of All Services.
background Check: The Contractor Personnel Performing Work Must Have A General Employment Background Check At The Time Of The Proposed Submission And Must Maintain The Level Of Security Required For The Life Of The Contract.
physical Security: The Contractor Shall Be Responsible For Safeguarding All Government Equipment, Information, And Property Provided For Contractor Use. At The Close Of Each Work Period, Government Facilities, Equipment, And Materials Shall Be Secured.
access Control: The Contractor Shall Establish And Implement Methods Of Ensuring All Badges And Keys Issued To The Contractor By The Government Are Not Lost, Misplaced, Duplicated And Are Not Used By Unauthorized Persons.
government Responsibilities:
furnished Items And Services: The Cor Or Facility Personnel Will Provide Site Access To The Solar Pv System To Perform The Services Or Will Allow The Contractor To Check-out A Key And Temporary Badge From The Facilities Management Service.
technical Documents: The Cor Will Provide Operation & Maintenance (o&m) Manuals, As-builds, And Any Technical Documents On File. The Contractor Is Responsible For The Accuracy Of The Technical Documents.
water Source: The Government Will Provide Access To Water Spigot For Use In Module Washing. The Contractor Is Responsible For Water Conservation Practices.
quality Assurance: The Cor Will Evaluate The Contractor S Performance On The Deliverables And Services.
general Maintenance Services
furnished Items And Services: The Contractor Shall Provide Compatible Software/hardware Parts Or Equipment With The Existing Pv System/design. The Cost Of Labor, Materials, Equipment, And Other Services Shall Be Submitted To The Cor For Review/approval Prior To Any Work.
site Visits: The Contractor Shall Notify The Cor At Least One Month Of Any Site Visits Or Services To Discuss And Coordinate The Best Course Of Action With The Va Police, Facility, Safety, And Any Other Departments Involved. The Contractor Shall Check-in And Check-out With The Cor For Each Site Visit.
system Management: The Contractor Shall Provide System Management Services To Include Monitoring The Das, Responding To Alarms, Tracking Work Orders/services, Administrating Warranty/utility, And Reporting Performance. The Contractor Shall Respond And Notify The Cor For Discussion/decision On The Path Forward To Resolve/repair The Issue To The Alarms From The Das As Follows In Table 2.
table 2 Alarm Response Level
response Level
general
description
remote Response
field Response
1
emergency (safety Related Issues And/or Complete Site Outages)
â½ Day
1 Day
2
critical System Production Issues (inverter Loss Or Weather Adjusted Performance <80%)
â½ Day
2 Days
3
communications Or Das Issue (not Classified As Tier 1 Or 2)
â½ Day
3 Days
4
non-critical Low Production: (80% < Weather Adjusted Performance <90%)
1 Day
5 Days
5
general Issue, Not Falling Into The Categories Above
1 Day
as Needed
preventative Maintenance: The Contractor Shall Provide Pm Services And Cleaning For Pv Array And Inverters In Accordance With Sunwize O&m Manual, Solaron User Manual, And Satcon Manual.
the Contractor Shall Develop, Complete, And Submit A Pm Checklist/log Sheet For Record Of Performance.
the Contractor Shall Document Deficiencies With Appliable Photos And Resolutions In A Pm Report Within Two Weeks Of Pm Performance.
table 3 Example Of Preventative Maintenance Services
preventative Maintenance Service Description
service Frequency
general Inspections:
visual Inspection For Signs Of Damage, Overall Wear And Tear, Module Breakage, Loose Conduit, Broken Straps, Etc.
sample Check Torque Marks And Tighten Loose Connections
electrical Inspections And Maintenance:
perform Manufacturer S Preventative Maintenance On Electrical Equipment
check Integrity Of Weather Resistance (seals, Hubs And Weather Stripping)
check Electrical Equipment Housing For Signs Of Corrosion
perform Infrared Scans, As Needed
inverter Inspections And Maintenance:
perform Manufacturer S Preventative Maintenance
check Integrity Of Weather Resistance (seals, Hubs And Weather Stripping)
check Inverter Housing For Signs Of Corrosion
clean Inverter Air Vents And Heat Sinks Clean Filters
perform Infrared Scans, As Needed
monitoring Equipment Inspection:
clean And Verify Readings Of Pyranometer(s)
check Integrity Of Cell Temperature Sensor And Verify Das Readings
check Other Weather Station Components
check That The System Meter Is Reading Accurately
array Washing:
includes Normally Expected Soiling Conditions. Heavy Cleaning, Such As Excessive Soiling, Debris Removal, Bird Droppings And Soot, Not To Exceed 10% Of Total Array.
vegetation Control:
remove Or Mow Weeds And Grasses Located In Accessible Areas Under The Array
tracker Maintenance:
perform Manufacturer S Preventative Maintenance
check Limit Switches And Backtrack Function If Applicable
check Torque And Tolerances On All Dynamic Components
grease All Zerk Fittings
inspect All Rubber/plastic Components, Boots, And Bushings
corrective Maintenance: The Contractor Shall Provide Corrective Maintenance (not Listed, Within The Scope Of The Contract) To Scheduled And Unscheduled Issues Or Failures As Necessary In A Timely Manner To Restore The System To The Required Levels Of Performance. The Contractor Shall Notify The Cor Of The Issues And Provide Supporting Documents/services For Corrective Maintenance. The Cost Of Corrective Maintenance Shall Be Preapproved By The Contracting Officer.
technical Assistance And Training: The Contractor Shall Provide Technical Assistance And Training To Ensure Va Personnel Are Generally Familiar With The Pv Systems, Components, And Safety. Technical Assistance May Be Needed For Specialized Work, Including Warranty Or Utility Applications.
billing And Payment: The Contractor Shall Email Invoices To The Cor For Review/approval After The Completion Of Service. Once Approved, The Contractor Shall Submit The Invoice On The Tungsten Network For Government Invoice Processing.
table 4 Example Line Items For Services
items
service
frequency
cost ($/yr)
1
system Management: Das Monitoring, Alarm Responding, Work Order Tracking, Warranty/utility Administrating, Technical Assistance, Training, And Reporting
m-f
2
preventive Maintenance: Inspection/checks, Torquing, Cleaning, Troubleshooting, Thermal Scanning, Recording, And Etc.
2x/yr
3
module Washing And Inspection
2x/yr
4
corrective Maintenance
as Needed
total
base Period (and Recurring Option Years Up To 4 Years)
total
period Of Performance
the Period Of Performance (pop) Will Be One Base Period And Four One-year Option Years (oy). At The End Of Each Pop, The Government May Extend The Term Of The Contract Unilaterally.
base Period: June 1, 2025 - September 30, 2025.
oy1: 10/01/2025 09/30/2026.
oy2: 10/01/2026 09/30/2027.
oy3: 10/01/2027 09/30/2028.
oy4: 10/01/2028 09/30/2029.
free On Board (fob) Is Destination For This Purchase Order.
place Of Performance/place Of Delivery
address:
department Of Veterans Affairs
va Loma Linda Healthcare System (vallhcs)
jerry L. Pettis Va Medical Center (vamc)
11201 Benton Street
loma Linda, Ca
postal Code:
92357-1000
country:
united States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.201-1, Acquisition 360: Voluntary Survey. (sept 2023)
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023)
addendum To Far 52.212-1
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
far 52.204-7, System For Award Management (nov 2024)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023)
far 52.217-5, Evaluation Of Options (jul 1990)
far 52.233-2, Service Of Protest (sept 2006)
vaar 852.209-70, Organizational Conflicts Of Interest (oct 2020)
vaar 852.233-70, Protest Content/alternative Dispute Resolution (oct 2018)
vaar 852.233-71, Alternate Protest Procedure (oct 2018)
vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
end Of Addendum To 52.212-1
far 52.212-2, Evaluation-commercial Items (nov 2021)
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023)
addendum To Far 52.212-4
far 52.252-2, Clauses Incorporated By Reference (feb 1998)
far 52.203-16, Preventing Personal Conflicts Of Interest (jun 2020)
far 52.204-13, System For Award Management Maintenance (oct 2018)
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.217-8, Option To Extend Services (nov 1999)
far 52.217-9, Option To Extend The Term Of The Contract (mar 2000)
far 52.228-5, Insurance-work On A Government Installation (jan 1997)
cl-120, Supplemental Insurance Requirements
far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984)
far 52.237-3, Continuity Of Services (jan 1991)
vaar 852.203-70, Commercial Advertising (may 2018)
vaar 852.219-74, Va Notice To Total Set-aside For Certified Veteran-owned Small Businesses (jan 2023) (deviation)
vaar 852.219-76, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation)
vaar 852.223-71, Safety And Health (sep 2019)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
end Of Addendum To 52.212-4
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025)
the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(1), (4), (5), (7), (9), (12), (23), (26), (31), (33), (34), (35), (36), (37), (38), (39), (40), (51), (55), (59), (63), (c)(1), (3), (4), (7), And (8).
all Invoices From The Contractor Shall Be Submitted Electronically In Accordance With Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. This Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp. This Is Mandatory And The Sole Method For Submitting Invoices.
all Quoters Shall Submit The Following: All Information Required By Far 52.212-1(b) Submission Of Offers.
all Quotes Shall Be Sent To The Network Contracting Office (nco) Norman.napper-rogers@va.gov.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
options Will Be Evaluated At Time Of Award.
the Following Are The Decision Factors: Price, And Past Performance, With Price More Important.
past Performance Will Be Based On Cpars And Fapiis Ratings. No Rating In Cpars Is Equal To A Neutral Rating.
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
questions Shall Be Received No Later Than 05/09/2025, 10:00 Pdt At Norman.napper-rogers@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0362.
final Submission Of Your Response Shall Be Received Not Later Than 05/16/2025, 10:00 Pdt At Norman.napper-rogers@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0362.
submissions Shall Include Your Quote Using The Attached Schedule As Well As A Capabilities Statement With Qualifications Proving All Certifications And Education Required For The Work Being Conducted In The Sow, As This Is Highly Scientific And Regulated. Submissions Not Meeting All Requirements Of The Sow Will Be Considered Ineligible For Award.
quotes Should Be Based On The Information Provided As No Discussions Will Be Allowed. This Solicitation Is Being Made Under Far 13.106-2(b)(3) Using Simplified Acquisition Procedures.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
norman Napper-rogers, Contracting Officer, Norman.napper-rogers@va.gov.
Closing Date16 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: Notice Of Intent To Sole Source
the Department Of Veterans Affairs (va), Network Contracting Office 4 (nco4), Intends To Award A Sole Source Firm-fixed-price Contract To Mim Software Inc., For The Provision Of Mim License Software Services At The Va Philadelphia Medical Center.
this Contract Action Is For Services For Which The Government Intends To Negotiate With Only One Source Under The Authority Of Far 13.5. Interested Parties May Identify Their Interest And Capability In Response To This Notice. The North American Industry Classification System (naics) For This Requirement Is 513210 With A Small Business Size Standard Of $47.0 Million.
this Notice Of Intent Is Not A Request For Competitive Quotations. Responsible Sources May Identify Their Interest By Submitting Capability Information By 3:00 P.m., Est, On Friday, March 7th, 2025, In Order To Establish The Ability Of The Source To Meet This Requirement.
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. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.
the Government Will Not Be Responsible For Any Costs Associated With The Preparation Of Responses To This Notification.
all Inquiries And Submittals Must Be Sent Via Email To Jami Cade, Contract Specialist, At Jami.cade@va.gov. Telephone Inquiries Will Not Be Accepted.
statement Of Need
mim Maestro
radiation Oncology
corporal Micheal J. Crescenz Va Medical Center
3900 Woodland Avenue
philadelhia, Pa 19104
background: The Radiation Oncology Department Of The Corporal Michael J. Crescenz Va Medical Center (cmcvamc) Has A Requirement For A Product Purchase With Mim Software To Provide Mim Maestro Software License Subscription Which Provides A Comprehensive Set Of Oncology Tools That Are Not Available In Standard Treatment Planning Systems To Include: Integration Of Positron Emission Tomography(pet) Images With The Treatment Planning Computerized Tomography (ct) For Consistent Contouring Of Lesions And Deform Multiple Doses Between Patient Scans To Get An Accurate Reading Of Patient Dose Distribution. The Software Has The Ability To Perform Rigid And Deformable Registrations Of Images, Ct Mri, Pet, And Cbct. Mim Maestro Software Can Also Deform Contours From 1 Modality To Another And Also Create Sum Doses Which Can Also Be Deformed From 1 Modality To Another. The Software Also Has Qa Tools For Addressing The Quality Of The Deformation. The System Is Implemented At The Hospital Of The University Of Pennsylvania Hospital Which Is Helpful For Staff That Cover The Radiation Oncology Department At Corporal Michael J. Crescenz Va Medical Center. Mim Maestro Would Be Used For Initial Image Registration, And Summation Of Dose From Previous Records And Contouring. The Subscription Would Also Give Radiation Oncology Access To Mim Assistant Which Can Function As An Imaging Server For Mobile Mim. Mim Assistant Can Access Patient Studies With Fast Searching And Viewing While Keeping Data Within The Local Network. In Addition, The Mim License Would Provide Access To Contour Protã©gã© Ai., Which Is A Computer Program Developed By Mim Software That Gives A Baseline Set Of Contour Images Which Can Be Easily And Quickly Manipulated By A Dosimetrist. This Software Is Designed To Produce Meticulous Outlines Of The Prostate And Normal Structures To Aid In Treatment. This Technology Was Designed To Streamline The Creation Of Radiation Oncology Treatment Plans And The Review Of All Associated Images From Multiple Modalities. The Radiation Oncology Department Has Utilized Mim Maestro Software Subscription For The Period Of Performance 02/01/2024 To 01/31/2025 And Would Like To Continue Using The Mim Software. The Contract Number For That Purchase Was 36c24424p0247.
scope: The Contractor Shall Provide The Following Services:
access To The Mim Maestro Software License, And Virtual Training On Microsoft Teams Will Be Provided Between The Hours Of 7:30 Am To 4:00 Pm Monday Thru Friday. Maintenance, And Patches For The Mim Software Will Be Completed By Cmcvamc S Bio Medical Engineer Department (bio-med). Vendor Must Contact Bio-med If Patches May Need To Be Applied To The Mim Maestro Software. Mim Site Implementation Specialists Will Provide Training For The Software Virtually On Microsoft Teams. These Services Shall Be Available For Approximately (1) Year, And (1) Day For Up To (10) Hours Per Day. Live Support Will Be Provided Virtually By Mim S Software Support Team Monday Thru Friday From 7:30 Pm To 4:00 Pm.
schedule For Deliverables
1. The Contractor Shall Complete Renewal Of Software Licensees Within 15 Days After Receipt Of Purchase Order.
2. If For Any Reason The Scheduled Time For A Deliverable Cannot Be Met, The Contractor Is
required To Explain Why (include The Original Deliverable Due Date) In Writing To The Cor And Co,
including A Firm Commitment Of When The Installation Will Be Completed.
3. This Notice To The Cor And Co Shall Cite The Reasons For The Delay, And The Impact On The Overall Project.
4. The Co Will Then Review The Facts And Issue A Response In Accordance With Applicable Regulations.
changes To Statement Of Need:
any Changes To This Son Shall Be Authorized And Approved Only Through Written Correspondence From The Co. A Copy Of Each Change Will Be Kept In A Project Folder Along With All Other Products Of The Project. Costs Incurred By The Contractor Through The Actions Of Parties Other Than The Co Shall Be Borne By The Contractor.
item Number Description Of Supplies Quantity Unit Price Total
contour Protã©gã©ai+ Subscription 2 Ea
Mim Maestro Department Solution 2 Ea
Contour Protã©gã©ai+ Implementation Services 1 Ea
va Handbook 6500.6 March 12, 2010 Appendix C C-2 3. Va Information Custodial Language A. Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). B. Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. C. Prior To Termination Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. D. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Policies In This Contract. E. The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. C-2
march 12, 2010 Va Handbook 6500.6 Appendix C C-3 F. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold C-3
va Handbook 6500.6 March 12, 2010 Appendix C C-6 (3) Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. H. In The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. (1) Operation Of A System Of Records Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. (2) Record Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person S Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. (3) System Of Records Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual. I. The Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As Systems ), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. J. The Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than ____ Days. K. When The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within ____ Days. C-6
march 12, 2010 Va Handbook 6500.6 Appendix C C-7 L. All Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. 5. Information System Hosting, Operation, Maintenance, Or Use A. For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerability Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Must Be Equivalent To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cotr And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va S Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. B. Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. C. Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor S Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government-owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. D. The Contractor/subcontractor S System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va S Poa&m Management Process. The Contractor/subcontractor Must Use Va S Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May C-7
va Handbook 6500.6 March 12, 2010 Appendix C C-8 Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re-authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. E. The Contractor/subcontractor Must Conduct An Annual Self-assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cotr. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. F. Va Prohibits The Installation And Use Of Personally Owned Or Contractor/subcontractorowned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Vaapproved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. G. All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. H. Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: (1) Vendor Must Accept The System Without The Drive; (2) Va S Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or (3) Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. C-8
march 12, 2010 Va Handbook 6500.6 Appendix C C-9 (4) Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; (a) The Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And (b) Any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract. (c) A Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. 6. Security Incident Investigation A. The Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cotr And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access. B. To The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. C. With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. D. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other C-9
Closing Date7 Mar 2025
Tender AmountRefer Documents
University Of The Philippines Tender
Laboratory Equipment and Services
Philippines
Details: Description Supply Of Various Laboratory Equipment For The Project: One Arm Project 5: Exploring Spatial Mapping Of The Occurrence Of Antimicrobial Resistant Bacteria And Genes In Metro Manila And Development Of Rapid Diagnostic Kit Antimicrobial Resistance (explore) (107-276) Tabletop Microcentrifuge With Avr Type: Tabletop Volume Capacity: 18 X 1.5/2.0 Ml Number Of Rotors: 1 Max. Rcf: Around 15,000/15,994 X G Max. Speed: 14,000 Rpm Noise Level: Low, Around 50-60 Db(a) For Use With (equipment): Rotor Fa-24x2 Or Rotor F-32.02-pcr Dimensions (hwd): 22 X 24 X 35 Cm Voltage: 220 V Display: Large, Bright Lcd Timer: 10 Sec. To 9 Hr. 59 Min., With Continuous Run Function Controller Type: Keypad Refrigerated: No Frequency: 50/60 Hz Control Features: Easy One-handed Operation, Splash Proof Keyboard Safety Features: Lid Lock During Operation With Emergency Lid Release, Imbalance Detection, Automatic Shut-off Footprint: Compact Design, Often Around 30-40 Cm In Width And Depth. Weight: Typically, Between 10 To 20 Kg Inclusions: • Compatible Avr • Additional Rotor Pcr 4x8 With Biocontainment Lid. Terms And Conditions: 1. Indicate Brand, Model, And Country Of Origin. 2. Notarized Certificate That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Delivery Should Be Done Within 60 - 90 Days Commencing On The Date Of Acceptance Of The Notice To Proceed. Notification By Email And Acknowledgment By The Supplier Constitutes The Date Of Acceptance. 4. Installation Should Be Done Within 30 Days After The Delivery Date. 5. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Technicians/research Staff Within Seven (7) Days After Complete Installation. Training Should Be Inclusive Of A Maximum Of 20 Participants. 6. To Provide Regular Quarterly Preventive Maintenance And Calibration During The Warranty Period 7. Warranty: Two (2) Years On Parts Service Except For Accessories. Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing And Commissioning. 8. The System Must Be Delivered Ready To Use. Cables, Connectors, Adapters And Accessories Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 9. The Winning Bidder Must Provide A Soft And Hard Copy Of User's Manuals Upon Delivery. 10. Free Lifetime Service Warranty. The Supplier Must Provide Technical Assistance Of A Trained Service Engineer In The Event Of Equipment Breakdown Or Malfunction At No Cost To The End-user. 11. The Supplier Must Provide A Guarantee Letter From The Manufacturer Stating The Availability Of Supplies, Spare Parts, And Accessories For The Next Five (5) Years And Will Not Be Discontinued For The Next Five (5) Years. 12. The Supplier Must Provide A Quotation For Preventive Maintenance, Calibration And Repair (if Applicable) After The Expiration Of Warranty 13. Provide Separate Quotations For Consumables And Maintenance/repair/replacement Of Parts After The Warranty Period 14. In The Event Of Equipment Repair/pull-out And Or Equipment Breakdown Or Malfunction During The Warranty Period; The Supplier Must Provide A Functioning Service Or Replacement Until Such Time That The Equipment Has Been Repaired. 15. The Bid Price Should Be Inclusive Of All Applicable Taxes. Uv-vis Spectrophotometer With Avr Features: Sampling Type: Nano Volume And Cuvette Measurement Time: 3-8 Seconds For Both Nanovolume And Cuvette Pathlength: 0.01 To 1.5 Mm (auto-ranging) Display/control: Built-in Touchscreen Lcd, Stand-alone System Weight: 1-3 Kg Spectrum Scanning: Yes, With High Speed Spectrum Reading Data Back-up With Usb Nanovolume Specifications: Sample Volume: Minimum Of 1 Ul Absorbance Range: 0 To 200 Abs Or Greater Absorbance Precisions:1% At 100 Ng/ul Or Greater Detection Limit: Minimum Of 1.5 Ng/ul (dsdna) Cuvette Specifications: Built-in Cuvette Option: Yes Absorbance Range: Minimum Of 0.002 Abs Beam Height: 8.5 Mm Inclusions: 1. One (1) Unit Laptop A) Intel Core I5, With Minimum Of 8gb Ram, 64gb Or More Of Free Space On Ssd, With Windows 11 Os, Minimum Of 2 Cores Cpu For Simultaneous Multithreading, Minimum Dedicated 4gb Graphics Memory, Minimum Of 1024 X 768 Screen Resolution Or Higher, With Installed Anti-virus Software 2. One (1) Unit Compatible Avr And/or Ups 3. One (1) Unit Of Quartz Cuvette Fit For The Dimensions Of The Built-in Cuvette Option. Terms And Conditions: 1. Indicate Brand, Model, And Country Of Origin. 2. Notarized Certificate That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Delivery Should Be Done Within 60 - 90 Days Commencing On The Date Of Acceptance Of The Notice To Proceed. Notification By Email And Acknowledgment By The Supplier Constitutes The Date Of Acceptance. 4. Installation Should Be Done Within 30 Days After The Delivery Date. 5. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Technicians/research Staff Within Seven (7) Days After Complete Installation. Training Should Be Inclusive Of A Maximum Of 20 Participants. 6. To Provide Regular Quarterly Preventive Maintenance And Calibration During The Warranty Period. 7. Warranty: Two (2) Years On Parts Service Except For Accessories. Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing And Commissioning. 8. The System Must Be Delivered Ready To Use. Cables, Connectors, Adapters And Accessories Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 9. The Winning Bidder Must Provide A Soft And Hard Copy Of User's Manuals Upon Delivery. 10. Free Lifetime Service Warranty. The Supplier Must Provide Technical Assistance Of A Trained Service Engineer In The Event Of Equipment Breakdown Or Malfunction At No Cost To The End-user. 11. The Supplier Must Provide A Guarantee Letter From The Manufacturer Stating The Availability Of Supplies, Spare Parts, And Accessories For The Next Five (5) Years And Will Not Be Discontinued For The Next Five (5) Years. 12. The Supplier Must Provide A Quotation For Preventive Maintenance, Calibration And Repair (if Applicable) After The Expiration Of Warranty. 13. Provide Separate Quotations For Consumables And Maintenance/repair/replacement Of Parts After The Warranty Period. 14. In The Event Of Equipment Repair/pull-out And Or Equipment Breakdown Or Malfunction During The Warranty Period; The Supplier Must Provide A Functioning Service Or Replacement Until Such Time That The Equipment Has Been Repaired. 15. The Bid Price Should Be Inclusive Of All Applicable Taxes. Autoclave With Avr Type: Vertical Chamber Capacity: Minimum Of 80 L Outer Dimension: Minimum Of 500×600×900mm Weight: Max Of 100 Kg Temperature Range: 100-140°c Sterilization Time: 0 Minutes- 48 Hours Max Pressure: 0.25 Mpa Dissolving Temp/time: 40℃-99℃ / 0 Minutes- 48 Hours Warming Temp/time: 40℃-60℃ / 0 Minutes- 48 Hours 00 Minutes Display: Led Display Safety Features: • With Over Temperature Prevention (automatic Shut Off) • With Interlock Protection (machine Does Not Start If Machine Is Not Properly Closed Or Will Not Open If The Machine Is Not Done Sterilization) • With Over Pressure Prevention And Pressure Safety Valve • With Automatic Air Discharge Wire Basket/quantity: Minimum Of 2 Pieces With Drying Function Inclusion Of: • One (1) Unit Compatible Avr And/or Ups • Wire Baskets Compatible With Autoclave Dimensions. Terms And Conditions: 1. Indicate Brand, Model, And Country Of Origin. 2. Notarized Certificate That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Delivery Should Be Done Within 60 - 90 Days Commencing On The Date Of Acceptance Of The Notice To Proceed. Notification By Email And Acknowledgment By The Supplier Constitutes The Date Of Acceptance. 4. Installation Should Be Done Within 30 Days After The Delivery Date. 5. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Technicians/research Staff Within Seven (7) Days After Complete Installation. Training Should Be Inclusive Of A Maximum Of 20 Participants. 6. To Provide Regular Quarterly Preventive Maintenance And Calibration During The Warranty Period 7. Warranty: Two (2) Years On Parts Service Except For Accessories. Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing And Commissioning. 8. The System Must Be Delivered Ready To Use. Cables, Connectors, Adapters And Accessories Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 9. The Winning Bidder Must Provide A Soft And Hard Copy Of User's Manuals Upon Delivery. 10. Free Lifetime Service Warranty. The Supplier Must Provide Technical Assistance Of A Trained Service Engineer In The Event Of Equipment Breakdown Or Malfunction At No Cost To The End-user. 11. The Supplier Must Provide A Guarantee Letter From The Manufacturer Stating The Availability Of Supplies, Spare Parts, And Accessories For The Next Five (5) Years And Will Not Be Discontinued For The Next Five (5) Years. 12. The Supplier Must Provide A Quotation For Preventive Maintenance, Calibration And Repair (if Applicable) After The Expiration Of Warranty 13. Provide Separate Quotations For Consumables And Maintenance/repair/replacement Of Parts After The Warranty Period. 14. In The Event Of Equipment Repair/pull-out And Or Equipment Breakdown Or Malfunction During The Warranty Period; The Supplier Must Provide A Functioning Service Or Replacement Until Such Time That The Equipment Has Been Repaired. 15. The Bid Price Should Be Inclusive Of All Applicable Taxes. Freezing Container Diameter: 100 - 120 Mm Height: 80 - 120 Mm Material: Foamed Polyethylene Type: Freezing Container Temperature Range: -1°c/minute Capacity: Holds 18 - 30 X 1 - 5 Ml Cryogenic Vials Inclusions: • Pipettor (0.2-20 Ul Pipettor) • 2 Liters Isopropanol, If Needed Terms And Conditions: 1. Indicate Brand, Model, And Country Of Origin. 2. Notarized Certificate That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Delivery Should Be Done Within 60 - 90 Days Commencing On The Date Of Acceptance Of The Notice To Proceed. Notification By Email And Acknowledgment By The Supplier Constitutes The Date Of Acceptance. 4. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Technicians/research Staff Within Seven (7) Days After Delivery. Training Should Be Inclusive Of A Maximum Of 20 Participants. 5. To Provide Regular Quarterly Preventive Maintenance And Calibration During The Warranty Period 6. Warranty: Two (2) Years On Parts Service Except For Accessories. Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing And Commissioning. 7. The System Must Be Delivered Ready To Use. Accessories Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. The Winning Bidder Must Provide A Soft And Hard Copy Of User's Manuals Upon Delivery. 9. Free Lifetime Service Warranty. The Supplier Must Provide Technical Assistance Of A Trained Service Engineer In The Event Of Equipment Breakdown Or Malfunction At No Cost To The End-user. 10. The Supplier Must Provide A Guarantee Letter From The Manufacturer Stating The Availability Of Supplies, Spare Parts, And Accessories For The Next Five (5) Years And Will Not Be Discontinued For The Next Five (5) Years. 11. The Supplier Must Provide A Quotation For Preventive Maintenance, Calibration And Repair (if Applicable) After The Expiration Of Warranty 12. Provide Separate Quotations For Consumables And Maintenance/repair/replacement Of Parts After The Warranty Period 13. In The Event Of Equipment Repair/pull-out And Or Equipment Breakdown Or Malfunction During The Warranty Period; The Supplier Must Provide A Functioning Service Or Replacement Until Such Time That The Equipment Has Been Repaired. 14. The Bid Price Should Be Inclusive Of All Applicable Taxes. Hydrogen Peroxide Vaporizing Machine Features: Decontamination Of Room Measuring Up To 200m3 Can Be Operated Wirelessly With Complete Control Panel, Vaporiser, And Aeration Units For Removal Of Hydrogen Peroxide Vapour With Real Time Measure Of Hydrogen Peroxide Released And Remaining Minimum Hydrogen Peroxide Volume Capacity: 900ml Low Noise Level Inclusions: • 4l Hydrogen Peroxide • Vhp Type 1 Process Indicator (200/package) • Vhp Biological Indicator Discs (100/package) • Vaprox® (6x950ml) Cartridge/pack Terms And Conditions: 1. Indicate Brand, Model, And Country Of Origin. 2. Notarized Certificate That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Delivery Should Be Done Within 60 - 90 Days Commencing On The Date Of Acceptance Of The Notice To Proceed. Notification By Email And Acknowledgment By The Supplier Constitutes The Date Of Acceptance. 4. Installation Should Be Done Within 30 Days After The Delivery Date. 5. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Technicians/research Staff Within Seven (7) Days After Complete Installation. Training Should Be Inclusive Of A Maximum Of 20 Participants. 6. To Provide Regular Quarterly Preventive Maintenance And Calibration During The Warranty Period. 7. Warranty: Two (2) Years On Parts Service Except For Accessories. Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing And Commissioning. 8. The System Must Be Delivered Ready To Use. Cables, Connectors, Adapters And Accessories Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 9. The Winning Bidder Must Provide A Soft And Hard Copy Of User's Manuals Upon Delivery. 10. Free Lifetime Service Warranty. The Supplier Must Provide Technical Assistance Of A Trained Service Engineer In The Event Of Equipment Breakdown Or Malfunction At No Cost To The End-user. 11. The Supplier Must Provide A Guarantee Letter From The Manufacturer Stating The Availability Of Supplies, Spare Parts, And Accessories For The Next Five (5) Years And Will Not Be Discontinued For The Next Five (5) Years. 12. The Supplier Must Provide A Quotation For Preventive Maintenance, Calibration And Repair (if Applicable) After The Expiration Of Warranty 13. Provide Separate Quotations For Consumables And Maintenance/repair/replacement Of Parts After The Warranty Period. 14. In The Event Of Equipment Repair/pull-out And Or Equipment Breakdown Or Malfunction During The Warranty Period; The Supplier Must Provide A Functioning Service Or Replacement Until Such Time That The Equipment Has Been Repaired. 15. The Bid Price Should Be Inclusive Of All Applicable Taxes. Transilluminator With Avr Imaging Applications: Protein Detection, Dna And Rna Detection Using Nucleic Acid Dyes, Fluorescence Detection, And Chemiluminescence Detection Camera: 6 Megapixels Or Higher With High Sensitivity Reflective Light Source: White Light, Uv, Fluorescent Light Source Transmitted Light Source: Uv, Blue Light, And White Light System Interface: Touchscreen, Lcd Display Operation: Computer Controlled With Built In Software Storage And Connectivity: Usb: 2 Usb Port Network: Ethernet Port Image File Format: Jpg, Png Hard Drive: 256 Gb Ssd System Hardware: Sample Drawer And Stage: Automatic Opening And Closing Of Drawer; Automatic Rotating Stage System Software: Automatic Zoom, Focus, Exposure, On-board Image Analysis High Dynamic Range Image With Stand-alone Analysis Software Inclusions: 1. One (1) Unit Laptop With Built In Software A. Intel Core I5, With Minimum Of 8gb Ram, 512gb Ssd, With Windows 11 Os, Minimum Of 8 Cores Cpu For Simultaneous Multithreading, Minimum Dedicated 4gb Graphics Memory, Minimum Of 1024 X 768 Screen Resolution Or Higher, With Installed Anti-virus Software 2. One (1) Unit Compatible Avr 3. One (1) Unit Compatible Ups 4. All Additional Accessories To Operate Fully Including But Not Limited To: - Uv Transilluminators - Different Led Light Source For Excitation For Dye Detection - Blue Light Sample Tray - White Light Sample Tray - Fluorescence Modules 5. One (1) Unit Printer: A. Inkjet Printer With Refillable Ink Tanks (up To 5760 X 1440 Optimized Dpi) B. Connection Type: Usb 2.0 C. Paper Handling: A4, A5, A6, B5, And Letter Sizes Terms And Conditions: 1. Indicate Brand, Model, And Country Of Origin. 2. Notarized Certificate That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Delivery Should Be Done Within 60 - 90 Days Commencing On The Date Of Acceptance Of The Notice To Proceed. Notification By Email And Acknowledgment By The Supplier Constitutes The Date Of Acceptance. 4. Installation Should Be Done Within 30 Days After The Delivery Date. 5. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Technicians/research Staff Within Seven (7) Days After Complete Installation. Training Should Be Inclusive Of A Maximum Of 20 Participants. 6. To Provide Regular Quarterly Preventive Maintenance And Calibration During The Warranty Period 7. Warranty: Two (2) Years On Parts Service Except For Accessories. Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing And Commissioning. 8. The System Must Be Delivered Ready To Use. Cables, Connectors, Adapters And Accessories Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 9. The Winning Bidder Must Provide A Soft And Hard Copy Of User's Manuals Upon Delivery. 10. Free Lifetime Service Warranty. The Supplier Must Provide Technical Assistance Of A Trained Service Engineer In The Event Of Equipment Breakdown Or Malfunction At No Cost To The End-user. 11. The Supplier Must Provide A Guarantee Letter From The Manufacturer Stating The Availability Of Supplies, Spare Parts, And Accessories For The Next Five (5) Years And Will Not Be Discontinued For The Next Five (5) Years. 12. The Supplier Must Provide A Quotation For Preventive Maintenance, Calibration And Repair (if Applicable) After The Expiration Of Warranty 13. Provide Separate Quotations For Consumables And Maintenance/repair/replacement Of Parts After The Warranty Period 14. In The Event Of Equipment Repair/pull-out And Or Equipment Breakdown Or Malfunction During The Warranty Period; The Supplier Must Provide A Functioning Service Or Replacement Until Such Time That The Equipment Has Been Repaired. 15. The Bid Price Should Be Inclusive Of All Applicable Taxes. Conventional Pcr Block Format: 96 Well 0.2 Ml, Interchangeable Temperature Range: 0°c-100 °c User Interface: 5 - 8.0 Inch Touchscreen Colored Lcd Max Sample Throughput: 96 - 384 Reactions Max Block Temp Rate: 3 - 6.0°c/sec Max Sample Ramp Rate: 3 - 6.0°c/sec Instrument Memory: Usb On Board Block Range: Multiple Segmented Metal Blocks With Individual Temperature Control Inclusions: One (1) Unit Ups 1. One (1) Unit Avr 2. Other Block Formats: 2 X 96 Well 0.2ml Or 384 Well 0.2ml 3. 1-unit Laptop A. Intel Core I5, With Minimum Of 8gb Ram, 512gb Ssd, With Windows 11 Os, Minimum Of 8 Cores Cpu For Simultaneous Multithreading, Minimum Dedicated 4gb Graphics Memory, Minimum Of 1024 X 768 Screen Resolution Or Higher, With Installed Anti-virus Software 4. Any Add-on Materials Which Can Be Used Alongside The Main Equipment, If Available: A. Memory Card Terms And Conditions: 1. Indicate Brand, Model, And Country Of Origin. 2. Notarized Certificate That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Delivery Should Be Done Within 60 - 90 Days Commencing On The Date Of Acceptance Of The Notice To Proceed. Notification By Email And Acknowledgment By The Supplier Constitutes The Date Of Acceptance. 4. Installation Should Be Done Within 30 Days After The Delivery Date. 5. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Technicians/research Staff Within Seven (7) Days After Complete Installation. Training Should Be Inclusive Of A Maximum Of 20 Participants. 6. To Provide Regular Quarterly Preventive Maintenance And Calibration During The Warranty Period 7. Warranty: Two (2) Years On Parts Service Except For Accessories. Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing And Commissioning. 8. The System Must Be Delivered Ready To Use. Cables, Connectors, Adapters And Accessories Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 9. The Winning Bidder Must Provide A Soft And Hard Copy Of User's Manuals Upon Delivery. 10. Free Lifetime Service Warranty. The Supplier Must Provide Technical Assistance Of A Trained Service Engineer In The Event Of Equipment Breakdown Or Malfunction At No Cost To The End-user. 11. The Supplier Must Provide A Guarantee Letter From The Manufacturer Stating The Availability Of Supplies, Spare Parts, And Accessories For The Next Five (5) Years And Will Not Be Discontinued For The Next Five (5) Years. 12. The Supplier Must Provide A Quotation For Preventive Maintenance, Calibration And Repair (if Applicable) After The Expiration Of Warranty 13. Provide Separate Quotations For Consumables And Maintenance/repair/replacement Of Parts After The Warranty Period 14. In The Event Of Equipment Repair/pull-out And Or Equipment Breakdown Or Malfunction During The Warranty Period; The Supplier Must Provide A Functioning Service Or Replacement Until Such Time That The Equipment Has Been Repaired. 15. The Bid Price Should Be Inclusive Of All Applicable Taxes.
Closing Date2 Jun 2025
Tender AmountPHP 4.8 Million (USD 87.2 K)
GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For Procurement Of Goods: Supply, Delivery And Installation Of Clinical Information System (lot Bid) 1. The Gov. Celestino Gallares Memorial Medical Center, Through The 2025 Hospital Income Fund Intends To Apply The Sum Of Six Million Pesos (php6,000,000.00) Being The Abc To Payment Under The Contract For Ib No. 2025-04-011. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Gov. Celestino Gallares Memorial Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Gcgmmc Bids And Awards Committee (bac) Office Through Electronic Mail Via (gcgmmc.bacdietarynevents@gmail.com) Or Telephone Call At (038) 411-4868 To 69 Local 286 And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders On April 30 – May 21, 2025 From Gcgmmc Google Drive (gcgmmc.bacdietarynevents@gmail.com) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (php10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Cash Or Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcgmmc General Fund Account Number: General Fund Account No. 00-0-00001-780-3 For Bidders Paying Through Bank Deposits, A Successful Transaction/payment Must Be Sent To The Bac’s Official Email Address. Acknowledgement Receipt Will Be Issued In Lieu Of The Official Receipt (coa Circular No. 2021-014 Clause 5.2) As Proof That Payment Is Verified, Confirmed And Received By Gcgmmc. Only Upon The Issuance Of The Acknowledgement Receipt Shall The Bidder Be Granted Access To The Bac Google Drive. 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bid Conference On May 09, 2025 @9:30am At Gcgmmc, 5th Floor, Cloud Lounge, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300 Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before May 21, 2025 @9:59am. 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 14, 2025, 10:00 Am At The Gcgmmc, 5th Floor, Hospital Training Hall, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Are Required To Include A Flash Drive In The Submission Of Their Bidding Documents Containing Their Bid Form In Excel Format And Their Bid Documents In Pdf Format. 11. The Gov. Celestino Gallares Memorial Medical Center 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: April Mae M. Monredondo Bids And Awards Committee (bac) Office Gov. Celestino Gallares Memorial Medical Center 0053 M. Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300 Email: Gcgmmc.bacdietarynevents@gmail.com Tel. No.: (038) 411-4868 Local 286 Cel. No.: +63 991-825-0786 13. You May Visit The Following Websites: Philgeps Website For Downloading Of Bidding Documents: Https://www.gcgmh.gov.ph/procurement/ Approved: (sgd) Jhobert P. Tan Bac Chairperson (dietary Supplies, Training / Seminars / Workshop / Events And Others) Noted: (sgd) Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) *_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_ Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Lot 1 Radiology Information System General Specifications / Tor: 100% Web-based Image Distribution Unlimited Web Licenses For Internet And Intranet Connections. Unlimited Workstations Connectivity And Client Licenses. Unlimited Study Volumes And User Accounts Unlimited Access For In-house And Remote Radiologists And Radiology Residents Full Licenses And Free Updates For: Operating Os Database Antivirus Application Software Features Customizable Worklist With Worklist Alerts Core Module 1. Frontdesk 1. Patient Registration 2. Patient Order 3. Appointment 4. Scheduling 2. Technologist 1. Order Dashboard 2. Procedure Endorsement 3. Radiologist 1. Results Dashboard 2. Encoders 3. Results Forms 4. System Administration 5. Reports 1. Transaction Logs 2. Census 3. Tat Reports 6. Tat Monitoring 7. Integration 1. His Connection Front Desk 1. Automatic Or Manual Scheduling Of Procedure 2. Drag And Drop Scheduling 3. Auto-validation Of Modality And Time 4. Software Applications Shall Be Both Private /public Cloud-ready 5. Hospital Information System (his) And Electronic Health Records (ehr) Applications Must Be Stress-tested In A Network Consisting Of At Least 500 Desktop Computers 6. Result Forms Admin Module Transaction Logs 1. Reports Tat Monitoring - His Connection 1. Patient Registration And Profile/demographic Management With Easy Searching Of Records And Validations To Avoid Multiple Records Of A Patient 2. Order Entry With Easy Searching Of Procedure And Pricing/discount 3. Computation Of Patient Billing 4. Tagging Whether Patient’s Procedure Is Paid 5. Entry Of Requesting Physician 6. Indication Whether Procedure Is Stat Or Routine 7. Entry For Patient’s Location 8. Entry Of Remarks/instructions Regarding Patient That Will Be Displayed On All System Modules To Inform Other Users 9. Entry Of Patient’s Diagnosis 10. Patient Check-in When The Patient Arrives 11. Entry Of Medical Alert I.e. Allergies 12. Cancellation Of Procedure And Appointment 13. Patient History Of Procedures 14. Worklist Showing All Patient’s Procedure To Be Scheduled 15. Scheduling And Re-scheduling Of Procedure In A Calendar Type And Drag & Drop 16. Display Of Available Schedule In A Day, In A Week Or In A Month 17. Creation Of Patient’s Appointment Without Order And Payment Will Follow 18. Linking Of Patient’s Payment With His/her Appointment 19. Validation Of Procedure Is Scheduled On Right Machine 20. Printing Of Results 21. Customer Service For Procedure/appointment Scheduling And Showing Status Of Patient’s Procedure His Connectivity 1. Support Hl7 2.x, Hl7-fhir, Api, Db Or Proprietary Protocol For Integration 2. Capable Of Receiving Orders And Sending Results/readings 3. Support Order Cancellation By Providing Current Status Of The Procedure 4. Accept Request For Updating Profile And Visit Information 5. Use Same Data From His Like Patient Id And Accession Id. 6. Adjustment On Connectivity In Case Of His Upgrades 7. With Existing Live Connections With Emr/his. 8. Real-time Monitoring Of Procedure Orders From Emr/his. 9. Capable Of Sending Results To Emr/his. 10. Customization Of Connectivity In Case Emr/his Has Upgrades. 11. Viewing Of Patient Results/reading In Emr/his Modality Connectivity 1. Vendor Neutral Supporting Connectivity With Any Dicom Modality Regardless Of Brands And Models 2. Dicom 3.0 Or Latest Version Of Dicom Compliant 3. Unlimited Number Of Modality Connections 4. Proven Interoperability With Different Modalities: 1. X-ray 2. Fluoroscopy 3. Ultrasound 4. Ct-scan 5. Magnetic Resonance Imaging (mri) 6. Radiography 7. Hybrid Modalities: Pet-ct, Pet-mri-spect-ct 8. Cardiology 9. Any Machine That Support Dicom 5. Support Modality Work List (mwl) 6. Support Modality N-set 7. Support Modality Performed Procedure Step (mpps) 8. Image Acquisition 9. Image Storage And Archiving 10. Image Distribution And Communication 11. And All Other Medical Imaging That Support Dicom 12. Storage Should Be A Total Of 24tb Storage 13. Server's Hard Disk Is Configured Raid 5 Radtech 1. Dashboard Showing All Patients And Their Procedures Grouped By Modality In Calendar Form By Day, By Week And By Month, In Tabular Form Or In Tile Form. 2. Color-coded Modalities 3. Shows The Current Stage/status Of The Patient Procedure 4. Date/time Stamp When The Procedure Begins 5. Date/time Stamp When The Procedure Ends 6. Assignment Of Procedure To Single Or Multiple Radiologists 7. Entry Of Instructions/remarks Regarding Patient For The Radiologist 8. Calendar-type, Tabular-type And Tile-type Dashboards Showing All Scheduled Patients Per Modality In Color-coded Based On The Status And Test Plotted In A Calendar-like Time Table 9. Ability To Search For The First Available Appointment Based On Patient Request And Equipment / Modality Availability 10. Schedules Are Based On Procedure And Linked To Equipment, Room And Radiographer Availability 11. Closed Room And Clinic Days Can Be Flagged To Cater For Modality / Equipment Service 12. Creation And Printing Of Patient’s Worklist Per Modality And Physician 13. Audio Visual Alert On New Patients To Be Scheduled. 14. Configurable Average Procedure Processing Time Which Is Useful To Users So That They Can View On Calendar The Schedule Per Modality. 15. Extending Processing Time Of Test In Case Of Delays And Adjust Schedules Of Next Patients 16. Scheduling Test Orders Could Be In Drag And Drop Interface Or In Manual Entry 17. Transfer Of Patient From One Instrument To Another Instrument 18. Automatic Scheduling Of Procedure When Ordered From His 19. Built-in And Quick Access On Image Viewer 20. Flag Cancelled Appointments / Schedules 21. Print Day Sheets For Radiologists And Radiographers 22. Capability To Include Multiple Readers. 23. Modality Worklist Control Wherein User Can Control What Orders A Modality Can Process 24. Section Segregation Of Orders- Ultrasound Radtechs Can Only View Ultrasound Orders. A User Can Also View Multiple Section At The Same Time 25. Patient History Radiologist 1. Dashboard Of Procedures Assigned To Logged-in Radiologist 2. Dashboard Of Unassigned Procedures 3. Open Dicom Images Using Preferred Dicom Viewer 4. Procedures Worklist Can Be Filtered By Modality, Examination Type, Patient Type, By Priority Or Status Like New, Initial Reading And Final Reading 5. Entry Of Readings With Document Editing Tools Like Insertion Of Photo/image 6. Saving Of Readings At Any Time 7. Allow Other Radiologist To Read The Image 8. Saving Of Readings As Template And Use For Future Readings 9. Radiologist Can Assign Encoders Of His/her Readings For A Period Of Time 10. Releasing And Printing Of Final Patient Report 11. Worklist For Doctors With Initial And Final Reading Result Management 1. Dynamic Result Templates Wherein Radiologists Can Create Templates, Save The Template Whether For Personal Or Shared To Other Radiologist 2. Common Header And Footer On Patient Report 3. Patient Report Capable Of Electronic Signature 4. Uploading Of Image On The Result Form 5. Availability Of Editing Tools For Result Entry 6. Saving Result In Pdf For Backup And For The Use Of Other Systems Like His, Philhealth E-claim And Online Result 7. Capable Of Electronic Signature 8. Viewing Of Current And Previous Results 9. Releasing , Proof Reading And Printing Of Final Result 10. Patient Diagnostic Results Shall Be Viewable By Patients Through Online Dicom Image Viewer 1. Provided Dicom Viewer Should Be Web-based And Application-based 2. Support All Third-party Dicom Viewers Being Used By Radiologists 3. Unlimited Web-based Dicom Viewers Licenses 4. Application Based Dicom Viewer 1. Basic Functionality 1. Desktop Application For Installation On Pcs, Laptops, And Tablets Running Windows Systems 2. Windows 7/8/8.1/10/11 Supported 3. Native Arm 64-bit Version For The New Generation Of Windows On Arm Devices (e.g., Surface Pro X) 4. No Additional Dependencies (.net, Java, Etc.) 5. Lightweight, Compact Application 6. Excellent Performance With 32- And 64-bit Versions That Are Both Optimized For Multi-core Processors 7. Asynchronous Reading (you Can Browse Images As They Are Being Opened) 8. Advanced Memory Management System That Facilitates The Concurrent Opening Of Studies That Contain Thousands Of Images 2. Supported Dicom Formats 1. Files From Different Imaging Modalities: Cr, Dx, Mg, Ct, Mr, Pt, Us, Xa, Nm, Sc, Sr 2. Monochromatic Images (e.g., Cr, Ct, Mr) 3. Color Images (e.g., Us, 3d Reconstructions) 4. Static Images (e.g., Cr, Mg, Ct) 5. Dynamic Sequences (e.g., Xa, Us) 6. Uncompressed Images (little Endian/big Endian, Implicit/explicit Vr) 7. Compressed Images (rle, Jpeg Lossy, Jpeg Lossless, Jpeg 2000, Jpeg-ls) 8. Structured Reports 9. Encapsulated Pdf Documents 10. Mpeg4/mpeg2 Dicom Videos 3. Access Dicom Studies 1. Open Dicom Studies From Cd/dvd/blu-ray Discs 2. Open Dicom Studies From Local And Network Folders 3. Open Dicom Studies From Usb Drives 4. Open Zip Archives (unencrypted/encrypted) With Dicom Files 5. Search And Download Dicom Studies (or Selected Series) From Pacs Locations (servers, Workstations, Modalities) 6. Accept And Display Studies Pushed From Other Pacs Locations 4. Local Archive 1. Store Dicom Studies In A Local Database 2. Import Dicom Studies From Cd/dvd/blu-ray Discs 3. Import Dicom Studies From Local And Network Folders 4. Import Dicom Studies From Usb Drives 5. Import Zip Archives (unencrypted/encrypted) With Dicom Files 6. Import Dicom Studies From Pacs Locations 7. Organize Study Collection Using Keywords 8. Multiple Databases Supported 9. Export List Of Studies To Csv File 1. Export Images 1. Export Dicom Files To Jpeg/bmp Images 2. Export Dicom Files To Mp4/wmv Movies 3. Export Dicom Files In Original Format 4. Copy Displayed Image To Windows Clipboard 5. Send Studies To Pacs Locations 2. Basic Tools 1. Perform Fluid Zooming 2. Perform Fluid Panning 3. Adjust Brightness And Contrast (window Level/window Width) 4. Negative Mode 5. Apply Window Presets For Computed Tomography (lung, Bone, Etc.) 6. Apply Precise Window Values (with Suvbw Support For Pet Series) 7. Add Your Own Window Presets 8. Rotate (90 Cw, 90 Ccw, 180) 9. Flip (horizontal, Vertical) 10. Apply Image Filters (sharpen, Smooth, Edge, Emboss) 11. Display Dynamic Series/sequences (cine) With Option To Adjust Frames Per Second 12. Display Dicom Overlays (annotations Or Graphic Overlays Included In The File) 13. Display Dicom File Structure With Searchable Dicom Tags, Their Descriptions And Values 3. Measurements/roi 1. Measurement Of Segment Length 2. Manual Calibration Of Length Measurements 3. Support For Calibrated Regions In Ultrasound Images 4. Measurement Of Mean, Minimum And Maximum Parameter Values (e.g. Density In Hounsfield Units In Computed Tomography, Suvbw In Pet) Within Circle/ellipse And Its Area 5. Measurement Of Area And Perimeter Of A Closed Polygon 6. Measurement Of Open Polygon Length 7. Measurement Of Angle Value 8. Measurement Of Cobb Angle Value 9. Measurement Of Deviation Distance 10. Arrow Tool For Annotations 11. Pencil Tool For Freehand Drawing 4. Compare Series 1. Compare Multiple Series In The Same Or Different Windows 2. Automatic Synchronization Between Series With Images Acquired In The Same Plane (e.g., Computed Tomography Series Before And After Contrast Media Administration) 3. Manual Synchronization Between Series From Different Studies That Have A Similar Patient Orientation 4. Cross-reference Lines In Series With Different Image Planes (e.g., Magnetic Resonance Study) 5. 3d Cursor Tool 6. Split Multi-sequence Series Into Separate Panels 1. Advanced Tools 1. 2d Mpr (orthogonal Multiplanar Reconstructions) 1. Fusion Of Series With Different Modalities (e.g., Pet-ct) Or With Different Protocols (e.g., Mr T1/t2 – Dwi) 2. Time-intensity Curves (tic, E.g., For Breast Mri) 3. 3d Mpr (oblique Multiplanar Reconstruction) With Mip (maximum Intensity Projection), Minip (minimum Intensity Projection) And Avg (average) Modes 4. 3d Vr (volume Rendering) 5. 3d Snapshots For Quick Saving And Restoring 3d Vr Views 6. Creation Of Quick Movies (simple Rotations) And Advanced 3d Snapshot-based Videos With Volume-rendered Objects 7. Export 3d Models To Stl Files 8. Gpu Acceleration For 3d Vr And 3d Mpr/mip 9. Dsa Mode (digital Subtraction Angiography) With Auto And Manual Pixel-shift, Split Mask And Magic Mask 2. Interface 1. A Simple And Intuitive Interface With Full-screen And Distraction-free Modes 1. Multi-touch Support For Windows 8/8.1/10/11 Touch-enabled Devices 2. Multilingual Interface—more Than 30 Translations Available 3. Customizable Keyboard Shortcuts 1. Web Based Dicom Viewer 1. Load Images From Anywhere, Instantly, With No Installation Required. 2. Support All Modern Browsers 3. Support Multi-modal Image Fusion And Multi-planar Reformatting 4. Support Gpu Accelerated Image Rendering And Multi-threaded Image Decoding 5. Capability For Rendering And Annotation For High-resolution Digital Slide Microscopy Images 6. Customize Display Layouts For Efficient Interpretation Of Medical Images With Multi-planar Reformatting And Multi-modal Fusion Support 7. Precise Segment Anatomical Structures In 3d Medical Images For Advanced Analysis And Visualization 8. Library Of Easy-to-use Annotation And Measurements Tools 9. Must Have The Capability For Automatic Telerad Or Button In Exporting The Images To Remote Radiologists/consultants. Communication 1. Provide Messaging Tool For The Communication Of Users 2. Can Send To A Group Or To Certain User Performance Requirements 1. No Slow Down On Processing. 2. Performance Is Not Affected If Database Has Volume Records. 3. Performance Is Not Affected Even If More Users Access The System. 4. System Is Redundant To Ensure Its Availability. 5. System Is Scalable To Address Future Functionalities And Increase On Volume Transactions And Users. 6. System Is Stable And Requires Minimal Shutdown. 7. Extensibility - System In Constantly Evolving To Meet Functional And Performance; Autonomic Computing, Self Managing System; Self-healing System. Safety Features 1. Network A. Network Access Is Confined Within Laboratory Or Hospital Local Area Network (lan) B. Lis Will Ride-on On Existing Hospital Network Security Measures 2. User-access Level A. Password Protected For Each User Access B. Pre-defined Access Control Per User Level C. Auto-logout On Idle 3. Audit Trail Or Log For All Transactions And Usage Of The System A. Date And Time B. User C. Action Done D. Previous And New Information Value E. Url Accessed 4. Unsolicited Specimen Monitoring A. Monitoring Unsolicited Tests Performed B. Merging/linking Unsolicited Test To Its Official Request 5. Server Location A. System Servers Is Installed At The Data Center Limiting Access Of Users Physically Analytics / Reports 1. Logbook For Patient Checkin And Released Reports 2. Digital Transaction Logs 3. Census Per Modality, Per Patient Type, Per Test, Age, Gender, Service Class, Study Type 4. Analysis Reports In Graphical Format. 5. Patient List 6. Physician Lists And Labels Including Ability To Group Into Categories Or Specialty. 7. Patient Report (present And Previous Tests) 8. Print Day Sheets For Radiologists And Radiographers. 9. Radtechs’ Productivity 10. Modalities Productivity 11. Summary Of Unread Exams 12. Summary Of Referring Physicians Productivity 13. Summary Of Cancelled Procedure And Reasons For Cancellations 14. Summary Of Incomplete Exams 15. Turn-around-time (tat) Reports 16. Tat Monitoring Showing The Statistics, Performance And Status Of Patient Procedures 17. Audit Trail Of All Transactions And Works Performed In The Radiology Department. 18. Additional And Customize Reports Requested By Hospitals And Users. 19. Reports Could Be In Daily, Weekly, Monthly Or Any Date Range Required By User 20. Reports Could Be Saved As Pdf Or Excel 21. Reports In Tabular And Graphical Format. User Adjustable Settings 1. System Setting Definition 2. System User Definition 3. User’s Role Definition 4. Physician Definition 5. Procedure Definition With Pricing And Discount 6. Instrument Definition Including Schedule Of Usage 7. Section Definition 8. Sections Instrument Definition 9. Role Based Modules 10. Patient Id Pattern. 11. Definition Of Customized Reports Plugins. 12. Patient Report Layout Definition 13. Merging Of Data In Case Of Patient Having Multiple Records. General Requirements 1. Migrate/transfer The Patient Data And Images Using The New Pacs From The Existing Archiving System 2. Unlimited Licenses For Simultaneous Users Both For Local And Outside Hospital Access 3. Tele-radiology-ready Which Can Be Accessible From Anywhere Via The Internet, Compatible With Multiple Platforms (ios, Android And Microsoft) 4. Operating System Of System Servers Is Linux Ubuntu. 5. System Database Is Mysql. 6. Redundant Setup For Web And Database Servers. 7. Both Ris And Pacs Are Web-based. 8. Ris Server Can Be On-premise Or Cloud 9. Unlimited Procedures And Dependent Only On Storage Capacity 10. Network Could Be Wired Or Wireless. 11. Option For Automatic Scheduling Of Procedure When Ordered Based On Average Procedure Tat 12. Option For Manual Scheduling Of Procedure 13. Schedule Of Instrument Usage Is Definable 14. System Performance Is Not Affected Even If Database Has Volume Records 15. System Performance Is Not Affected Even If More Users Access The System 16. System Is Scalable To Address Future Functionalities And Increase On Volume Transactions And Users 17. Support Raid 1 Or 10 – Strip & Mirroring 18. User-friendly Interface. 19. Should Have An Open Modular System Structure Wherein Features Can Easily Be Added As Needed 20. Automated Appointment Reminders Sent To Patients Through Email And Sms 21. Provision On Connectivity With Any Third-party Systems In The Future. 22. System Implementation From 2 Weeks To 12 Weeks. 23. Role Based Modules Wherein Users Access To The System Will Be Based On Their Functions/task 24. Configurable Processing Time Which Is Useful To Users So That They Can View On Calendar The Schedule Per Modality. Users Can Drag And Drop Patient For Scheduling. 25. Provision On Connectivity With Any Third-party Systems In The Future. 26. Capability To Merge Patient Records In Case Of Patient Having Multiple Records 27. User And Admin User Manual And Training 28. System Warranty Of Five (5) Years 29. An I.t Company In The Philippine With Local Support Team With Depth Knowledge In Hl7 And Dicom Standards. 30. Complete Lineup Of Engineers From Operating System And Database Administrators, Hardware Engineers, Experienced System Analyst And Developers 31. System Is Installed At The Data Center Of The Hospital 32. 24/7 After Sales Service Including Weekends And Holidays 33. User Terminal 1. Can Be Of Any Type Whether A Desktop Laptop Or Tablet. 2. Can Be Of Any Operating System Like Windows, Mac, Android Or Linux. 3. Can Be Shared With Any Users From Different Sections. 4. Applications Will Run On A “user” Privilege As Added System And Data Security. 5. Network Could Be Wired Or Wireless. 34. Interoperability With The Existing Vpn Of The Hospital Hardware 1. Ris Server Computer (x1) 1. Brand: Banded Rack-typed Server 2. Form Factor: 1u 3. Processor: Intel Xeon E-2300 Series (minimum) 4. Memory: 16gb (minimum) 5. Hard Drive: 2x 256 Hard Disk 6. Network Controller: 1gb Ethernet Adapted 2 Ports 1. Pacs Server Computer (x1) 1. Brand: Banded Rack-typed Server 2. Form Factor: 2u 3. Processor: Intel Xeon Silver 4310 2.1g, 12c/24t 10.4t/s, 18m Cache, Turbo, Hgt (120w) (minimum) 4. Memory: 32gb (minimum) 5. Hard Drive 2 X 256gb Ssd Sata, 6 X960gb Ssd Sata, 2 X 256gb Configured As Raid 1, 6 X 960gb Configured As Raid 5 6. Network Controller: Broadcom 5720 Quad Port 1gbe Base-t Adapter, Ocp Nic 3.0 7. Capability Of Dicom Printing With 1 Unit Of Dicom Paper Printer 8. Capability To Burn Reports And Images/integration With Existing Publisher 9. Cd/dvd Burning With Viewer/integration With Existing Publisher With Document Scanning 1. Ups (x2) 1. 2200va 2. Capacity: 2000va/1200w, 230v 3. Input Voltage Range: 170v – 280v 4. Input: Iec C14 (10a Socket) 5. Output: (6) Iec C13 (10a Socket) Additional Requirements: -must Provide Training With Certification To All End Users And It Personnel (in Actual Setting Of Pacs/ris Including Teleradiology After The Installation Process. - Must Provide A Dryrun/demonstation Of The Actual System After The Notice To Proceed. - Service Provider Shall Host A Joint Workshops With Gccmmc Radiology Department To Translate Current Operations Into The Software Module. - Service Provider Shall Ensure That The System Has Redundancies Against Service Interruption And Provide Excellent Uptime With Minimal Operational Downtime. - Procuring Entity Shall Retain Ownership Of Data Contained In The System In Compliance With The Data Privacy Act Of 2012 -must Provide And Present Workflow Schematic Diagram To The End User And It Personnel For The Installation Of Ris-pacs And After Notice To Proceed (ntp) Is Served. -the Bidder Shall Be Responsible For The Transportation, Delivery, Installation, Implementation, And Commissioning At No Cost To The Government. Notes: Must Be Compatible And Interoperable With All The Radiology Equipment. Lot 1 Laboratory Information System Technical Specification: Must Include These Core Modules - Chemistry - Hematology/coagulation - Immunology/serology - Clinical Microscopy - Microbiology - Barcoding - Front Desk - Phlebotomy - Quality Control - Results Management - Inventory - Result Viewer - Send Out - Efficiency And Tat Monitoring - Analytics/reports - Admin - His Integration Medtech Module (chemistry, Hematology/coagulation, Immunology/serology, Clinical Microscopy, And Microbiology) - Dashboard Must Display All Pending, Completed, Cancelled, For Final Verification And Test Orders With Critical Values - Supports Manual Results Entry - Test Result Editing Capability - Records The Analyzer That Processed The Test - Displays The Number Of Run/rerun On The Specimen And Allow User To Select The Results To Be Released - Show Results In Si And Conventional Units With Reference Range - Pre-defined Test Remarks And Entry Of Narrative Results - Displays Delta-check With Graph - Color-coded Automatic Flagging Of Abnormal, Validated And Edited Results - Auto-conversion Of Si And Conventional Units - Auto-compute Of Test Results - Automatic Computation Of Age Based On Birthday Including Month(s) And Day (s) - Auto-selection Of Reference Range Per Analyzer Based On Age (including 0 Age) And Gender - Adding Test To Be Included On Printing - Saving Results In Pdf - Selection Of Test On Printing - User Can Access Different Sections In One Terminal Especially On Night Shift Wherein Medtech Is Assigned On Multiple Sections - Lab Can Define Number Of Validation Of Test Results Either Single Or Multi-level - Pathologist For Final Releasing Of Test Results - Embed Whonet On Lis To Eliminate Manual Entry - User Can Retrieve Previous Results Of Tests - System Allows User To Accept, Reject, Or Re-run A Test - Allows To Order Additional Test Requests On Specimen Already Received And Processed - System Allows Reporting Of Numerical Results To User-defined Number Of Significant Digits Per Test - System Supports Floating Decimal For Numeric Resulting Based On User-defined Criteria Front Desk Module - System Must Allow To Create And Modify The Patient Demographic Information - System Must Allow Unlimited Number Of Patient Registrations - System Should Perform Duplicate Checks To Prevent Assignment Of Duplicate Medical Records At Registration - The System Can Receive Patient Information From The Hospital Patient Management Systems - The System Can Allow Identification Of Patients Previously Registered In The System And A Tool For Matching And Merging Of Accounts And Associated Data To Decrease Duplicate Registrations - System Should Compute Patient Age In Years, Months, Weeks, Days, Or Hours - Can Disable Adding Of Patient When There Is His Connection - Customer Service Must Shows Test Request Status Of The Patient - Must Include Printing Of Barcode Labels - Must Include Printing Of Test Result Forms For Releasing - Can Tag Specific Test For Send-out To Other Branch Or Partner Laboratory - System Can Provide Management And Monitoring Of Send-out Tests Analyzer Connectivity - Can Connect To All Analyzers Of All Sections Including Handheld Analyzers (poct) - Can Connect Directly To Analyzers To Maximize Automated Setup - User Can Define Different Set Of Reference Ranges Per Analyzer - Can Accept Result From Analyzer In Si Or Conventional Unit With Automatic Conversion To Other Unit - Can Enable/disable Test Assignment Quality Control - Can Receive And Store Qc Results From Analyzers - Can Plot Qc Results In Levey-jennings Graph Per Lot Number Per Control Or Combination (multi-level) - Can Generate Computed Levey-jennings Graph - Can Generate Quoted Levey-jennings Graph - Can Accept And Reject Qc Results - Can Allow Manual Entry Of Lot Number, Label And Results - Can Allow Saving And Printing Of Graph - Can Display Violation Based On Westgard Rules Results Management - Adapt To Current Laboratory Test Result Format - Adjustment Of Test Results Format In Case Laboratory Requires Changes - Watermark On Results Form For Authenticity - Result Displayed And Printed With Graph - Printout With Digital Signatures Of Medtech And Pathologist - Printout With Delta Check - System Supports Result Printing As Ordered Such As Panel Profile And Individual - User Can Remove/include Test From Panel To Be Part Of Result Printing - Can Perform Batch Central Test Results Printing - Electronic Releasing Log Sheet - Centralized Printing Of Test Results - Can Store Results Form In Pdf File With 256-bit Aes Encryption - Can Generate Result Form With Label Whether For Patient Or Physician Copy Result Viewer - Can Allow Access For Non-laboratory Personnel Like Nurses And Physicians On Ward For Viewing Of Test Results - Do Not Allow Editing Of Results - Printing Is Configurable Whether To Allow Or Disallow Printing Of Results - Results Are Displayed The Same Format Released To Patient Reports (can Generate/perform The Following) - Digital Logs - Test Transactions Logs - Release Test Requests - Unreleased Test Requests - Accepted And Checked-in Specimen - Rejected Specimen - Census Reports Per Section - Turn Around Time (tat) - From Order To Test Released - From Specimen Extraction To Test Released - Pre-analytic - From Order To Acceptance Of Section - Analytic - From Section Acceptance To Test Released - Post Analytic - From Test Released To Patient Acceptance - Daily Patients Reports - Analyzers Activity Report - Patient Profile And Demographic Reports - Patient List - Physician Patient’s Reports - Rejected Specimen Reports - Additional Reports Requested By Hospitals And Users - Reports Can Be Daily, Weekly, Monthly And Date Range - Reports Can Be Exported To Excel And Pdf Files - Reports In Tabular And Graphical Format - Audit-trail Of All Transactions And Works Performed In The Laboratory Inventory (can Generate/perform The Following) - The System Has A Monitoring Of Usage And Inventory Of Supplies In The Laboratory Including Reagents - Entry Of New Supplies And Remaining Supplies - Inventory Reports Generation - Notify Users Of Expired Items - Notify Users Of Items That Are Near To Expire - Notify Users Of Items For Restocking - Generate Report Of The Actual Count Of Test Processed By Reagent Kit Including Usage For Control And Calibration - Generate Report Actual Reagent Cost Per Test - Can Generate Inventory Reports User Adjustable Settings (allows/performs The Following) - System User Definition - New Field Definition On Patient Profile - New Field Definition On Patent Test Order - Number Of Medtech Test Results Validation Level - Merging Of Data In Case Of One Patient Having Multiple Records - Price, Discount And Vat Definition - Patient Id Pattern - Specimen Id Pattern - Physician Definition - Delta Check Activation And Deactivation - Definition Of Reference Range Per Analyzer Based On Age And Gender - Definition Of Conversion Factor For Units His Integration - System Can Accept Order Transactions From Hospital Information System - Can Support Standard Hl7 Via Real Time Tcp Connection Or File Based - Can Display Real-time Monitoring Of Test Orders - Can Send Results To Hospital/clinic Information System - Can Support Hl7 For Update Patient Info, Cancel/admit/transfer/discharge And Other Hl7 Standard Events Mobility, Portability - Lis Servers Must Be Installed At The Data Center Of The Hospital - Have Electronic Online Interfacing - Allows Web-based Application User Interface - Can Be Accessed From Any Type Of Workstation Whether A Desktop, Laptop Or Tablet (of Any Operating System Like Windows, Mac, Android, Or Linux) - Can Be Shared With Any Users From Different Sections - Applications Can Run On A “user” Privilege As Added System And Data Security - Network Could Be Wired Or Wireless Performance Requirements - No Slow Down On Processing - Performance Must Not Be Affected Even If Database Has Volume Records - Performance Must Not Be Affected Even If More Users Access The System - System Must Be Scalable To Address Future Functionalities And Increase On Volume Transactions And Users - System Must Be Stable And Requires Minimal Shutdown Safety Features - Network Access Must Be Confined Within Laboratory Or Hospital Local Area Network (lan) - Lis Can Ride-on On Existing Hospital Network Security Measures - Password Protected For Each User Access - Pre-defined Access Control Per User Level - Auto-logout On Idle - Audit Trail Or Log For All Transactions And Usage Of The System - Previous And New Information Value - Url Accessed - Unsolicited Specimen Monitoring - Monitoring Unsolicited Tests Performed - Merging/linking Unsolicited Test To Official Request - System Servers Should Be Installed At The Data Center Limiting Access Of Users Physically Inclusion Of Hardware 1. Barcode Printer - Thermal Transfer Printing Of Barcodes - Resolution: 203 Dpi (8dots/mm) - Memory: 8mb Sdram - Print Width: 4” - Print Speed: At Least 5” Per Second - Interface: Usb, Serial, Parallel 2. Barcode Scanner - Scanner Type: Bi-directional - Light Source (laser): 650nm Laser Diode - Scan Rate: 100 Scans Per Second - Interface: Usb 3. Tat Monitor - At Least 43 Inch Full Hd Smart Tv - Resolution: At Least 1920 X 1080 - Communication: Wifi/ethernet/lan Port - Accessories: 1x Universal Rotatable Wall Bracket, 1x Hdmi Cable (5m), Remote With Batteries 4. Uninterruptible Power Supply (ups) -1500va -capacity: At Least 1500va Rack Type -with Built-in Automatic Voltage Regulator -with Surge Protection -distinctive Audible Alarm For Low Battery And Overload 5. Server -form Factor: Rack-type Server -processor: Intel Xeon -memory: 8gb Minimum To 16gb -hard Drive (for Operating System): 2 X 256gb Ssd Sata Configured As Raid1 -hard Drive (for The Result And Database): 2 X 1tb -network Controller: 1gb Ethernet Adapter 2 Ports -operating System: Linux Ubuntu Training/document - User Training For Relevant Staff And System Manual Must Be Provided Support - Each Relevant Laboratory Staff Must Have An Account To Access The Application - There Must Be An Application Specialist Or Technical Staff Deployed Within Bohol Or At Least Within Visayas Region - There Must Be Application Specialist Or Technical Staff Who Will Cater To Inquiries And Problems Relating The Information System - Immediate Response Time: 15-20 Minutes - The Application Specialist Or Technical Staff Must Respond Or Be Deployed On Site Within 24 Hours From Any Inquiries Or Problems Relating To The Information System - Dry Runs Must Be Held Within The Hospital’s Premises To Assess Functionality Of Software Upon Integration With Hospital’s Information System At Least Three (3) Years Warranty Lot 1 Hemodialysis Information System Specifications/tor: Core Modules 1. Frontdesk 2. Dialysis 3. His Integration 4. Lis Integration 5. Admin 6. Reports His Connection 1. System Accepts Dialysis Order Transaction From Hospital Information System 2. Support Standard Hl7 Via Realtime Tcp Connection Or File-based 3. Real-time Monitoring Of Dialysis Orders 4. Sends Results To Hospital/clinic Information System 5. Support Hl7 For Update Patient Info, Cancel Admit/transfer/discharge And Other Hl7 Standard Events 6. Supports Other Protocols For His Connection Frontdesk 1. System Allows To Create And Modify The Patient Demographic Information 2. System Allows Unlimited Number Of Patient Registrations 3. System Performs Duplicate Checks To Prevent Assignment Of Duplicate Medical Records At Registration 4. The System Receives Patient Information From The Hospital Patient Management Systems 5. System Computes Patient Age In Years, Months, Weeks, Days, Or Hours 6. Patient Profile Management. Can Disable Adding Of Patient When There Is His Connection 7. Customer Service Showing Test Request Status Of The Patient 8. Printing Of Test Result Forms For Releasing 9. System Generates Consent For Hemodialysis Treatment In Which Patient Will Sign Electronically Using E-signature Pad Lis Connection 1. System Receives Laboratory Results From Lis 2. Support Standard Hl7 Via Realtime Tcp Connection Or File-based Dialysis 1. System Records Patient Pre-dialysis And Post-dialysis Information Like Diagnosis, Transport Status, Mental Status, Vital Signs, Complaints, Location, Severity And Fluid Status 2. System Records Hd Order Parameters Like Treatment Mode, Duration, Frequency, Ufv, Bfr, Dfr, Dialysate Solution, Needle Gauge And Dialyzer And Heparin 3. System Records Vascular Access And Vascular Assessment 4. System Records Locking Solution Either Saline, Heparin And Antibiotic 5. System Records Patient’s Weight, Blood Pressure, Pulse And Rate During Hemodialysis 6. System Records Patient’s Medications Given 7. Entry For Physician’s Order 8. Entry For Progress Notes 9. Entry And Monitoring Of Patient’s Vital Signs 10. Entry And Monitoring Of Problem Hepatitis Profile & Immunization Record 1. Records Patient’s Results On Hepatitis 2. Records Patient’s Immunization Such As Hepatitis B, Influenza And Pneumococcal Vaccines Reports 1. Medical Sheet 2. Physician Order Sheet 3. Complications/adverse Events 4. Clinical Abstract 5. Digital Logs 6. Problem List 7. Discharge Instructions Mobility, Portability 1. System Will Share Resources With Lis Servers. 2. Client-server Architecture 3. Web Based Application User Interface 4. User Workstations A. Can Be Of Any Type Whether A Desktop, Laptop Or Tablet, Or Mobile Phone B. Can Be Of Any Operating System Like Windows, Mac, Android Or Linux C. Can Be Shared With Any Users From Different Sections D. Applications Will Run On A “user” Privilege As Added System And Data Security 5. Network Could Be Wired Or Wireless Performance Requirements 1. No Slow Down On Processing 2. Performance Is Not Affected Even If Database Has Volume Records 3. Performance Is Not Affected Even If More Users Access The System 4. System Is Scalable To Address Future Functionalities And Increase On Volume Transactions And Users 5. System Is Stable And Requires Minimal Shutdown Safety Features 1. Network A. Network Access Is Confined Within The Hospital Local Area Network (lan) B. Dialysis Will Ride-on On Existing Hospital Network Security Measures 2. User-access Level A. Password Protected For Each User Access B. Pre-defined Access Control Per User Level C. Auto-logout On Idle 3. Audit Trail Or Log For All Transactions And Usage Of The System A. Date And Time B. User C. Action Done D. Previous And New Information Value E. Url Accessed 4. Unsolicited Specimen Monitoring A. Monitoring Unsolicited Tests Performed B. Merging/linking Unsolicited Test To Its Official Request 5. System Servers Is Installed At The Data Center Limiting Access Of Users Physically General Requirements 1. System Can Run In A Cloud Environment 2. All Modules Are Web-based 3. Operating System Of Main Server Is Linux Ubuntu 4. System Was Designed By Module To Support Future Needs And Growth Of The Blood Bank 5. System Is Scalable To Accommodate New Branches 6. System Has Central Database For All Modules 7. System Has A Secure Communication 8. System Requires Valid Username And Password For Access 9. System Has Restrictions Depending On User Rights. 10. Provision On Connectivity With Any Third-party Systems In The Future. 11. Unlimited License On Simultaneous Users 12. System Enhancement Is Local In The Philippines 13. Ensure Third-party System Connectivity Like Lis 14. Users And Role Management Warranty At Least Three (3) Years Training/document 1. User Training And System Manual Support 1. Each Relevant Hemodialysis Staff Must Have An Account To Access The Application 2. There Must Be An Application Specialist Or Technical Staff Deployed Within Bohol Or At Least Within Visayas Region 3. There Must Be An Application Specialist Or Technical Staff Who Will Cater To Inquiries And Problems Relating To The Information System 4. Immediate Response Time: 15-20 Minutes 5. The Application Specialist Or Technical Staff Must Respond Or Be Deployed On Site Within 24 Hours From Any Inquiries Or Problems Relating To The Information System 6. Dry Runs Must Be Held Within The Hospital’s Premises To Assess Functionality Of Software Upon Integration With Hospital’s Information System Lot 1 Blood Bank Information System Technical Specification: Must Include These Core Modules 1. Donor & Patient Registration 2. Online Donor Pre-registration Via Website 3. Blood Donation 4. Mobile Blood Donation 5. Blood Request 6. Processing 7. Screening/crossmatching 8. Hematology 9. Transfusion 10. Barcoding 11. Medical/social Declaration 12. Fingerprint Biometric 13. Blood Issuance 14. Blood On Stock General Requirements 1. System Can Run In A Cloud Environment 2. System Was Designed By Module To Support Future Needs And Growth Of The Blood Bank 3. System Is Scalable To Accommodate New Branches 4. System Has Central Database For All Modules 5. System Has A Secure Communication 6. System Requires Valid Username And Password For Access 7. System Has Restrictions Depending On User Rights. 8. Provision On Connectivity With Any Third-party Systems In The Future 9. Unlimited License On Simultaneous Users 10. Ensure Third-party System Connectivity Like Lis 11. Provides Users And Role Management His Connection 1. System Can Accept Blood Typing And Crossmatch Orders From Hospital Information System 2. System Can Accept Patient Blood Request From Hospital Information System 3. Can Trigger Patient Information Query To Hospital Information System To Eliminate Double Entry Of Patient Info On Blood Request 4. Can Support Standard Hl7 Via Real Time Tcp Connection Analyzer Connectivity 1. Can Connect Hematology Analyzers 2. Can Connect Screening Analyzers 3. Can Connect Crossmatch And Blood Typing Analyzers 4. Can Connect Directly To Analyzers To Maximize Automated Setup 5. User Can Configure Different Set Of Reference Ranges Per Analyzer Donor And Patient Registration 1. System Can Create And Modify Person Demographic Information, Wherein A Person Can Be A Donor Or A Patient 2. System Allows Unlimited Number Of Persons Registrations 3. System Performs Duplicate Checks To Prevent Assignment Of Duplicate Medical Records At Registration 4. The System Receives Patient Information From The Hospital Patient Management Systems 5. System Computes Patient Age In Years, Months, Weeks, Days, Or Hours Based On Birthdate 6. Auto-generation Of Serial Number For The Blood 7. Printing Of Test Result Forms For Releasing 8. Profile Can Include Patient/donor’s Photo 9. Can Incorporate Donor’s Fingerprint 10. Can Record And Search Person’s Records Using Fingerprint Biometric 11. Fingerprint Scanner Is Portable And Can Be Brought On Mobile Donation 12. Able To View Person’s Donation And Blood Requests History Online Donor Preregistration 1. Have Website For Online Donor Pre-registration 2. May Schedule Preferred Date And Time Of Blood Donation (and Also Can Limit Time Cut-offs For Donations) 3. Entry Of Donor Data Including Photo 4. Generation Of Qr Code On Successful Submission For Quick Searching Of Records During Front Desk Validation 5. Hosting For The Website Blood Donation 1. Can Provide Selection Of Donation Type Like Voluntary, Patient Replacement, Or Autologous 2. Can Provide Selection Of Extraction Type Whether Conventional Or Apheresis 3. Physical Exam Data Recording 4. Can Provide Definable Medical History And Declarations’ Questionnaires 5. Can Tag Donors As Temporary Deferred Until Certain Number Of Days Depending On Reasons Like Medications, Vaccines And Diseases 6. Can Provide Hematology Test Selection And Automatic Routing To Lab/analyzer For Processing 7. Can Provide Screening Selection And Automatic Routing To Lab/analyzer For Processing 8. Can Provide Consent Form Which Can Be Signed Using E-signature Pad Or Fingerprint Biometric 9. Can Validate Basic Donation Requirements Like Interval From Previous Donation, Weight, Age And Donor Status Whether Permanently Or Temporary Deferred 10. Can Input And View Donor Physical Exam, Donor Donation History, And Donor Assessment 11. Have Configurable Medical History And Declarations’ Questionnaires 12. Have Dashboard Showing Ongoing Donations And Its Status Blood Request 1. Entry Of Blood Request Including Component, Volume And Quantity 2. Receiving Of Blood Request From His 3. Can View Dashboard Showing All Blood Request With Their Status 4. Can Assign Blood Units To Patient Following First-expiry- First-out Basis Based On Blood Expiration Date 5. Can View Crossmatching Test Of Patient’s Blood And Assigned Blood Units 6. Can Use E-signature Pad On Signing Receiving Logbook During Issuance Blood Processing 1. Can Record Component Processing Details 2. Can Provide Automatic Update On Blood Pool Upon Successful Component Preparation 3. Can Print Barcode Labels For Blood Bag Blood Inventory 1. Can Show Blood Inventory Count Of Blood Available Based On Blood Type, Components And Status Whether Assigned, Reserved, Expired, Near To Expire 2. Can Archive All Donated Blood And Blood From Other Centers And Institutions 4. Can Display Available Components Grouped By Status, Blood Type, Component Type And Days Of Expiration. 5. Can Manually Register Blood From Other Institution Mobile Donation 1. Can Access Workstations On The Site 2. Able To Advance Print Barcode Labels That Will Be Used On Tagging Donor’s Form, Test Tube And Blood Bag 3. Encoding Of Donations Using Excel For Uploading To The System Blood Transfusion Can Record Of Blood Transfusion And Transfusion Reactions (if Applicable) Barcoding Module 1. Can Support All Type Of Barcode Format Like Code128, Ean13 And Code 39 To Ensure All Analyzers Barcode Readers Are Supported 2. Can Support Both Numeric And Characters On Barcoding 3. System Can Automatically Generate Serial Number For The Blood 4. Customize Contents On Barcode Including Serial Number, Results Of Screening, Component, Blood Type, Etc 5. Supports Different Brands And Models Of Barcode Printers Reports (able To Generate The Following) 1. Blood Donation Logs 2. Blood Request Logs 3. Blood On-stock Count 4. Inventory Of Blood Received From Other Blood Service Facilities (bsf) 5. Inventory Of Blood Received From Philippine National Red Cross (pnrc) 6. Blood Donors By Age And Gender 7. Blood Donors Demographic 8. Transfused Blood Units 9. Patient Transfused By Age And Gender 10. Additional Reports Requested By Users 11. Reports As Daily, Weekly, Monthly, And Date Range 12. Reports Can Be Exported To Excel And Pdf Files 13. Reports In Tabular And Graphical Format 14. Audit-trail Of All Transactions And Works Performed By Users 15. Generates Crossmatch-to-transfusion (ct) Ratio As Daily, Weekly, Monthly, And Date Range Mobility, Portability (must Have Or Provides The Following) 1. Servers Must Be Installed At The Data Center Of The Hospital Or On Cloud 2. Client-server Architecture 3. Electronic Online Interfacing 4. Web Based Application User Interface 5. User Workstations A. Can Be Accessed From Any Type Whether A Desktop, Laptop Or Tablet (by Any Operating System Such As Windows, Mac, Android Or Linux) C. Can Be Shared With Any Users From Different Sections D. Applications Can Run On A “user” Privilege As Added System And Data Security 6. Network Can Be Wired Or Wireless Performance Requirements 1. No Slow Down On Processing 2. Performance Is Not Affected Even If Database Has Volume Records 3. Performance Is Not Affected Even If More Users Access The System 4. System Is Scalable To Address Future Functionalities And Increase On Volume Transactions And Users 5. System Is Stable And Requires Minimal Shutdown Safety Features 1. Network A. Network May Be Accessed Confined Within Blood Bank, Hospital Local Area Network (lan), Or At The Mobile Blood Donation Site (thru Vpn) B. System Can Ride-on On Existing Hospital Network Security Measures 2. Can Configure User-access Level A. Password Protected For Each User Access B. Pre-defined Access Control Per User Level C. Auto-logout On Idle 3. Can Generate Audit Trail Or Log For All Transactions And Usage Of The System A. Date And Time B. User C. Action Done D. Previous And New Information Value E. Url Accessed 4. Can Track Unsolicited Specimens A. Monitoring Unsolicited Tests Performed B. Merging/linking Unsolicited Test To Its Official Request 5. System Servers Is Installed At The Data Center Limiting Access Of Users Physically Training/document - User Training For Relevant Staff And System Manual Must Be Provided Support - Each Relevant Laboratory Staff Must Have An Account To Access The Application - There Must Be An Application Specialist Or Technical Staff Deployed Within Bohol Or At Least Within Visayas Region - There Must Be Application Specialist Or Technical Staff Who Will Cater To Inquiries And Problems Relating The Information System - Immediate Response Time: 15-20 Minutes - The Application Specialist Or Technical Staff Must Respond Or Be Deployed On Site Within 24 Hours From Any Inquiries Or Problems Relating To The Information System - Dry Runs Must Be Held Within The Hospital’s Premises To Assess Functionality Of Software Upon Integration With Hospital’s Information System At Least Three (3) Years Warranty Lot 1 Histopathology Information System Technical Specifications: Must Include These Core Modules 1. Front Desk 2. Gross 3. Tissue Processing 4. Reading 5. Barcoding 6. Admin 7. Result Forms 8. Reports Generation Specimen Registration 1. System Must Be Capable Of Creating And Reading A Generated Barcode (patient’s Name, Specimen, And Number Of Specimens). 2. System Must Be Able To Tag A Specimen As Prio Depending On The Criteria Set By The Department. 3. System Must Have A List Of The Histopathology Tests: Biopsy (small, Medium, Large, Extra-large), Non-gynecologic Cytology/cell Block, Fine Needle Aspirate Biopsy (fnab), Gynecologic Cytology (pap’s Smear), Immunohistochemistry (ihc), Peripheral Blood Smear, Bone Marrow Aspiration Study, Frozen Section Biopsy, Review Of Case Report, And Rapid On-site Evaluation. 4. System Must Allow Input Of Brief Specimen Condition Upon Receipt (e.g., Bloody Csf). 5. System Must Be Able To Automatically Assign The Resident In -charge, On-duty Screener, And Specimen Organ System. 6. System Must Be Able To Generate Expected Turn-around-time Depending On The Type Of Specimen Submitted. 7. System Must Be Able To Update The Technical Work List In Real Time And Follow The Progress Of The Workflow. Grossing 1. System Can Allow Both Scanning Of Barcodes And Manual Input Of Data Provided That The Latter Is Done By Authorized Resident Pathologist. 2. System Can Enable Direct Access To Patient History, Imaging Result, Intraoperative Findings, And Resident In-charge (ric) Contact Number. 3. System Can Allow Standardized Protocols For Grossing, And Use Predefined Specimen Description And Sampling. 4. System Can Allow Manual Input Of Gross Dictation. Tissue Processing 1. System Can Locate Requests Easily, Respect The Turnaround Time For All Types Of Requests, And Have A Global View Of The Work In Progress. 2. System Can Notify Delay In Turnaround Time In Each Step Of The Whole Process. 3. System Can Enable Authorized Histopathology Staff To Input Reason/s For Delay. 4. System Can Allow Color-coded Process Status In Histopathology. Screening And Generation Of Official Histopathology Result 1. System Can Allow Input Of Reason For Rejection, Reprocess, Recut, And Reposition Of Endorsed Slides And Reason For Retrieval Of Specimen. - Allows Remote Input Of Data (with Vpn) 2. System Can Enable Direct Access To Patient History, Imaging Result, Intraoperative Findings, And Ric’s Contact Number. 3. System Can Correlate Current Cases With Previous Results. 4. System Must Have Has A User-friendly Interface For Input Of Initial Reading By Ric And Final Reading Of Pathologist. 5. System Can Allow Standardized Protocol Templates For Synoptic Reporting (e.g., Cap Protocol). 6. System Can Notify Resident-in-charge Of Pending Cases For Sign-out. 7. System Must Be Capable Of Remote Access For Checking Or Revision Of Reports Before Sending To His. 8. System Can Allow Different Means Of Sending Reports (electronic, Hardcopies). Specimen Storage And Disposal 1. System Can Allow Scanning Of Barcodes For Specimen Storage In The Morgue. 2. System Can Notify Specimens With Final Histopathology Results Due For Disposal Depending On The Retention Period Set By The Department. 3. System Can Allow Morgue Staff To Input Remarks For Retrieved Specimens. Documentation Reports & Inventory 1. System Can Customize The Following Forms Based On The Iso Approved Template: - Permanent Section Biopsy - Frozen Section Biopsy/rapid On-site Evaluation - Review Of Slides - Non-gynecologic Cytology (fnab, Fluid Cytology, Cell Block) - Gynecologic Cytology (pap’s Smear) - Ihc 2. System Can Provide A Drop-down List Of Common Reasons For Delay In Each Step Of The Process. 3. System Can Provide A Drop-down List Of Common Reasons For Reprocess, Recut, And Reposition Of Slides, Or Retrieval Of Specimens. 4. System Can Generate List And Statistical Reports Based On: - Organ System - Malignant/benign - Pathologist - Requesting Department (obgyn, Gs, Ortho) - Frozen Section Biopsy - Rapid On-site Evaluation 5. System Can Search Patients By Diagnosis, Or Key Words. 6. System Can Export Data In A Database/spreadsheet Compatible Format. 7. System Can Generate Monthly Reports Containing Patient’s Name, Accession Code, Gross Web/database Server 1. Quantity: 1 Unit 2. Form Factor: 1u Tower-type Server 3. Processor: Intel Xeon 4. Memory: 16gb 5. Hard Drive/storage: 2x1tb 6. Raid Setup: Raid 1 7. Network Controller: 1gb Ethernet Adapter 2 Ports 8. Operating System: Linux Ups 1. Quantity: 1 Unit 2. Capacity: At Least 2200va 3. With Built-in Automatic Voltage Regulator 4. With At Least 6 X 220volts Grounded Outlets 5. With Surge Protection 6. Distinctive Audible Alarm For Low Battery And Overload Training/document - User Training For Relevant Staff And System Manual Must Be Provided Support - Each Relevant Laboratory Staff Must Have An Account To Access The Application - There Must Be An Application Specialist Or Technical Staff Deployed Within Bohol Or At Least Within Visayas Region - There Must Be Application Specialist Or Technical Staff Who Will Cater To Inquiries And Problems Relating The Information System - Immediate Response Time: 15-20 Minutes - The Application Specialist Or Technical Staff Must Respond Or Be Deployed On Site Within 24 Hours From Any Inquiries Or Problems Relating To The Information System - Dry Runs Must Be Held Within The Hospital’s Premises To Assess Functionality Of Software Upon Integration With Hospital’s Information System At Least Three (3) Years Warranty Grand Total: 6,000,000.00 ----------------------------------------------------- Nothing Follows -------------------------------------------------
Closing Date21 May 2025
Tender AmountPHP 6 Million (USD 107.6 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Electrical Works
United States
Description: Combined Synopsis Solicitation Newington Vamc Newington Chiller Upgrades
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number Is 36c24125q0361 And The Solicitation Is Issued As A Request For Quotation (rfq).
(iii) A Statement That The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03.
(iv) This Requirement Is Being Issued As An Sdvosb Set-aside. The Associated Naics 238220 And Small Business Size Standard Is $16.5 Million.
(v) The Government Intends To Award A Firm-fixed Price Award For Newington Chiller Upgrades At The Newington Vamc. Please See The Attached Performance Work Statement For Full Requirement Details. Please Complete The Price Schedule Below And Submit With The Quote Submission.
(vi) The Contractor Shall Provide All Resources Necessary To Provide Newington Chiller Upgrades Iaw The Attached (performance Work Statement). Please See The Attached Pws For Full Requirement Details.
(vii) The Place Of Performance Is Newington Connecticut As Described Per The (performance Work Statement).
(viii) Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition In Addition To The Following Addenda S To The Provision: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-7 System For Award Management (oct 2018); 52.204-16 Commercial And Government Entity Code Reporting (jul 2016); 52.217-5 Evaluation Of Options (jul 1990); 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
(ix) Provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Requirement.
site Visit: 555 Willard Ave, Newington Ct 06111, Bld 65 April 10, 2025, At 10:00 Am
submission Of Quotes:
(1) Quotes Shall Be Received On Or Before The Date And Time Specified In Section (xv) Of This Solicitation. Note: Offers Received After The Due Date And Time Shall Not Be Considered.
(2) Offerors Shall Submit Their Quotes Electronically Via Email To Tnauri.woodbridge@va.gov.
(3) Questions: Questions Shall Be Submitted To The Contracting Officer In Writing Via E-mail. Oral Questions Are Not Acceptable Due To The Possibility Of Misunderstanding Or Misinterpretation. The Cut-off Date And Time For Receipt Of Questions Is April-15- 2025 By 12:00 Pm Est. Questions Received After This Date And Time May Not Be Answered. Questions Shall Be Answered In A Formal Amendment To The Solicitation So All Interested Parties Can See The Answers.
(4) Quote Format: The Submission Should Be Clearly Indexed And Logically Assembled In Order Of The Evaluation Criteria Below. All Pages Of The Quote Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date And Solicitation Number In The Header And/or Footer.
evaluation Process:
award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process.
offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15.
the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:â
price (follow These Instructions):
offeror Shall Complete Attachment 1 - Price Schedule, With Offerors Proposed Contract Line Item Prices Inserted In Appropriate Spaces.â
past Performance:
offeror Shall Utilize Attachment 2 Past Performance Worksheet To Provide At Least One (1) But No More Than (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The (performance Work Statement). References May Be Checked By The Contracting Officer To Ensure Your Company Is Capable Of Performing The Statement Of Work.â The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources.
technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The (performance Work Statement) In A Timely Efficient Manner.â
contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The (performance Work Statement).
contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The (performance Work Statement).
if You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort.
sam: Interested Parties Shall Be Registered In System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam In Sufficient Time To Meet The Va S Requirement Will Be Ineligible To Receive A Government Contract. This Determination Will Be At The Discretion Of The Contracting Officer.
vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Interested Parties With No Prior Va Contracts Can Request A Form 10091 At Any Time.
(x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy.
(xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.204-16 Commercial And Government Entity Code Maintenance (jul 2016); 52.219-6 Notice Of Total Small Business Set-aside; 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (dec 2013); 852.203-70 Commercial Advertising (may 2008); 852.232-72 Electronic Submission Of Payment Requests (nov 2018)
subcontracting Commitments - Monitoring And Compliance
this Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments.
(xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (wage Determination Applicable (manchester 2015-4019 Rev 23 Posted On Beta.sam.gov)
(xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above.
(xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement.
(xv) Rfq Responses Are Due 18 April 2025 By 10:00 Am Est. Rfq Responses Must Be Submitted Via Email To: Tnauri.woodbridge@va.gov. Hand Deliveries Shall Not Be Accepted.
(xvi) The Poc Of This Solicitation Is Tnauri.woodbridge@va.gov)
attachment 1
price Schedule
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
newington Chiller Upgrades
1.00
jb
__________________
__________________
grand Total
__________________
attachment 2
past Performance Worksheet
1. Name Of Contracting Activity, Government Agency, Commercial Firm Or Other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date Of Contract Award:
5. Beginning Date Of Contract:
6. Completion Date Of Contract:
7. Contract Value:
8. Type Of Contract:
9a. Technical Point Of Contact:
9b. Contracting Point Of Contact:
name:
name:
title:
title:
address:
address:
telephone:
telephone:
email:
email:
10. Place Of Performance:
11. Description Of Work (use A Continuation Sheet If Necessary):
12. List Any Commendations Or Awards Received:
13. List Of Major Subcontractors:
attachment 3
performance Work Statement
background
the Newington Va Medical Center Has 3 Mcquay Xxx Chiller Units That Provide The Cooling For The Facility. Currently, 2 Of The Units Are In Immediate Need Of Maintenance And Rebuilds. The Current Company, Daikin, Owns The Mcquay Brand Of Chillers And Provides A Trained Service To These Units With Certified Parts And Trained Technicians. Most Of The Seals And Gaskets Need To Be Replaced. Motors And Pumps Require Cleaning And Tuning. This Project Is To Conduct A Full Inspection And Rebuild Of The Mcquay Chillers By The Manufacturer. It Is Critical To Complete This Scope Of Work Prior To The Cooling Season / Hot Weather Of 2025.
scope Of Work
the Purpose Of This Statement Of Work Is To Complete Thorough Inspections And Detailed Repairs/upgrades To The Newington Medical Center S Chiller Units 1 & 2. Both Units Are Air-cooled Mcquay C251245yy2ra
the Work Is To Be Completed While The Chiller Is Offline Prior To Cooling Season. This Project Will Provide A Complete Overhaul Of The Chiller Providing All Required Routine Maintenance And Replacement Of All Consumables And Any Un-serviceable Parts.
the Contractor S Responsibility Of This Contract Includes, But Is Not Limited To The Following:
provide All Labor, Materials, Tools, Equipment, Applicable State Licenses And Permits To Accomplish This Sow.
provide A Complete Accident Prevention Plan / Safety Plan For Approval By Va Safety And Facilities Management Services
provide Containment Of Work Area As Required By Va Safety & Infection Control Standards
identify Any Applicable Power Breakers For Equipment To Be Locked Out / Tagged Out And Ensure Breakers Are Properly Labeled. Contractor Responsible For All Lo/to Plans, Coordination With Va Fms. Contractor Responsible For Any Locks, Tags, Hasps, Breaker Lockouts That May Be Required Onsite.
identify And Lock Out Main Breaker(s) At The Source Panels.
coordinate With Va Fms For Any Proposed Utility Shutdowns To Complete Work Safely.
provide Lock Out / Tag Out Of Any Water, Steam Or Other Facilities That Could Present A Hazard.
ensure Chiller Controls Are Repaired And Functioning On Newington Bms Controls Within New Control Room.
coordinate With Fms & Boiler Plant Supervisor To Ensure All Alarms, And Control Panels Meet Current Facility Needs.
conduct Thorough Inspections Of Mcquay Chiller Units At Va Newington, Ct Medical Center
add A Separate Line Item In Scope To Include All Refrigerant Needed To Fully Re-charge Chiller Units As Required.
remove And Dispose Of Any Refrigerant, Freon, Or Other Hazardous Materials Via Proper Va, State And Federal Epa Requirements.
procure All Replacement Oem Parts Certified By Manufacturer.
Present Va Fms With Any Submittals For All Materials, Ensuring They Meet Manufacturer And Va Standards.
Provide Va Fms With Any And All Updated Maintenance Manuals Via Digital And Hard Copies.
Provide Va Fms With A Basic Schedule And All Anticipated Completion Dates For Project.
Coordinate With Va Fms For All Waste Removal, Dumpster, And Housekeeping Plans.
Adhere To All Va Safety Requirements For Work In Boiler Plant.
All Disposable Materials Shall Be Removed From The Facility By The Contractor And Disposed Of In Accordance With Applicable State Environmental Protection Regulations. Disposal Of Construction Byproducts Shall Be Made At The Contractor S Expense. Debris Shall Not Be Left In Such A Manner That Airflow Or Other Motion Could Cause The Debris To Be Scattered Outside Of The Work Area Or Within The Facilities Via Local Foot Traffic.
All Work To Be Done During Normal Operation Hours. Any Request For Off Hours Work To Be Coordinated With Cor (cornelius Finnegan) And (mike Olechnicki) Va Boiler Supervisor.
The Contractor Shall Verify All Existing Utility Installations And Take Appropriate Action Prior To Working In The Vicinity Of Utility Services (electrical, Plumbing, Hvac, Etc.).
Contractor Policies And Procedures Shall Comply With Va Privacy And Security Policy, The Privacy Act And Health Insurance Portability And Accountability Act (hipaa).
all Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Va Designee. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Va Designee A Valid (non-expired) Photo Identification Issued By A Us Federal, State Or Local Government Agency. Contractors Can Check In At Bldg 3 Fms Office To Sign In And Secure Contractor Passes As Needed.
the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data.
the Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.].
no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules.
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
1.1: Existing Mcquay Chiller To Be Rebuilt Newington, Ct
appendix A
infection Prevention Measures
implement The Requirements Of Va Medical Center S Infection Control Risk Assessment (icra) Team. Icra May Monitor Dust, In The Vicinity Of The Construction Work, And Require The Contractor To Take Corrective Action Immediately If Safe Levels Are Exceeded.
establish And Maintain A Dust Control Program As Part Of The Contractor S Infection Preventative Measures In Accordance With The Guidelines Provided By Icra As Specified Herein. Prior To Start Of Work, Prepare A Plan Detailing Project-specific Dust Protection Measures, Including Periodic Status Reports, And Submit Them To The Cor And To The Icra Team For Compliance Review In Accordance With Section 01340, Samples And Shop Drawings.
all Personnel Involved In The Construction Or Renovation Activity Shall Be Educated And Trained In Infection Prevention Measures Established By The Medical Center.
medical Center Infection Control Personnel Shall Monitor For Airborne Disease (e.g. Aspergillosis) As Appropriate During Construction. A Baseline Of Conditions May Be Established By The Medical Center Prior To The Start Of Work And Periodically During The Construction Stage To Determine Impact Of Construction Activities On Indoor Air Quality. In Addition:
the Cor And Vamc Infection Control Personnel Shall Review Pressure Differential Monitoring Documentation To Verify That Pressure Differential In The Construction Zone Is Acceptable. The Requirement For Negative Air Pressure In The Construction Zone Shall Depend On The Location And Type Of Activity. Upon Notification, The Contractor Shall Implement Corrective Measures To Restore Proper Pressure Differential As Needed.
in The Event Of Unacceptable Environmental Conditions, The Medical Center, With Assistance From The Contractor, Shall Conduct An Environmental Assessment And Take Corrective Actions As Needed To Find And Eliminate The Source.
in General, The Following Preventative Measures Shall Be Adopted During Construction To Keep Down Dust And Prevent Mold.
dampen Debris To Keep Down Dust And Provide Temporary Construction Partitions From Existing Structures Where Agreed Upon With The Cor. Blank Off Ducts And Diffusers To Prevent Circulation Of Dust Into Occupied Areas During Construction.
prior To Initiating A Dust Control Program, Review The Site To Determine The Effects Of Blocking Hvac Ducts And Their Impact On Existing Air Handling Systems That Must Remain Operational. The Method Of Capping Off Hvac Ducts Shall Withstand Airflow And Be Dust Tight.
construct Anteroom To Maintain Negative Airflow From Clean Area Through Anteroom And Into Work Area Where Required.
high Risk Patient Care Areas May Require Additional Measures Like Air Locks, Special Signage, Smoke, And Negative Pressure Alarms As Needed.
the Contractor Shall Identify High Risk Patient Care Areas Clearly On The Drawings And Work With Medical Center Personnel To Achieve Desired Level Of Isolation. The Method Of Isolation Shall Be Suited To The Nature Of Work Taking Place And Risk To Personnel Or Patients.
do Not Perform Dust- Producing Tasks Within Occupied Areas Without The Approval Of The Cor. For Construction In Any Areas That Will Remain Jointly Occupied By The Medical Center And Contractor S Workers, The Contractor Shall:
provide Dust Proof Fire-rated Temporary Construction Barriers To Separate The Construction Space From The Operational Areas Of The Hospital. Barriers Shall Be Sealed And Made Presentable On The Hospital Occupied Side. Install A Self-closing Fire Rated Door With A Metal Frame, Commensurate With The Partition, To Allow Worker Access. Always Maintain Negative Air Pressure In The Construction Space, Up To The Barrier Door. A Fire-retardant Polystyrene, 6-mil Thick Or Greater Plastic Barrier Meeting Local Fire Codes May Be Used Where Dust Control Is The Only Hazard, And An Agreement Is Reached With The Cor And Medical Center.
hepa (high Efficiency Particulate Accumulator) Filtration Is Required Where The Exhaust Dust May Reenter The Breathing Zone. Contractor Shall Verify That Construction Exhaust To Exterior Is Not Reintroduced To The Medical Center Through Intake Vents Or Building Openings. Install Hepa Filter Vacuum System Rated At 95% Capture Of 0.3 Microns Including Pollen, Mold Spores And Dust Particles. Ensure Continuous Negative Air Pressure Within The Work Area. Hepa Filters Should Have Ashrae 85 Or Other Pre-filter To Extend The Useful Life Of The Hepa. Provide Both Primary And Secondary Filtrations Units. Exhaust Hoses Shall Be Heavy Duty, Flexible Steel Reinforced, And Function Such That Dust Is Not Reintroduced To The Medical Center.
adhesive Walk-off/carpet Walk-off Mats, Minimum 24 X 36 , Shall Be Used At All Interior Transitions From The Construction Area To Occupy Medical Center Area. These Mats Shall Be Changed As Often As Required To Always Maintain Clean Work Areas Directly Outside Construction Area.
vacuum And Wet Mop All Transition Areas From Construction To The Occupied Medical Center At The End Of Each Workday. Vacuum Shall Utilize Hepa Filtration. Maintain Surrounding Area Clean Frequently. Remove Debris As It Is Created And Dispose Of It Appropriately.
the Contractor Shall Not Haul Debris Through Patient-care Areas Without Prior Approval Of The Cor And The Medical Center. When, Approved, Debris Shall Be Hauled In Enclosed Dust Proof Containers Or Wrapped In Plastic And Sealed With Duct Tape. No Sharp Objects Should Protrude Or Be Allowed To Cut Through The Plastic. Wipe Down The Exterior Of The Containers With A Damp Rag To Remove Dust. All Equipment, Tools, Material, Etc. Transported Through Occupied Areas Shall Be Made Free From Dust And Moisture By Vacuuming And Wipe Down As Needed.
using A Hepa Vacuum, Clean Inside The Barrier And Vacuum Ceiling Tile Prior To Replacement. Any Ceiling Access Panels Opened For Investigation Beyond Sealed Areas Shall Be Sealed Immediately When Unattended.
there Shall Be No Standing Water During Construction. This Includes Water In Equipment Drip Pans And Open Containers Within The Construction Areas. All Accidental Spills Must Be Cleaned Up And Dried Within 12 Hours. Remove And Dispose Of Porous Materials That Remain Damp For More Than 72 Hours.
at Completion, Remove Construction Barriers, Ceiling Protection Or Other Temporary Construction Materials Carefully, And Outside Of Normal Hospital Operating Hours Or As Agreed Upon With The Cor And Medical Staff. Vacuum And Clean All Surfaces To Be Free Of Dust After Removal.
final Cleanup:
upon Completion Of The Project, Or As Work Progresses, Remove All Construction Debris From The Ceiling, Vertical Shafts And Utility Chases That Have Been Part Of The Construction.
perform Hepa Vacuum Cleaning Of All Surfaces In The Construction Area. This Includes Walls, Ceilings, Cabinets, Furniture (built-in Or Free Standing), Partitions, Flooring, Etc.
all New Air Ducts Shall Be Cleaned Prior To Final Inspection.
end Of Appendix
appendix B
va Information And Information System Security/privacy Language For Inclusion Into Contracts, As Appropriate
general
contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security.
access To Va Information And Va Information Systems
a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order.
all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures.
contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s> Defense Industry Contractor Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bid, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Secretary Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness.
custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor.
the Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor S Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination.
va Information Custodial Language
information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor S Rights To Use Data As Described In Rights In Data General, Far 52.227-14(d) (1).
va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On-site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements.
prior To Terminator Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1 Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract.
the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Policies In This Contract.
the Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed.
if Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12.
if A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship.
the Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated.
the Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request.
except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response.
notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above-mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response.
for Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor.
information System Design And Development
information Systems That Are Designed Or Developed For On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designation In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment.
the Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required.
the Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default Program Files Directory And Silently Install And Uninstall.
applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges.
the Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle.
the Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties.
the Contractor/subcontractor Agrees To:
comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies:
the Systems Of Records (sor); And
the Design, Development, Or Operation Work That The Contractor/subcontractor Is To Perform.
include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And
include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor.
in The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency.
Operation Of A System Of Records Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records.
Record Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person S Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph.
System Of Records Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual.
the A/e Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As Systems ), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The A/e Anywhere In The Systems Including Operating Systems And Firmware. The A/e Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems.
the A/e Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 7 Days.
when The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The A/e Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The System Within 10 Working Days. When The A/e Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 7 Days.
all Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology.
information System Hosting, Operation, Maintenance, Or Use
for Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerability Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Must Be Equivalent To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va S Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation.
adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii.
outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor S Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government-owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks.
the Contractor/subcontractor S System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va S Poa&m Management Process. The Contractor/subcontractor Must Use Va S Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re-authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary.
the Contractor/subcontractor Must Conduct An Annual Self-assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost.
va Prohibits The Installation And Use Of Personally Owned Or Contractor/subcontractor-owned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow, Or Contract. All The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Or Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclaved Based) Firewall That Is Configured With A Va-approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe.
all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract.
bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The A/e At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
a/e Must Accept The System Without The Drive.
va S Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then.
the Equipment A/e Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And
any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation.
security Incident Investigation
the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosures Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access.
to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant.
with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement.
in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.
liquidated Damages For Data Breach
consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract.
the Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term Data Breach Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed For, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following:
nature Of The Event (loss, Theft, Unauthorized Access).
description Of The Event, Including
date Of Occurrence
data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code.
number Of Individuals Affected Or Potentially Affected.
names Of Individuals Or Groups Affected Or Potentially Affected.
ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text.
amount Of Time The Data Has Been Out Of Va Control.
the Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons).
known Misuses Of Data Containing Personal Information, If Any.
assessment Of The Potential Harm To The Affected Individuals.
data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And
whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised.
based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $37.50 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following:
notification.
one Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports.
data Breach Analysis.
fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution.
one Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And
necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs.
security Controls Compliance Testing
on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-days Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time.
training
all Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems:
sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems.
successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training.
successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And
successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-1 6, Information Technology Security Training Requirements.]
the Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required.
failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
end Of Appendix
C Finnegan Va Fms Construction Control Rep / Cor
Closing Date18 Apr 2025
Tender AmountRefer Documents
Philippine Commission On Women Tender
Others
Philippines
Details: Description Title Of The Position: Events Organizer For The 2025 Gfps Convention Reporting Lines: Chief Gad Specialist And Supervising Gad Specialist Of Pcw- Technical Services And Regional Coordination Division (tsrcd) Source Of Fund: General Appropriations Act Approved Budget For The Contract (abc): Php 990,000.00 Station: Technical Services And Regional Coordination Division (tsrcd) Duration: May 30, 2025 - September 30, 2025 Rationale The Year 2025 Marks A Significant Milestone As Pcw Celebrates Its 50th Founding Anniversary, A Momentous Occasion To Reflect On The Five Decades Of Progress, Challenges, And Collective Action In Advancing Gender Equality In The Philippines. Over The Years, Pcw Has Led Efforts In Gender-responsive Governance, Which Includes Addressing Gender Gaps And Advocating For Women’s Empowerment In All Sectors As Well As Building And Strengthening The Capacity Of The Gfps To Carry Out The Mandate On Mainstreaming Gad Under Republic Act No. 9710 Or The Magna Carta Of Women (mcw) And Other Relevant Laws. Additionally, 2025 Is A Milestone Year For Other Major National And International Commitments, Including: 45th Anniversary Of The Philippines’ Ratification Of The Convention On The Elimination Of All Forms Of Discrimination Against Women (cedaw) – The Philippines Ratified Cedaw In 1981, Reinforcing Its Commitment To International Human Rights Standards On Women. This Anniversary Serves As A Call To Strengthen Compliance With Cedaw Obligations And Enhance Legal Frameworks To Respect, Protect And Fulfill Women’s Rights. 30th Anniversary Of The Beijing Platform For Action (bpfa) – A Landmark Global Agenda For Gender Equality And Women’s Empowerment, Adopted At The Fourth World Conference On Women In 1995. This Anniversary Provides An Opportunity To Assess National Achievements And Challenges In Implementing The Philippines’ Bpfa Commitments. 16th Year Anniversary Of The Passage Of Republic Act 9710 Or The Magna Carta Of Women And Updating The Progress Of Its Implementation For The Period 2022 To 2024. 30th Year Of The Gad Budget Policy (ra 7845, General Appropriations Act Of 1995) – The Philippines Was One Of The First Countries To Mandate Gender-responsive Budgeting By Requiring All Government Agencies To Allocate At Least Five Percent Of Their Total Budget To Gad Programs, Activities, And Projects. This Policy Has Been Instrumental In Ensuring Sustained Budgetary Support For Gad Initiatives. 30-year Culmination Of The Philippine Plan For Gender-responsive Development (ppgd 1995-2025) – The Ppgd Was Developed As A Long-term Roadmap To Integrate Gender Perspectives Into National Development Efforts. As This Plan Reaches Its Conclusion, There Is A Need To Consolidate Its Gains, Evaluate Its Impact And Shape The Next Phase Of Gender-responsive Planning In The Country. Culmination Of The Final Timeslice Of The Ppgd Which Is The Gender Equality And Women Empowerment (gewe) Plan 2019 - 2025, In Which The Agencies Are Mandated To Implement, Monitor And Evaluate. Given These Significant Milestones, Pcw, Through Its Technical Services And Regional Coordination Division, Will Spearhead The 5th National Gad Focal Point System (gfps) Convention As A Landmark Gathering To Bring Together National Gfps Members, Gender Advocates, Policymakers, And Other Key Stakeholders. This Event Also Holds Special Significance As It Marks The First National Assembly Of All Gfps Members In The Last 11 Years, Following The Last Convention/assembly In 2014. Over The Past Decade, Gender Mainstreaming Efforts Have Advanced, But Critical Gaps And Emerging Challenges Remain. Thus, This Three-day Convention Will Serve As A Crucial Platform To: Assess The Progress Of Mcw Implementation As Well As The Progress And Gains Of Implementing Key National And International Commitments, Which Includes Cedaw, Bpfa, And The Ppgd/gewe Plan; Update The Gfps On The Developments, Changes, And Challenges In Gender Mainstreaming And Gender-responsive Development Planning; Strengthen The Role Of Gfps Members In Gender Mainstreaming; Showcase Best Practices In Gender-responsive Governance; And Foster Inter-agency Collaboration For Sustained Advocacy On Gender Equality And Women’s Empowerment. As Pcw Celebrates 50 Years Of Championing Gender Equality And The Empowerment Of Women And Girls, This Convention Is A Timely And Necessary Gathering To Reaffirm The Government’s Commitment To Advancing Women’s Rights And Ensuring A More Inclusive, Equitable, And Gender-responsive Society. With The Principle Of “no One Is Left Behind”, The 5th National Gfps Convention Will Be Held As Gender Equality Remains A National Priority And A Shared Responsibility Across All Sectors Of Society. To Ensure That The 5th National Gfps Convention Will Meet Its Target Objectives, There Is A Need To Engage An Events Organizer With A Compelling Track Record And Experience On Events Management To Oversee The End-to-end Planning, Organization, And Execution Of The National Gender And Development Focal Point System (gfps) Convention. The Events Organizer Will Execute The Seamless Implementation Of All Event Components, Including Program Management, Logistics, Participant Coordination, And Technical Requirements, To Deliver A Well-organized, Engaging, And Impactful Convention. The Role Also Involves Liaising With Key Stakeholders, Managing Service Providers, And Ensuring That The Convention Aligns With Pcw’s Goals Of Strengthening The Gfps Network And Advancing Gender Mainstreaming Initiatives In The Country. General Objective/s The Convention Aims To: Present And Discuss The Most Recent Gad-related Developments In Terms Of The Policies And Issuances; Strengthen The Capacities Of Gfps Members And Other Stakeholders Through Thematic Parallel Sessions; Share Lessons And Good Practices On Implementing Gender Mainstreaming Within Agencies; Celebrate Milestones And Recognize Contributions In Advancing Gender Equality And Women Empowerment. Expected Outputs/deliverables The Pcw-tsrcd Will Require The Services Of An Events Organizer With Proven Expertise, Track Record And Experience On Event Management Covering Significant And Expected Tasks Of The National Gad Focal Point System Convention Such As Concept Execution, Management Of The Overall Program, As Well As The Development And/or Production, Procurement And Delivery Of Essential Collaterals, Materials, And Event Equipment. For This Engagement, The Following Outputs Will Be Expected: Concept Execution, Design, Lay-out And Printing Of The National Gfps Convention Program, Assembly Backdrop, Roll-up Banner, And Tarpaulin Event Branding Slides Certificates Of Participation For Convention Participants Certificates Of Appreciation For Resource Persons, Facilitators And Panelists Publication Moving Standby Video Featuring The Convention Theme Development, Procurement And Delivery Of Approved Convention Collaterals Provision Of A Led Wall With Monitor And 1 Unit Monitor Screen (tv) For Stage Stage Set-up And Design Main Hall Layout And Room Layout For Breakout Sessions (in Coordination With The Convention Coordinator) Photo Booth Photo And Video Documentation Of Event Highlights To Be Developed Into A Same-day Edit Video That Will Be Shown On The Last Day Of The Activity And Will Also Be Used For Press Release Scope Of Work The Event Organizer Is Expected To Assist The Tscrd In The Preparatory Activities, Actual Assembly, And Post-activities Of The Gfps Convention To Be Held On August 13-15, 2025 In An Events Place Within Metro Manila. The Engagement Is Expected To Start On May 30, 2025 Until September 30, 2025 For A Total Of Four (4) Months. Specifically, The Event Organizer Is Expected To Deliver The Following Services And Outputs In Close Coordination With The Convention Coordinator, Lead Coordinator, Supervising Gad Specialist And Chief Gad Specialist. Registration And Collection Of Registration Fees In Coordination With Pcw-tsrcd, Facilitate Registration And Collection Of Registration Fees Of Convention Participants, Which Shall Include But Not Be Limited To The Following Tasks: Preparation Of Registration Links For Sending Out And/or Publication Via Pcw Website And Social Media Channels; Preparation Of Payment Channels To Collect Registration Fees Such As Landbank’s Linkbiz Portal, Gcash, Paymaya, Among Others; Validation Of Payments Made Through Various Payment Channels; Confirmation Of Participants’ Registration Through Auto-generated Links; Prepare The List Of Confirmed And Registered Participants That Will Be Used As Reference Of Pcw And Event Organizers As Well As Access Badges To Be Used By The Participants In Attending The Main Session And In The Parallel Sessions At Least Three Weeks Prior To The Convention. Prepare And Issue Official Receipts To Confirmed And Registered Participants For Purposes Of Liquidation. Procurement Of Meals, Training Kits And Other Event Collaterals 2.1 In Close Coordination With The Convention Coordinator And Pcw Organizers, Procure The Three-day Menu Composed Of Lunch And Am& Pm Snacks Based On Pcw’s Preferences And Dietary Restrictions Of Participants; 2.2 In Close Coordination With The Convention Coordinator, Procure, Prepare And Make Available At Least Two Weeks Before The Convention, Training Kits With Printed Materials For Distribution To The Registered Participants During The Event Proper; 2.3 In Close Coordination With The Convention Coordinator, Produce Event Collaterals That Are Prepared, Enhanced, Finalized And Approved For Production By Pcw-tsrcd; In Close Coordination With Convention Coordinator, Produce Pcw-approved Certificates Of Appreciation For Distribution To The Resource Persons, Facilitators And Panelists At The End Of Their Session; As Well As Produce The Pcw-approved Certificates Of Participation To Be Given To Participants At The End Of The Convention; Concept Execution, Planning, Design, And Overall Management Of The Gad Focal Point System (gfps) Convention 3.1 Meet With The Convention Coordinator And Pcw-tsrcd Team To Brainstorm And Strategize On The Execution Of Concept As Well As Planning, Implementation, And Management Of The Gfps Convention; 3.2 Prepare A Program Detailing The Expected Schedule Of Delivery Of The Expected Outputs From The Event Coordinator In Conformity With The Schedule Set By Pcw-tsrcd; 3.3 Prepare, Revise And Finalize The Branding Slides, Program And Assembly Floor Plan Based On The Comments Of Pcw To Provide Overall Direction And Manage The Sequence Of Activities Based On The Program Flow. Creative Design, Lay-out And Development/procurement Of Event Materials And Collaterals 4.1 Prepare Three (3) Designs For Presentation And Submission To The Pcw-tsrcd Team And Oic-chief Gad Specialist, And Provide Actual Samples Of The Approved Design For Each Of The Following Event Materials And Collaterals: Souvenir Program Of The National Gfps Convention; Assembly Backdrop; Tarpaulin/roll-up Banner Design; Branding Slide As Template Of All Presentations; Certificates Of Participation; Certificates Of Appreciation; And Moving Standby Video Featuring The Gfps Convention Theme. Collaterals May Include Notebook, Pen, Water Flask, And Totebag, Among Others 4.2 In Close Coordination With The Convention Coordinator, Develop Publication Materials (pubmat) In The Form Of A Microsite Such As Those Canva Website Builder, Which Will Include The Following Event Information: About The Convention & Convention Logo; Keynote Speaker, Messages From The Pcw Chairperson And Pcw Executive Director, Convention Outcomes, Program Highlights (with Qr Code For The Full Program); Venue Locator (which Will Contain Breakout Rooms For Parallel Sessions); Floor Plan; Registration Instructions; Information On Parallel Sessions And Resource Speakers, Resource Person And Activity Evaluation Links And Qr Codes; Information On The Convention Organizers, Among Other Pertinent Information. 4.3 Deliver And Present The Approved Design And Lay-out And Provide Printed Copies And Actual Samples Of The Following Convention Collaterals In Right Quantities And Correct Specifications For Vetting And Approval Of The Pcw-tsrcd: Gfps Convention Activity Proper Quantity And Unit Specifications Gad Focal Point System (gfps) Convention Souvenir Program 1,000 To 1,200 Copies Folio Size (folded) 30.5 Cm X 48.26 Cm Assembly Backdrop/tarpaulin 1 Printed Copy 8x12 Ft. Roll-up Banner 10 Printed Copies 3x7 Ft. Branding Slide 1 Soft Copy Widescreen (16x9) Certificates Of Appearance 1,000 To 1,200 Copies A4 Size F) Moving Standby Video Featuring The Assembly Theme 1 Soft Copy Short Video Clips – 1 To 2 Minutes Gfps Convention Souvenir/collaterals Collaterals 1,000 To 1,200 Sets 4.4 Ensure That All Event Collaterals Follow The Agreed Pcw Logo And Pcw-approved Design/branding Theme; 4.5 Ensure That All Above-mentioned Deliverables Are Available And On-hand Two To Three Weeks Before The Activity; 4.6 Engage The Services Of An Onsite Videographer To Do A Same-day-edit (sde) Photo And Video Documentation Showing The Highlights Of The Three-day Event; 4.7 Take Action Photos And Action Videos For Purposes Of Documentation And Uploading In The Pcw Digital Bank. 4.8 Provide Status Updates On The Development, Production, And Procurement Of The Abovementioned Collaterals And Materials To The Pcw-tsrcd On A Weekly Basis And As The Need Arises; And 4.9 Oversee The Development, Production And Purchase As Well As Ensure Timely Delivery Of All Above-mentioned Collaterals And Materials As Stipulated In This Terms And Reference. Provision, Assembly And Mounting Of A Led Wall With Monitor And Artistic Stage Set-up And Production 5.1 Provide A Lights And Sounds System, And Led Wall With Monitor With The Following Specifications: Audio Lights Video Rcf Evox12 Active Speaker System Rcf Art 310 Powered Speaker Behinger X32 Live Digital Console Control System Whirlwind Snake Cable Wireless Microphone Shure Sm58 Speaker Stand Microphone Stands Cable Wires And Connectors Lumilites Led Par Rgb Mini B-eye Moving Heads Wireless Dmx Sender/receiver Light Stands Power Distribution Unit Main Line Cable Ramp Wires And Cables Light Controller 5m X 10m Aeroled Led Wall P3 Hd Roland V40 Hd Video Mixer Laptop (for Led Wall Configuration Only) Led Wall Sending Card Led Wall Video Processor Scaffolding Back Bracing Power Distribution Unit Main Line Wires And Cables 1-unit Monitor Screen 4-6 Screen Projectors (which Will Also Be Available In Each Breakout Rooms) 5.2 Ensure Installation Of Led Wall And Monitor During Ingress A Day Before The Activity Or In Accordance With The Permitted Schedule Of The Venue; 5.3 Ensure Presence Of Active, Adequate, And Expert Personnel In-charge To Install, Operate, And Troubleshoot Any Led Wall And Monitor Related Technical Issues And Concerns Throughout The Duration Of The Assembly; 5.4 Take Charge On The Egress Of The Led Wall And Monitor After The Conduct Of The Activity; 5.5 Coordinate With The Management Of The Hotel/events Place/venue On The Placement Of The Led Wall And Stage; 5.6 Ensure That The Overall Stage And Platform Is Aesthetically Pleasant And Adheres To The Standards Of Functionality And Minimalism. Other Considerations 6.1 The Event Organizer Is Expected To Be Present Throughout The Duration Of The Activity – From Ingress To The Actual Convention On August 13, 2025 And Egress On August 15, 2025; 6.2 As Part Of On-the-day Coordination, The Events Organizer Shall Designate Their Own Staff Members To Assist Arriving Participants In Coordination With Pcw-tsrcd Who Will Assist The Vips; 6.3 The Event Organizer Shall Also Attend The Preparatory Meetings With The Pcw-tsrcd As Well As Final Preparatory Meetings And Conduct Of Technical Rehearsals Or Tests; 6.4 Assign In-activity Documenters For The 3-day Activity. Specifically, For Days 2 And 3, Designate Individual Documenters For Each Of The Parallel Sessions In Addition To A General Overall Documenter For The Day; 6.5 Assign Filipino Sign Language (fsl) Interpreters For The Entire 3-day Activity, Ensuring That Interpreters Are Available For All Plenary Sessions To Facilitate Inclusive And Accessible Communication For Participants Who Are Deaf Or Hard Of Hearing; And 6.6 It Is Also Expected That The Event Organizer Will Cover The Accommodation And Meals And Related Needs Of Its Crew And Third-party Providers; Professional Fees And Terms Of Payment The Overall Budget For The National Gad Focal Point System (gfps) Convention Event Organizer Is Nine Hundred Ninety Thousand Pesos (php 990,000.00) Engaged Within Four (4) Months, Inclusive Of The Cost Of Development Or Procurement Of The National Gfps Assembly Collaterals, Materials, And Equipment, Subject To Mandatory Government Taxes And Chargeable Against The Gaa Fund. Items/coverage Of Expense Unit No. Of Units Cost Per Unit Total Cost Professional Fee Of The Event Coordinator Inclusive Of The Following: Souvenir Program Of The 5th National Gad Focal Point System (gfps) Convention Souvenir Programs; Convention Backdrop And Tarpaulin/roll-up Banner Design; Branding Slide As Template Of All Presentations; Certificates Of Participation Certificates Of Appreciation Moving Standby Video Featuring The 5th National Gad Focal Point System (gfps) Convention Theme. Months 3 50,000.000 150,000.00 Subtotal 150,000.00 Design, Lay-out, And Development/production/procurement Of The Collaterals Pax 1200 417.50 501,000.00 Subtotal 501,000.00 3. Rental Fee For Led Wall With Monitor And 1 Monitor Screen (tv) - Set 300,000.00 300,000.00 4. Photo And Video Documenter, Inclusive Of Narrative Documentation Report And Sde Video Of The 2.5-day Activity - 3 10,000/day 30,000.00 5. Photo Booth 3 3,000.00/hr 9,000.00 Subtotal 339,000.00 Total Php 990,000.00 The Event Coordinator Will Be Engaged For Four (4) Months, From May 30, 2025 To September 30, 2025 Following This Schedule. Payment Schedule Timeline Outputs/services/deliverables 1st Tranche: Php 198,000.00 (20%) Within 2nd Week Of June 2025 Upon Signing Of Contract, Submission Of Program Of Work Including Event Concept, And First Submission And Approval Of Material Prototypes, With Issuance Of Certificate Of Acceptability Of Outputs And Services Rendered: Initial Event Concept And Program Of Work Preliminary Designs For: Souvenir Program Collaterals Event Backdrop/tarpaulin Roll-up Banner Certificates Of Participation And Appreciation Branding Slides Pubmat Initial Stage Set-up Design And Led Wall Layout Plan Full Deployment Of An Online Registration Portal (tested And Functional) 2nd Tranche: Php 198,000.00 (20%) Within 1st Week Of July 2025 Upon Submission Of Prototype And Approval Of Final Creative Materials And Confirmation Of Production Schedule: Final Creative Designs And Layouts For: Souvenir Program Collaterals Event Backdrop/tarpaulin Roll-up Banner Certificates Of Participation And Appreciation Moving Standby Video Featuring The Convention Theme Submission Of Partial Pre-registered Participant Data (name, Agency, Contact Details) Submission Of Proposed Menu For The 3-day Activity 3rd Tranche: Php 247,500.00 (25%) 3rd Week Of July 2025 Upon Delivery Of Approved Collaterals And Submission Of Consolidated Online Registration List (final Version) And Presentation Of An On-site Registration Plan (with Qr Code Scanning System Or Manual Backup List For Minimal Walk-ins) 4th Tranche: Php 148,500.00 (15%) 3rd Week Of August 2025 Upon Submission Of The Draft Documentation Report And A Copy Of The Same Day Edit (sde) Video For Feedback And Enhancement. 5th Tranche: Php 198,000.00 (20%) September 30, 2025 Upon Submission And Acceptance Of Post-event Documents And Financial Reports Saved In A Hard Drive And Google Drive For Back Up: Documentation Report Final Comprehensive Participant Database (combining Online And On-site Registration Data) Financial Liquidation Report And Official Turnover Of Registration Fees (with Acknowledgment Receipt) Turnover Of All Creative Files (editable Formats) And Any Remaining Collaterals Electronic Copies Of Photo And Video Documentation The Professional Fee Of The Event Coordinator Is Inclusive Of The Service Fees, Production And Procurement Of All Collaterals Enumerated Under Item D. Scope Of Work Of This Terms Of Reference, As Well As The Budget For Travel Expense, Transportation Of Goods And Delivery Costs, Incidental Expenses, Insurance, And Other Incurred Expenses Within The Period Of Engagement. The Event Coordinator Will Not Be Entitled To Any Payments Other Than Those Agreed And Provided Above. The Period Of Engagement Will Be From May 30, 2025 To September 30, 2025. Minimum Qualification/s The Event Organizer Of The 5th National Gad Focal Point System Assembly Shall Have The Following Qualifications: Has An Extensive Experience And Portfolio In Events Management, Particularly In Organizing Major Events In The Public Sector; Has A Bachelor’s Degree In Communication, Graphic Design And/or Related Field With At Least Three (3) Years’ Experience In Concept Development, Creative Design And Production, Development Or Procurement And Set-up Of Event Collaterals And Materials; Has A Team Or Crew Who Can Assist In The Overall Management Of The Major Event And When Needed, Can Engage Services Of Other Service Providers To Help The Team Manage The Major Activity; Has Exceptional Ability To Meet Set Deadlines And Can Adjust Well To The Needs, Expectations And Requirements Of The Event And Of Pcw; Has Relevant Experience In Creating Outputs Similar To The Deliverables In This Engagement; Has At Least 5 Experiences In Organizing Events Via Collection Of Registration Fees And Issuing Official Receipt; Is Registered With The Philippine Government Electronic Procurement System As A Legitimate Service Provider For Government Programs, Projects, And Activities; And Familiar With The Government Procurement Processes Including Government Accounting And Auditing Rules And Regulations. Working Conditions And Arrangements The Events Coordinator Shall Coordinate Directly With The Pcw-technical Services And Regional Coordination Division During The Entire Period Of The Engagement And Shall Attend Briefings, Preparatory Meetings, Post-activity Lessons Learned Sessions, And Other Related Meetings As May Be Necessary. He/she Is Expected To Work Closely With The Convention Coordinator, Pcw-tsrcd Team As Well As The Oic-chief Gad Specialist For Any Clarifications Or Questions Related To The Development, Enhancement, Finalization, Completion, And Submission Of The Required Outputs And Services Stipulated In This Tor. Submission Of Documents Interested Individuals Or Groups Must Submit To Ms. Maricel G. Napuli, Administrative Officer V Of The Pcw-afd Supply Section Through Email At Mgnapuli@pcw.gov.ph Copy Furnish Khtpeji@pcw.gov.ph, Kgdagnalan@pcw.gov.ph, Kavlee@pcw.gov.ph And Tsrcd@pcw.gov.ph The Following Requirements: Expression Of Interest, Including The Cv Of The Team That Will Be Engaged For This Activity; Company Profile And Portfolio; Philgeps Registration Number; Detailed Proposal, With Cost Breakdown; Mayor’s/business Permit; Income/business Tax Return; Bir Certificate Of Registration; And List Of Clientele With Similar Nature Of This Engagement.
Closing Date21 May 2025
Tender AmountPHP 990 K (USD 17.7 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: 1. Project Number: M67854-26-9-0004
2. This Request For White Papers (rwp) Is Being Issued To Seek Participation In A Prototype Project Pursuant To The Other Transaction Authority (ota) Authority Granted Under 10u.s.c. § 4022, Which Enables The Department Of Defense (dod) To Carry Out Certain Prototype Projects And Award Follow-on Production Agreements. Otas Were Created To Give Dod The Flexibility Necessary To Adopt And Incorporate Business Practices That Reflect Commercial Industry Standards And Best Practices Into Its Transactions And Agreements.
3. In Addition To Issuing Agreements For Prototype Projects, The United States Marine Corps (usmc), Program Executive Officer Land Systems (peo Ls), Program Manager Advanced Amphibious Assault (pm Aaa) Anticipates Leveraging The Follow-on Production Award Authority In10u.s.c.§4022(f) For The Successful Prototypes. The Full Training Solutions Being Considered For Follow-on Productioninclude All The Training Material And Equipment, Personnel, And Logistics Support Each Of (2) Training Systems In Support Of Acv Gunnery. Government Estimates For The Acv Cgt Prototype And Development Phase Is Estimated To Be In The $5m Range With An Option For An Additional Estimated, $7m For Software Development. The Anticipated Follow-on Production Contract Is Currently Estimated In The $12m Range. The Availability Of Resources And Funding, As Well As The Quality Of Solution Papers, Will Affect The Number Of Agreements Pm Aaa Will Award. The Government May Ultimately Award One, Multiple, Or No Agreements Whatsoever In Support Of The Acv Cgt In Its Sole Discretion.
4. The Acv Platform Is Currently Being Produced By Bae Systems (bae) Under Competitively Awarded Contract M67854-16-c-0006. The Government Does Not Currently Own The Required Rights To The Acv-personnel (acv-p) And Acv 30-millimeter Cannon (acv-30) Technical Data Package (tdp). This Will Require Participants In The Prototype Project To Scan And 3-d Model The Required Components And Their Constituent Parts If That Vendor’s White Paper Response Results In An Award. The Government Will Provide Access To An Acv-p And Acv-30 (vehicles) As Government Furnished Equipment (gfe) To The Successful Contractor For The Purpose Of Conducted The Scanning And Modeling Efforts For Any Prototype Project Participant. Pm Aaa Desires That The Prototype Project And Systems Maintain Commonality With The Acv Suite Of Training Systems’ Use Of Unreal Gaming Engine 5 Software For Standardization Across All Training Systems. The Government Intends To Make Software Already Developed Via A Previous Effort Built Upon Unreal Gaming Engine 5 Available To The Prototype Participants Upon The Start Of The Project That Will Accelerate Development Of The Cgt Prototype.
a. This Software Creates A Virtual Reality Environment For The User That Consists Of Surf Zone And Land Driving Scenarios And Their Accompanying Physics Models. The Software Also Includes 3-d Modeling Of The Outside Of The Acv-p Variant And Modeling Of The Driver’s Station To Include Switch Functionality. The Existing Driver Training System Incorporates A Realistic Unreal Gaming Engine Environment That Replicates The Surf Zone Environment For Students As Part Of Its Operating Baseline. The Program Manager Is Seeking Standardization Across All Training Platforms To Gain Increased Training Value In Terms Of Safety, Training Efficiency And Effectiveness, And Platform Familiarization. Use Of Unreal Gaming Engine Software For This Project Is Highly Encouraged By The Government Due To Future Sustainment Plans For The Entirety Of The Acv Suite Of Training Systems.
5. Points Of Contact:
contact Information
project Officer:major Alex Puraty,alexander.puraty@usmc.mil
agreements Officer:shanna Laging,shanna.laging@usmc.mil
training Analyst:capt Mike Fanning, Michael.b.fanning.mil@usmc.mil
6. Problem Statement:
pm Aaa Has A Requirement For The Development And Acquisition Of Training Systems For Acv Gunnery. The Legacy Assault Amphibian Vehicle (aav) Had An Assigned Training System For Crews To Practice Gunnery In A Simulated Environment. Currently, The Acv-p And Acv 30 Variants Have No Training Systems For Crews To Practice Gunnery At Any Level.
the Purpose Of This Prototype Project Will Be For The Participants To Develop A Software-based Training System With Commercial Off-the-shelf (cots) Hardware For A Mixed Reality Simulation-based Training Solution Focused On Developing Vehicle Crews And Their Gunnery Skills In A Realistic, Immersive Virtual Reality Environment.
production: The Government Anticipates A Production Procurement Of 24-36 Systems; With 2-4 Deployable Variants Of The Cgt, But This May Change Depending On Government Funding Availability. Development Of Software Is The Priority.
7. Desired Objective:
the Prototype Participants Shall Develop And Deliver One Prototype Cgt Based On Their Efforts During The Competitive Prototyping Phase. The Cgt Will Use A Mixed Reality System To Allow Acv-p Crews To Conduct The Gate To Live-fire Table Ii Which Consists Of Simulated Tables Iv, V, And Vi Per Navmc 3500.2d, Assault Amphibian Training And Readiness Manual.
prototyping Phase Will Include The Development Of A Virtual Immersive Environment Of Table Ii With Simulated Fire And Maneuver From Both Friendly And Threat Units. Software Development Is The Priority Of Effort. The User Experience Should Include Communications System For Vehicle Intercom, Day/night Capability With Thermal Id Of Friendly And Threat Units. The Learning Management System Should Be Able To Record Time To Target, Time To Fire, And Time To Destroy Threat. Learning Management System/artificial Intelligence Should Be Capable Of Controlling Threat Unit Actions, Simulate Adjacent Friendly Units, And Simulate Higher Headquarters Instructions. Learning Management System Should Be Capable Of Facilitating Instructor After Action Reviews In The Form Of Video And Audio Communications Playback Of Engagements. The Government Additionally Wants A Function That Allows Solo Gunner Training Within The System To Develop Individual Required Skills To Participate With The Crew. The Cgt Cots Hardware Should Incorporate A Motion Base For The Crew.
the Plan For The Cgt Is To Begin Formal Design And Testing Activities In First Quarter, Fy 2026 (1qfy26) With Completion Of Competitive Prototyping Approximately Fourth Quarter, Fy 2026 (4qfy26).
the Prototype Software And Hardware Baseline Should Also Accommodate And Consider The Following Future Tasks:
optional Development Includes The Development Of Tables Vii-xii. Further Development Of The Communications System Will Include Vehicle To Vehicle, Simulated Higher Headquarters, Simulated Ground Maneuver Forces.
the Environment Will Include Simulated Friendly Units Maneuver, Fires, And Communications.
it Should Allow The Development Of Threat Vehicles And Threat Tactics For Free Play Scenarios As Well As Force-on-force Capability Development With Associated Closed Network Capability.
it Should Also Allow For The Addition Of The Acv-30 Virtual And Hardware.
8. Government’s Intent With Respect To Rights In The Responding Party’s Technical Data And Computer Software:
the Government Intends To Acquire Rights In The Responding Party’s Technical Data And Computer Software (data Rights) Developed Under This Prototype Effort. The Government Will Also Consider The Rights/terms Associated With Constituent Third-party Solutions In Making Its Determination. In Order To Support The Anticipated Development Of The Acv Cgt (including All Components And Computer Software), The Government Anticipates That It Will Require The Delivery Of The Responding Party’s Tech Data And Computer Software With Unlimited Or Government Purpose Rights To Transfer And Use Such Delivered Data In Future Developments, Which May Be Performed By The Government Or A Third Party.
the Government Intends To Take The Flexibility Offered By The Vendor’s Preferred Data Rights Into Account When Analyzing Proposals. The Government Is Open To Negotiating The Specific Terms; However, Any Responding Party Unwilling To Offer The Government Sufficient Data Rights To Meet The Government’s Developmental Needs Should Consider Whether It Wishes To Proceed In Responding To The Government’s Request. Therefore, A Vendor’s Response To This Rwp Must Confirm Its Commitment To Delivering Any Prototype Software Or Device Developed Under This Effort With Unlimited Or Government Purpose Rights. Additionally, The Vendor Should Describe Any Restrictions Accompanying Any Third-party Software And Hardware Solutions That It Proposes As Part Of Its Response. Further, The Responding Party Must Conspicuously Call Out, In Its Response, Any Restrictions In The Transfer And Use Of Data That Affect Or Impact The Government’s Stated Intent As Well As Any Unknowns Presented By The Incorporation Of Third-party Hardware And Software.
9. Process:
phase I Request For White Papers
white Papers, Exclusive Of Attachments, Should Be No Longer Than 10 Pages And Must Be Submitted In A Searchable Pdf Using No Smaller Than Times New Roman 12 Pt. Font. Text Should Be Double-spaced, And The Document Should Contain Section Headers And Page Numbers For Ease Of Reference. Margins Must Be Printable (generally No Less Than ½ Inch) On Each Edge. The Responding Party May Add A Cover Letter And/or Acronym List Which Will Not Count Against The Page Count. The Responding Party Is Discouraged From Adding Additional Attachments Other Than Those Requested But May Use Their Discretion To Attach A Reasonable Additional Number Of Pages To Supplement Their White Paper As An Attachment. The Usmc Is Under No Obligation To Read Any Such Additional Attachments And Those Who Include Additional Information In An Attachment Are Encouraged To Clearly Explain The Significance Of The Attachment Within The Standard Page Count.
vendor White Papers Are Due Via Email To The Contract Specialists, Ms. Hana Musser At Hana.p.musser.civ@usmc.mil And Mr. Matthew Mercer At Matthew.mercer@usmc.mil, And The Agreements Officer Ms. Shanna Laging At Shanna.laging@usmc.mil No Later Than 0900 Est On Thursday, 29 May 2025. Due To Email Memory Size Limitations, The Usmc Can Only Receive Emails Less Than 10mb. If Your Submission Is Over 10mb, Please Submit Electronically To Ms. Shanna Laging At Shanna.laging@usmc.mil Via The Safe Access File Exchange (safe) Website Provided At Https://safe.apps.mil/. Title The Subject Line Of The Email As Follows:
“company_name_acv Cgt_response_request For White Papers”
the Usmc Requests That Interested Vendors Provide The Following Information:
a Description Of How The Vendor Will Approach Developing The Acv Cgt In Accordance With Enclosure 1.
a Description Of The Vendor’s Software (sw) Development Approach And A List And Description Of Any Use Restrictions Associated With Vendor Proprietary Or Third -party Technical Data Or Software Being Proposed To Accomplish The Effort. The Vendor Should Also Mention If It Needs Software Or Technical Data From The Government.
rough Order Magnitude (rom) Pricing And A Schedule For Design And Delivery Of One Cgt Prototype System. Vendors Should Separately Price Optional Development Efforts As Described In Paragraph 7 In The Section Above. Provide Rom In An Excel Spreadsheet (that Can Be Edited) And Which Is Not Considered Part Of The Page Count But Should Be Marked And Separately Numbered As Attachment C-1.
description Of The Scalability Of The Vendor’s Design To Incorporate The Acv-p, Acv-30, As Well As A Deployable Cgt Variant For Future Incorporation.
description Of The Vendor’s Anticipated Approach And Production Capability Over A Period Of 6-12 Months To Facilitate The Delivery Of The Prototype System And For Any Potential Follow-on Production Efforts.
description Of The Vendor’s Learning Management System, To Include Reports And Ability To Offload/transfer Records Of Students By Crew And By Individual Training.
if The Vendor’s System Is Currently Offered, Copies Of The Applicable Terms And Conditions Of Sale, To Include All Licensing Agreements. Terms And Conditions And Licensing Agreements Are Not Considered Part Of The Page Count And Should Be Marked And Separately Labeled As Attachment B. If Offerors Have More Than One Document, A Table Of Contents For Attachment B Is Recommended.
description Of The Basis For The Vendor’s Status As A Small Business Or Non-traditional Defense Contractor, If Applicable. If The Vendor Does Not Qualify As A Small Business, Please Provide A Response That Details How At Least One “non-traditional Defense Contractor” Is Participating To A Significant Extent. Any Response Provided Should Include A Qualitative And Quantitative Narrative About The Contributions Of The “non-traditional Defense Contractor,” As Well As A Response That Describes How The Identified “non-traditional Defense Contractor” Who Will Participate In A “significant Extent” Qualifies As A “non-traditional Defense Contractor.” For This Effort, “significant Extent” Is Defined As One Of The Following:
the Participation Causes A Material Reduction In The Cost Or Schedule; Or
the Participation Causes An Increase In The Performance Of Prototype; Or
the Performer Is Responsible For A New Key Component, Technology, Or Process On The Critical Path
please Identify Any Sub-contractors That Will Be Assisting In Any Capacity With The Project, Use Attachment C To Quantify Their Efforts. Sufficient Background On Previous Projects Should Be Provided To Enable The Government To Fairly Justify Their Inclusion In The Project.
please Identify Any Foreign Partners That You Anticipate Being Involved That May Require Official Approval From Their Country’s Government. If A Company Is Owned Wholly Or Partially By Foreign Persons/entities, They Will Be Required To Complete A Certificate Pertaining To Foreign Interests (i.e., Sf 328). Additional Information Can Be Found In The National Industrial Security Program Operating Manual (nispom) Rule – Https://www.dcsa.mil/mc/isd/nispom-rule/
if Applicable, Please Identify The Facility Clearance Process And If There Are Any International Traffic In Arms Regulations (itar) Restrictions In Effect.
phase Ii: Selection And Award
after The Usmc Reviews The White Papers, It Intends To Evaluate The Responses To Determine Which Responses Provide The Best Approach In Terms Of Schedule, Cost, And Performance Risk And Most Likely Will Succeed In Producing The Best Solution To The Prototype Problem. As A Procedural Matter, The Government Will Likely Exclude Vendors Based On Their Responses Only Without Further Communication. However, The Government May Identify Those Companies With Approaches From Which It Wishes To Seek More Information And Communicate With Those Companies Only. The Government May Seek More Detailed Written Documentation Relating To Those Specific Company’s (-ies’) Approach Regarding The Cost, Performance, Or Schedule Associated With The Testing And Demonstration Of Prototypes Or Production. The Government Also Anticipates Leveraging The Flexibility That Ot Authority Provides To Collaboratively Engaging With Companies In The Development Of The Statement Of Work. This Flexibility Includes Modifying The Anticipated Path Forward.
questions Or Comments Regarding This Request For White Papers May Be Addressed Via Email, To The Contract Specialists, Ms. Hana Musser At Hana.p.musser.civ@usmc.mil And Mr. Matthew Mercer At Matthew.mercer@usmc.mil, And The Agreements Officer, Ms. Shanna Laging At Shanna.laging@usmc.mil. Submit All Questions And Comments No Later Than 0900 Est On Wednesday, 14 May 2025. Title The Subject Line Of The Email As Follows:
“company Name_acv Cgt_questions_request For White Papers”
10. Terms And Conditions
1. The Government Will Not Pay Any Costs Associated With The Preparation Of White Papers, Subsequent Submissions, Or Negotiations. Any Government Obligation To Make A Payment Will Only Occur As The Result Of A Written Agreement Between The Government And A Party, Which The Government Will Pursue At Its Sole Discretion.
2. The Government, To The Extent Permitted By Law And Regulation, Will Safeguard And Treat Information Obtained Pursuant To The Contractor’s Disclosure As Confidential Where The Information Has Been Marked “confidential” Or “proprietary” By The Company. To The Extent Permitted By Law And Regulation, Such Information Will Not Be Released By The Government To The Public Pursuant To A Freedom Of Information Act Request, 5 U.s.c. Section 552, Without Prior Notification To The Contractor. The Government May Transfer Documents Provided By The Contractor To Any Department Or Agency Within The Executive Branch If The Information Relates To Matters Within The Organization’sjurisdiction.
3. All Respondents Shall Be Registered In The System For Award Management (www.sam.gov).
4. Far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It "does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument" In Paragraph (c)(1) In The Provision At 52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products Or Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It "does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services" In Paragraph (c)(2) Of The Provision At 52.204-26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212-3.
(a) Definitions. As Used In This Provision—
backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
(b) Prohibition.
(1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) ( Https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For "covered Telecommunications Equipment Or Services".
(d) Representation. The Offeror Represents That—
(1) It □ Will, □ Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds "will" In Paragraph (d)(1) Of This Section; And
(2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That—
it □ Does, □ Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds "does" In Paragraph (d)(2) Of This Section.
(e) Disclosures.
(1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded "will" In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(ii) For Covered Services—
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded "does" In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(ii) For Covered Services—
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(end Of Provision)
5. Far 52.204-25 Will Be Incorporated By Reference Into The Final Agreement.
enclosure 1: Top 10 Crew Gunnery Trainer Specifications
the Cgt Stations Shall Model The Acv Driver, Gunner, And Vehicle Commander Stations.
the Cgt Shall Model Both The Acv-p Weapon Station And Acv-30 For Gunnery.
the Cgt Shall Virtually Model All Aa Gunnery Tables Per Navmc 3500.2d.
the Cgt Shall Be Able To Simulate Friendly And Enemy Fires.
the Cgt Shall Be Capable Of Communications At The Crew, Section, Platoon, And Company Level.
the Cgt Shall Be Capable Of Simulating Force-on-force Training Between All Systems.
the Cgt Shall Have An After-action Review Function.
the Cgt Ios Shall Allow The Instructor To Create Scenarios Of Varying Difficulty.
the Cgt Ios Shall Allow The Instructor To Export Communications And Marksmanship Data From Each Of The Scenarios Ran In The Cgt.
the Cgt Shall Be A Transportable System.
Closing Date29 May 2025
Tender AmountRefer Documents
PHILIPPINE SPORTS COMMISSION Tender
Software and IT Solutions
Philippines
Details: Description Scope Of The Services The Winning Bidder Shall Provide The Following: 1. Shall Supply And Deliver The Following It Equipment And Its Corresponding Software At Philippine Sports Commission, Rizal Memorial Sports Complex, Pablo Ocampo Sr. St., Malate, Manila. 2. Supply The Appropriate Cables, Wirings, And Others That Are Necessary For The Operation Of The Following Equipment And Should Not Be Generic In Brand. 3. All Software Installed In The Units Must Have A Box, A Copy Of The License Agreement, And A Serial Number. Pre-installed Operating Systems With Corresponding Digital Copy Of License And Other Information Are Also Accepted. These Items Must Be Turned Over To Psc For Reference And To Keep The Software Registered And Updated. 4. Provide A Full Stress Test To All Units From Start To End For 3 Consecutive Days In Full Actual Operations Of Psc And Shall Provide Test Result Reports. All Bugs, Errors, Misconfigurations, Software Problems, Incompatibility, And Downtime Connections Found In Each Unit Must Be Fixed, Replaced, Or Pulled Out. The Stress Test Must Be Repeated After Resolving The Problems Until No Problems Are Found, Then That Is The Time The Units Will Be Deployed To The End Users For Lot 1,2,4, And 5 Only. 5. Shall Provide Onsite Service/remote Assistance For At Least 12 Months With Four (4)-hour Response Time Upon Receipt Of The Service Ticket, Telephone/viber Call Or Email, Free Of Charge. 6. Shall Provide Appropriate End-user Training (to Be Arranged After The Completion Of Delivery). 7. Shall Submit A Manufacturer’s Certificate During The Opening Of Bids For Lot 1 And 4 Only, As Follows: A. For Distributors: Copy Of Certification From The Manufacturer Stating That The Bidder Is An Authorized Distributor Of The Product. B. For Resellers/dealers: Copy Of Certification From Its Manufacturer/distributor Stating That The Bidder Is An Authorized Reseller/dealer Of The Product. Note: Original Copy Of The Above-mentioned Certificates Must Be Presented During Post-qualification. 8. Shall Attach The Actual Brochure/data Sheet/documentation Of The Product Being Offered During The Opening Of Bids. 9. Shall Submit A Warranty Certificate Issued By The Bidder Or The Manufacturer/distributor Of The Product Being Offered. 10. Duly Notarized Sworn Statement Issued By The Bidder Or The Manufacturer/distributor Of The Product Being Offered Is Brand New, Genuine, And Authentic; 11. Any Proof Or Documentation That The Product Being Offered Is Certified Energy Star And Passed The Electronic Product Environmental Assessment Tool (epeat) Or Equivalent To Lot 1,2, And 4 Only. Lot 1 1. Mid-range Desktop Computers • Intel Core I7-14th Gen 14700 (33 Mb Cache, 20 Cores, 28 Threads, 2.1 Ghz To 5.4 Ghz, 65w) Or At Least Equivalent • Thermal Cooling Standard Cpu Air Cooler Or At Least Equivalent • Intel Rapid Storage Technology Driver Or At Least Equivalent • Memory 16gb;1x16 Gb. Ddr5, 4400mt/s • Intel Integrated Graphics Or Equivalent • Storage C2; M.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds • 1st Storage 2 Tb, 7200 Rpm, 3.5-inch, Sata, Hdd • 1 Tb, M.2 2280, Gen 4 Pcle Nvme, Ssd • Raid Connectivity • Power 300w-400w Platinum Internal Power Supply (psu Certified) • System Power Cord • Integrated Nic Included • Wi-fi 6/6e(6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • Wireless External Antenna For Ax211 • With Wired Keyboard • With Wired Mouse • Energy Star Qualified • Epeat 2018-present Registered (gold) • Tpm Security • Wlan Intel Ax211 Wireless Card Driver Or Equivalent • Internal Speakers • Chassis: Performance Tower Or At Least Equivalent • Windows 11 Pro Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days 2. Monitor Of Mid-range Desktop Computers / Item No.1 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix Or At Least Equivalent • Native Resolution: Full Hd (1080p) 1920 X 1080 At 60 Hz • Features: Led Edge Light System, Flicker Free Technology, Mercury Free, Arsenic-free Glass, Comfort View Plus Or At Least Equivalent • Viewable Size: 21.5" • Display Position Adjustments: Height, Pivot (rotation), Swivel, Tilt • Rotation Angle: -90°/+90° • Tco Certified Displays • Epeat Gold • Energy Star Certified Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days Lot 2 1. High-end Desktop Computers • Intel I9 14900k (36 Mb Cache, 24 Cores, 32 Threads, 3.2 Ghz To 6.0 Ghz 125 W) Or Equivalent • Premium Cpu Air Cooler With Vr Heatsink Or At Least Eqivalent • 64gb: 2 X 32 Gb, Ddr5, 4400 Mt/s, Non-ecc • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • C2: M.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds 2 Tb, 7200 Rpm, 3.5-inch, Sata, Hdd • 2 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • With 700w-1000w (psu Certified) • System Power Cord • Integrated Nic Included • Wi-fi 6/6e (6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • Wired Keyboard • Wired Mouse • Premier Color 6.2 Or At Least Equivalent • Energy Star Qualified • Epeat 2018-present Registered (gold) • Regulatory Label, 1000w Apcc • Internal Speaker • Operating System: Windows 11 Pro, English Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days 2. Monitor Of High-end Desktop Computers • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix Or At Least Equivalent • Usb Power Delivery: 90 Watts • Native Resolution: 4k 3840 X 2160 At 60hz • Vertical Viewing Angle: 178° Or At Least Equivalent • Features: Mercury Free, Arsenic-free Glass, Comfort View Plus Or At Least Equivalent • At Least Diagonal Size: 26.96” • Backlit Technology: Wled Edge Light Backlight Or At Least Equivalent Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days Lot 3 1. 24-inch All-in-one Desktop Computer • M3 Chip With 8-core Cpu With 4 Performance Cores And 4 Efficiency Cores, 10-core Gpu, And16-core Neural Engine • 512gb Ssd Storage • 8gb Unified Memory • Two Thunderbolt / Usb 4 Ports • Two Usb 3 Ports • Gigabit Ethernet • Magic Mouse • Magic Keyboard With Touch Id - Us English Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 30 Calendar Days 2. All-in-one Desktop Touch • Processor: 13th Gen Intel Core I5- 1335u (12 Mb Cache, 10 Cores, 12 Threads, Up To 4.60 Ghz Turbo) Or Equivalent • Operating System: Windows 11 Pro, English • Graphics Card: Intel Iris Xe Graphics Or Equivalent • Monitor: 23.8-inch Fhd (1920 X 1080) Anti-glare Narrow Border Ait Infinity Touch Display Or At Least Equivalent • Camera: Retractable Camera With Fhd Rgb + Ir, Non- Tilt Or At Least Equivalent • Memory: 16gb Ddr4, 3200 Mt/s • Storage: 512gb, M.2, Pcie Nvme, Ssd • Wireless Keyboard And Mouse • Manufacturer Standard Color • Manufacturer Standards Ports, Dimensions And Weight Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 30 Calendar Days 3. 14-inch Laptop • Chip: 8core Cpu With 4 Performance Cores And 4 Efficiency Cores 10core Gpu Hardware-accelerated Ray Tracing • 16-core Neural Engine 100gb/s Memory Bandwidth • Media Engine: Hardware-accelerated H.264, Hevc, Pro Res Raw, Video Decode Engine, Video Encode Engine, Pro Res Encode And Decode Engine, Av1 Decode • Display: Liquid Retina Xdr Display;14-inch(diagonal); 1 3024-by-1964 Native Resolution At 254 Pixels Per Inch • Xdr (extreme Dynamic Range): 1,000,000:1 Contrast Ratio Xdr Brightness: 1,000 Nits Sustained Full-screen, 1,600 Nits Peak2 (hdr Content Only) Sdr Brightness: 600 Nits. • Storage: 1tb Ssd5 • Color: 1 Billion Colors Wide Color (p3) True Tone Technology • Memory: 8gb Unified Memory Configurable To 16gb Or 24gb • Battery And Power: Up To 15 Hours Wireless Web 70- Watthour Lithium Polymer Battery 70w Usbc Power Adapter • Wireless Wi-fi 6e (802.11ax)6 Bluetooth 5.3 • Camera 1080p Hd Camera Advanced Image Signal Processor With Computational Video • Audio High-fidelity Six-speaker Sound System With Force Cancelling Woofers Wide Stereo Sound Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 30 Calendar Days Lot 4 1. Mid-range Laptop • 13th Gen Intel Core I7-1355u (12 Mb Cache, 10 Cores, Up To 5.00 Ghz Turbo) Or Equivalent • Windows 11 Pro, English • Nvidia Mx570 Discrete Graphics Or At Least Equivalent • 14.0” Fhd (1920x 1080) Non-touch, Ag, Ips, 250 Nits, Fhd, Cam Wlan • Keyboard (manufacturer Standard), No Fingerprint Reader, No Sim • 16gb: 2x8 Gb, Ddr5, 5600 Mt/s (5200mt/s With 13th Gen Intel Core Processors) Or At Least Equivalent • 512gb, M.2 2230, Qlc Pice Gen 4 Nvme Or At Least Equivalent • 3-cell, 54wh Battery, Express Charge, Express Charge Boost Capable Or At Least Equivalent • English Us Non-backlit Ai Hotkey Keyboard • Realtek Rtl 8852be 2x2 Wi-fi 6, Bluetooth Wireless Card • Energy Star Qualified • Fhd Hdr Rgb Camera, Tnr, Camera Shutter, Microphone, Or At Least Equivalent • Epeat 2018-present Registered (at Least Silver) Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days Lot 5 1. High-end Laptop • Operating System: 11 Pro 64-bit • Display: 16inch Qhd +(2560 X 1600), 240hz, Ips-level Or Least Equivalent • Processor: I9 14900hx 14th Gen • Graphics: Rtx4070 Gpu 8gb Gddr6 Or At Least Equivalent • Memory: 32gb Ram Max 96gb Ddr5 - 5600 2 Slots • Storage: 2tb M.2 Ssd Slot • Webcam: Hd Type (30fps@720p) 3d Noise Reduction (3dnr) Or At Least Equivalent • Communications: Gb Lan (up To 2.5g) 802.11 Be Wi-fi 7+ Bluetooth V5.4 Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days Lot 7 1. A4 Wifi All-in-one Eco Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Print Method: On-demand Inkjet (piezoelectric) • High Yield Ink Bottles • Spill-free, Error-free Refilling • Wi-fi, Wi-fi Direct Connectivity • With Colour Lcd Panel • Borderless Printing Up To 4r • Powered By Heat-free Technology Or At Least Equivalent • Nozzle Configuration: 180x1 Nozzles Black, 59x1 Nozzles Per Colour) • Maximum Resolution: 5760 X 1440 Dpi • Photo Default – 10x15cm / 4x5”: Approx 69 Sec Per Photo (border)/ 90 Sec Per Photo (borderless) Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45 Calendar Days 2. A3 Eco Tank Printer • Printer Type: Printer • Replaceable Maintenance Box And Pick Up Roller • Ultra-high Page Yield Of 7,000 Pages (colour) • Powered By A Heat-free Technology Or Equivalent • Paper Feed Method: Rear Feed • Number Of Paper Tray: 1 • Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper • Output Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 30 Sheets Of Premium Glossy Photo Paper • Support Paper Size: A3+, A3, A4, A5, A6, B4, B5, B6, Letter, Legal, Indian-legal, 100 X 148 Mm, 3.5 X 5", 4 X 6", 5 X 7", 5 X 8", 8 X 10", 8.5 X 13", 16:9 Wide, 8k, 16k, Envelopes: #10, Dl, C4, C6 • Maximum Paper Size: 329 X 1200 Mm • Support Paper Weight: Plain Paper: 64-90 G/m2, Photo Paper: 102-300 G/m2 • Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 4800 X 1200 Dpi Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45 Calendar Days 3. Laser Printer • Device Memory: 1 Gb • Lcd Display: 5-line Lcd Or At Least Equivalent • Print Speed (a4): Up To 18ppm (mono/colour) • First Print Out Time (a4): 10.4/10.5 Sec (mono/colour) • Print Resolution: Up To 1,200 X 1,200 Dpi • Gigabit Ethernet, Wireless Direct Connection • Recommended Monthly Print Volume: 250-2,500 Pages • Printing Method: Colour Laser Beam Printing • Print Speed: A4 18 / 18 Ppm (mono / Colour), Letter 18 / 18 Ppm (mono / Colour) • Print Resolution: 600 X 600 Dpi • Print Quality With Brand Technology: 1,200 (eq.) X 1,200dpi (eq.) • Maximum Paper Input Capacity: At Least 251 Sheets • Paper Output: At Least 100 Sheets Paper Sizes • Standard Cassette: A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Multi-purpose Tray: A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal, Index Card. Envelope: Com10, Monarch, C5, Dl • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Paper Type: Plain, Thick, Coated, Recycled, Colour, Label, Postcard, Envelope Paper Weight • Standard Cassette 60 To 200g/m² • Multi-purpose Tray 60 To 200g/m² • Wireless Wi-fi 802.11 B/g/n (infrastructure Mode, Wps Easy Setup, Direct Connection) • Other Features: Department Id, Secure Print, With Mobile Solution • Software Included: Printer Driver, Toner Status Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45 Calendar Days 4. A3 Wifi All-in-one Ink Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Nozzle Configuration: 800 X 1 Nozzle Black, 256 X 1 Nozzle Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 4800 X 2400 Dpi • Automatic 2-sided Printing: Yes (up To A3) • Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct • Standard Paper Input Capacity (or At Least Equivalent) • Cassette 1: 250 Sheets For A4 Plain Paper (80 G/m2), 50 Sheets For Premium Glossy Photo Paper • Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) • Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper • Output Capacity: 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper: Maximum Paper Size: 329 X 6000 Mm • Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 Print Speed • Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless) *2 • Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 • Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm /12.0 Ipm *2 • Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm /9.0 Ipm *2 • Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm /6.0 Ipm *2 • Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm /5.0 Ipm *2 Copy Function • Reduction / Enlargement: 25 - 400% • Maximum Copy Size: A3 • Copy Resolution: 600 X 600 Dpi • Max Copies: 999 Copies Copying • Iso 29183, A4 Simplex Flatbed (black / Colour): Up To 23.0 Ipm / 10.0 Ipm • Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 10.0 Ipm • Iso 24735, A4 Duplex Adf (black / Colour): Up To 15.5 Ipm / 7.5 Ipm Scanning • Scanner Type: Flatbed Colour Image Scanner • Sensor Type: Cis • Optical Resolution: 1200 X 2400 Dpi • Maximum Scan Area: 297 X 431.8 (mm) Adf Specification • Support Paper Thickness: 64-95 G/m2 • Paper Capacity: 50 Sheets • With Colour Lcd Touch Screen • With Software Support, Mobile And Cloud Solutions Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45 Calendar Days
Closing Date5 May 2025
Tender AmountPHP 29.9 Million (USD 536.6 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Description: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products And/or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort.
the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Sources Sought Notice In Accordance With (iaw) Far Part 15.201(e)
the Purpose Of This Sources Sought Notice Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Products And/or Services Described Below.
documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following:
(a) Company Name;
(b) Address;
(c) Point Of Contact;
(d) Phone, Fax, And Email;
(e) Uei Number;
(f) Cage Code;
(g) Tax Id Number;
(h) Type Of Small Business, E.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business, Etc
(i) State If Your Business Has An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Below And Provide The Contract Number; And
(j) Must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below.
requirement:
the Va Heartland Network 15 Contracting Office Located At 3450 South 4th Street, Leavenworth, Ks, 66048-5055 Is Seeking A Potential Qualified Contractor To Provide Eyecon 9430 Pill Dispensing System For The Marion Va Medical Center, Located In Marion, Illinois, And The Evansville Health Care Center, Located In Evansville, Indiana. This Is A Brand Name Or Equal Requirement. Please See The Statement Of Work For More Specifics And Details. The North American Industry Classification System Code (naics Code) Is 339112 Surgical And Medical Instrument Manufacturing, Size Standard 1,000 Employees. Based On This Information, Please Indicate Whether Your Company Would Be A Large Or Small Business And Have A Socio-economic Designation As A Small Business, Vosb Or Sdvosb.
statement Of Work: Eyecon 9430
description: Provide Eyecon 9430 And Eyecon Interface Controller With Installation And One (1) Year Of Support To Be Used At The Marion, Il Va Medical Center Pharmacy And In The Evansville, In Outpatient Clinic
this Solicitation Uses A Brand Name Or Equal Description Of The Product Required. This Permits Prospective Contractors To Offer Products Other Than Those Specifically Referenced By Brand Name. All Offers Must Work With Existing Equipment That Has Already Been Purchased And Is Currently In Use At The Station.
minimum Technical Specifications:
the Eyecon 9430 Must Be Assembled Within The Manufactured Country Or Show Significant Proof Of An Internationally Recognized Quality Assurance Program.
scriptpro Is A Distributor Of The Eyecon 9430.
certificate Of Authenticity Will Need To Be Provided
the Dispensing System Must Have The Following:
safety
must Use Barcode Verification To Ensure Accuracy Of Dispensing And Must Work With Scriptpro Label Barcode
unit Must Have Means To Track Dispensed Drug Quantities And Contain Image Verification Of Quantities Dispensed.
must Come Equipped With Database Of Drug Images For Dispensing Verification.
must Include Additional Counting Platters For Penicillin And Sulfa To Avoid Cross Contamination.
workflow
must Allow For Integration With Scriptpro/vista To Verify Correct Dispensing Quantities.
must Fit In Existing Space With A Footprint Of 28 H X 11 W X 17.5 D.
must Count With A Count Accuracy Of At Least 99.9%.
verification Should Include Easy Work Flow Optics Such As Color Touch Screen.
must Include Large Counting Area Of 48 Sq Inches For Larger Quantity Verification.
information Technology
must Integrate With Current Equipment, Including Scriptpro Dispensing/filling Stations
must Interface With Current Scriptpro Equipment.
all Equipment Must Be New
description
quantity
eyecon 9430
eyecon Interface Controller
2
2
optional/value Added Features: N/a
required Interfaces: Must Interface With Current Scriptpro Equipment.
delivery Location(s):
department Of Veterans Affairs
marion Va Medical Center
2401 West Main Street
marion, Il 62959-1188
department Of Veterans Affairs
evansville Va Healthcare Center
6211 E Waterford Blvd
evansville, In 47715
records Management Obligations
applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Â
definitions
Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. Â
the Term Federal Record:
includes [agency] Records.â
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their [agency] Contract.
may Include Deliverables And Documentation Associated With Deliverables.
requirements
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â
in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â
in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â
[agency] And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of [agency] Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To [agency]. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To [agency] Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With [agency] Policy.â
the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public [agency] Information That Are Not Specifically Tied To Or Authorized By The Contract.â
the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â
the [agency] Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which [agency] Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
training. Â all Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take [agency]-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â
[note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor.]â
flow Down Of Requirements To Subcontractors
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â
violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
general. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language. Contractors, Contractor Personnel, Subcontractors And Subcontractor Personnel Will Be Subject To The Same Federal Laws, Regulations, Standards, Va Directives And Handbooks, As Va Personnel Regarding Information And Information System Security And Privacy.
va Information Custodial Language. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language.
the Government Shall Receive Unlimited Rights To Data/intellectual Property First Produced And Delivered In The Performance Of This Contract Or Order (hereinafter Contract ) Unless Expressly Stated Otherwise In This Contract. This Includes All Rights To Source Code And All Documentation Created In Support Thereof. The Primary Clause Used To Define Government And Contractor Data Rights Is Far 52.227-14 Rights In Data General. The Primary Clause Used To Define Computer Software License (not Data/intellectual Property First Produced Under This Contractor Or Order) Is Far 52.227-19, Commercial Computer Software License.
information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Will Be Used Only For The Purposes Specified In The Service Agreement, Sow, Pws, Pd, And/or Contract. The Contractor Shall Not Use Va Information In Any Other Manner Without Prior Written Approval From A Va Contracting Officer (co). The Primary Clause Used To Define Government And Contractor Data Rights Is Far 52.227-14 Rights In Data General.
va Information Will Not Be Co-mingled With Any Other Data On The Contractor S Information Systems Or Media Storage Systems. The Contractor Shall Ensure Compliance With Federal And Va Requirements Related To Data Protection, Data Encryption, Physical Data Segregation, Logical Data Segregation, Classification Requirements And Media Sanitization.
va Reserves The Right To Conduct Scheduled Or Unscheduled Audits, Assessments, Or Investigations Of Contractor Information Technology (it) Resources To Ensure Information Security Is Compliant With Federal And Va Requirements. The Contractor Shall Provide All Necessary Access To Records (including Electronic And Documentary Materials Related To The Contracts And Subcontracts) And Support (including Access To Contractor And Subcontractor Staff Associated With The Contract) To Va, Va's Office Inspector General (oig),and/or Government Accountability Office (gao) Staff During Periodic Control Assessments, Audits, Or Investigations.
the Contractor May Only Use Va Information Within The Terms Of The Contract And Applicable Federal Law, Regulations, And Va Policies. If New Federal Information Security Laws, Regulations Or Va Policies Become Applicable After Execution Of The Contract, The Parties Agree To Negotiate Contract Modification And Adjustment Necessary To Implement The New Laws, Regulations, And/or Policies.
the Contractor Shall Not Make Copies Of Va Information Except As Specifically Authorized And Necessary To Perform The Terms Of The Contract. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Shall Be Destroyed In Accordance With Va Directive 6500, Va Cybersecurity Program And Va Information Security Knowledge Service.
if A Veterans Health Administration (vha) Contract Is Terminated For Default Or Cause With A Business Associate, The Related Local Business Associate Agreement (baa) Shall Also Be Terminated And Actions Taken In Accordance With Vha Directive 1605.05, Business Associate Agreements. If There Is An Executed National Baa Associated With The Contract, Va Will Determine What Actions Are Appropriate And Notify The Contactor.
the Contractor Shall Store And Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools Which Are, At A Minimum, Federal Information Processing Standards (fips) 140-2, Security Requirements For Cryptographic Modules (or Its Successor) Validated And In Conformance With Va Information Security Knowledge Service Requirements. The Contractor Shall Transmit Va Sensitive Information Using Va Approved Transport Layer Security (tls) Configured With Fips Based Cipher Suites In Conformance With National Institute Of Standards And Technology (nist) 800-52, Guidelines For The Selection, Configuration And Use Of Transport Layer Security (tls) Implementations.
the Contractor S Firewall And Web Services Security Controls, As Applicable, Shall Meet Or Exceed Va S Minimum Requirements.
except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor May Use And Disclose Va Information Only In Two Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction After Notification To Va Co (ii) With Written Approval From The Va Co. The Contractor Shall Refer All Requests For, Demands For Production Of Or Inquiries About, Va Information And Information Systems To The Va Co For Response.
notwithstanding The Provision Above, The Contractor Shall Not Release Va Records Protected By Title 38 U.s.c. § 5705, Confidentiality Of Medical Quality- Assurance Records And/or Title 38 U.s.c. § 7332, Confidentiality Of Certain Medical Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse Or Infection With Human Immunodeficiency Virus (hiv). If The Contractor Is In Receipt Of A Court Order Or Other Requests For The Above- Mentioned Information, The Contractor Shall Immediately Refer Such Court Order Or Other Requests To The Va Co For Response.
information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract Will Be Protected And Secured In Accordance With Va Directive 6500 And Identity And Access Management (iam) Security Processes Specified In The Va Information Security Knowledge Service.
any Data Destruction Done On Behalf Of Va By A Contractor Shall Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management, Va Handbook 6300.1, Records Management Procedures, And Applicable Va Records Control Schedules.
the Contractor Shall Provide Its Plan For Destruction Of All Va Data In Its Possession According To Va Directive 6500 And Nist 800-88, Guidelines For Media Sanitization Prior To Termination Or Completion Of This Contract. If Directed By The Cor/co, The Contractor Shall Return All Federal Records To Va For Disposition.
any Media, Such As Paper, Magnetic Tape, Magnetic Disks, Solid State Devices Or Optical Discs That Is Used To Store, Process, Or Access Va Information That Cannot Be Destroyed Shall Be Returned To Va.the Contractor Shall Hold The Appropriate Material Until Otherwise Directed By The Contracting Officer S Representative (cor) Or Co. Items Shall Be Returned Securely Via Va-approved Methods. Va Sensitive Information Must Be Transmitted Utilizing Va-approved Encryption Tools Which Are Validated Under Fips 140-2 (or Its Successor) And Nist 800-52. If Mailed, The Contractor Shall Send Via A Trackable Method (usps, Ups, Fedex, Etc.) And Immediately Provide The Cor/co With The Tracking Information. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Shall Be Sent To The Cor/co Within 30 Business Days Of Termination Of The Contract.
all Electronic Storage Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used To Store, Process Or Access Va Information Will Not Be Returned To The Contractor At The End Of Lease, Loan, Or Trade-in. Exceptions To This Paragraph Will Only Be Granted With The Written Approval Of The Va Co.
access To Va Information And Va Information Systems. This Section
applies When Any Person Requires Access To Information Made Available To The Contractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor In Performance Or Administration Of The Contract.
a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees And Subcontractors Only To The Extent Necessary To Perform The Services Specified In The Solicitation Or Contract. This Includes Indirect Entities, Both Affiliate Of Contractor/subcontractor And Agent Of Contractor/subcontractor.
contractors And Subcontractors Shall Sign The Va Information Security Rule Of Behavior (rob) Before Access Is Provided To Va Information And Information Systems (see Section 4, Training, Below). The Rob Contains The Minimum User Compliance Requirements And Does Not Supersede Any Policies Of Va Facilities Or Other Agency Components Which Provide Higher Levels Of Protection To Va S Information Or Information Systems. Users Who Require Privileged Access Shall Complete The Va Elevated Privilege Access Request Processes Before Privileged Access Is Granted.
all Contractors And Subcontractors Working With Va Information Are Subject To The Same Security Investigative And Clearance Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information, At No Cost To Scriptpro. The Level And Process Of Background Security Investigations For Contractors Shall Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office Of Human Resources And Administration/operations, Security And Preparedness (hra/osp) Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To Classified Information Or Information Systems Shall Have An Appropriate Security Clearance. Verification Of A Security Clearance Shall Be Processed Through The Special Security Officer Located In Hra/osp. Contractors Shall Conform To All Requirements Stated In The National Industrial Security Program Operating Manual (nispom).
all Contractors And Subcontractors Shall Comply With Conditions Specified In Vaar 852.204-71(d); Contractor Operations Required To Be In United States. All Contractors And Subcontractors Working With Va Information Must Be Permanently Located Within A Jurisdiction Subject To The Law Of The United States Or Its Territories To The Maximum Extent Feasible. If Services Are Proposed To Be Performed Abroad The Contractor Must State Where All Non-u.s. Services Are Provided. The Contractor Shall Deliver To Va A Detailed Plan Specifically Addressing Communications, Personnel Control, Data Protection And Potential Legal Issues. The Plan Shall Be Approved By The Cor/co In Writing Prior To Access Being Granted.
the Contractor Shall Notify The Cor/co In Writing Immediately (no Later Than 24 Hours) After Personnel Separation Or Occurrence Of Other Causes. Causes May Include The Following:
contractor/subcontractor Personnel No Longer Has A Need For Access To Va Information Or Va Information Systems.
contractor/subcontractor Personnel Are Terminated, Suspended, Or Otherwise Has Their Work On A Va Project Discontinued For Any Reason.
contractor Believes Their Own Personnel Or Subcontractor Personnel May Pose A Threat To Their Company S Working Environment Or To Any Company- Owned Property. This Includes Contractor-owned Assets, Buildings, Confidential Data, Customers, Employees, Networks, Systems, Trade Secrets And/or Va Data.
any Previously Undisclosed Changes To Contractor/subcontractor Background History Are Brought To Light, Including But Not Limited To Changes To Background Investigation Or Employee Record.
contractor/subcontractor Personnel Have Their Authorization To Work In The United States Revoked.
agreement By Which Contractor Provides Products And Services To Va Has Either Been Fulfilled Or Terminated, Such That Va Can Cut Off Electronic And/or Physical Access For Contractor Personnel.
in Such Cases Of Contract Fulfillment, Termination, Or Other Causes; The Contractor Shall Take The Necessary Measures To Immediately Revoke Access To Va Network, Property, Information, And Information Systems (logical And Physical) By Contractor/subcontractor Personnel. These Measures Include (but Are Not Limited To): Removing And Then Securing Personal Identity Verification (piv) Badges And Piv Interoperable (piv-i) Access Badges, Va-issued Photo Badges, Credentials For Va Facilities And Devices, Va-issued Laptops, And Authentication Tokens. Contractors Shall Notify The Appropriate Va Cor/co Immediately To Initiate Access Removal.
contractors/subcontractors Who No Longer Require Va Accesses Will Return Va- Issued Property To Va. This Property Includes (but Is Not Limited To): Documents, Electronic Equipment, Keys, And Parking Passes. Piv And Piv-i Access Badges Shall Be Returned To The Nearest Va Piv Badge Issuance Office. Once They Have Had Access To Va Information, Information Systems, Networks And Va Property In Their Possessions Removed, Contractors Shall Notify The Appropriate Va Cor/co.
training. This Entire Section Applies To All Acquisitions Which Include Section 3.
all Contractors And Subcontractors Requiring Access To Va Information And Va Information Systems Shall Successfully Complete The Following Before Being Granted Access To Va Information And Its Systems:
va Privacy And Information Security Awareness And Rules Of Behavior Course (talent Management System (tms) #10176) Initially And Annually Thereafter.
sign And Acknowledge (electronically Through Tms #10176) Understanding Of And Responsibilities For Compliance With The Organizational Rules Of Behavior, Relating To Access To Va Information And Information Systems Initially And Annually Thereafter; And
successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Or Information Access [to Be Defined By The Va Program Official And Provided To The Va Co For Inclusion In The Solicitation Document I.e., Any Role- Based Information Security Training].
the Contractor Shall Provide To The Cor/co A Copy Of The Training Certificates And Certification Of Signing The Organizational Rules Of Behavior For Each Applicable Employee Within Five Days Of The Initiation Of The Contract And Annually Thereafter, As Required.
failure To Complete The Mandatory Annual Training Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Required Training Is Complete.
security Incident Investigation. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language.
the Contractor, Subcontractor, Their Employees, Or Business Associates Shall Immediately (within One Hour) Report Suspected Security / Privacy Incidents To The Va Oit S Enterprise Service Desk (esd) By Calling (855) 673-4357 (tty: 711). The Esd Is Oit S 24/7/365 Single Point Of Contact For It-related Issues. After Reporting To The Esd, The Contractor, Subcontractor, Their Employees, Or Business Associates Shall, Within One Hour, Provide The Cor/co The Incident Number Received From The Esd.
to The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved And The Circumstances Surrounding The Incident, Including The Following:
the Date And Time (or Approximation Of) The Security Incident Occurred.
the Names Of Individuals Involved (when Applicable).
the Physical And Logical (if Applicable) Location Of The Incident.
why The Security Incident Took Place (i.e., Catalyst For The Failure).
the Amount Of Data Belonging To Va Believed To Have Been Compromised.
the Remediation Measures The Contractor Is Taking To Ensure No Future Incidents Of A Similar Nature.
after The Contractor Has Provided The Initial Detailed Incident Summary To Va, They Will Continue To Provide Written Updates On Any New And Relevant Circumstances Or Facts They Discover. The Contractor, Subcontractor, And Their Employes Shall Fully Cooperate With Va Or Third-party Entity Performing An Independent Risk Analysis On Behalf Of Va. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
va It Contractors Shall Follow Va Handbook 6500, Risk Management Framework For Va Information Systems Va Information Security Program, And Va Information Security Knowledge Service Guidance For Implementing An Incident Response Plan Or Integrating With An Existing Va Implementation.
in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig, And The Va Office Of Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.
the Contractor Shall Comply With Va Handbook 6500.2, Management Of Breaches Involving Sensitive Personal Information, Which Establishes The Breach Management Policies And Assigns Responsibilities For The Oversight, Management And Reporting Procedures Associated With Managing Of Breaches.
with Respect To Unsecured Protected Health Information (phi), The Contractor Is Deemed To Have Discovered A Data Breach When The Contractor Knew Or Should Have Known Of Breach Of Such Information. When A Business Associate Is Part Of Vha Contract, Notification To The Covered Entity (vha) Shall Be Made In Accordance With The Executed Baa.
if The Contractor Or Any Of Its Agents Fails To Protect Va Sensitive Personal Information Or Otherwise Engages In Conduct Which Results In A Data Breach Involving Any Va Sensitive Personal Information The Contractor/subcontractor Processes Or Maintains Under The Contract; The Contractor Shall Pay Liquidated Damages To The Va As Set Forth In Clause 852.211-76, Liquidated Damages Reimbursement For Data Breach Costs.
information System Design And Development. This Entire Section
applies To Information Systems, Systems, Major Applications, Minor Applications, Enclaves, And Platform Information Technologies (to Include The Subcomponents Of Each) Designed Or Developed For Or On Behalf Of Va By Any Non-va Entity.
information Systems Designed Or Developed On Behalf Of Va At Non-va Facilities Shall Comply With All Applicable Federal Law, Regulations, And Va Policies. This Includes Standards For The Protection Of Electronic Protected Health Information (phi), Outlined In 45 C.f.r. Part 164, Subpart C And Information And System Security Categorization Level Designations In Accordance With Fips 199, Standards For Security Categorization Of Federal Information And Information Systems And Fips 200, Minimum Security Requirements For Federal Information Systems. Baseline Security Controls Shall Be Implemented Commensurate With The Fips 199 System Security Categorization (reference Va Handbook 6500 And Va Trusted Internet Connections (tic) Architecture).
contracted New Developments Require Creation, Testing, Evaluation, And Authorization In Compliance With Va Assessment And Authorization (a&a) Processes In Va Handbook 6500 And Va Information Security Knowledge Service To Obtain An Authority To Operate (ato). Va Directive 6517, Risk Management Framework For Cloud Computing Services, Provides The Security And Privacy Requirements For Cloud Environments.
va It Contractors, Subcontractors And Third-party Service Providers Shall Address And/or Integrate Applicable Va Handbook 6500, Va Handbook 6517, Risk Management Framework For Cloud Computing Services And Information Security Knowledge Service Specifications In Delivered It Systems/solutions, Products And/or Services. If Systems/solutions, Products And/or Services Do Not Directly Match Va Security Requirements, The Contractor Shall Work Though The Cor/co To Identify The Va Organization Responsible For Governance Or Resolution. Contractors Shall Comply With Far 39.1, Specifically The Prohibitions Referenced.
the Contractor (including Producers And Resellers) Shall Comply With Office Of Management And Budget (omb) M-22-18 And M-23-16 When Using Third-party Software On Va Information Systems Or Otherwise Affecting The Va Information. This Includes New Software Purchases And Software Renewals For Software Developed Or Modified By Major Version Change After The Issuance Date Of M- 22-18 (september 14, 2022). The Term Software Includes Firmware, Operating Systems, Applications And Application Services (e.g., Cloud-based Software), As Well As Products Containing Software. The Contractor Shall Provide A Self- Attestation That Secure Software Development Practices Are Utilized As Outlined By Executive Order (eo)14028 And Nist Guidance. A Third-party Assessment Provided By Either A Certified Federal Risk And Authorization Management Program (fedramp) Third Party Assessor Organization (3pao) Or One Approved By The Agency Will Be Acceptable In Lieu Of A Software Producer's Self- Attestation.
the Contractor Shall Ensure All Delivered Applications, Systems And Information Systems Are Compliant With Homeland Security Presidential Directive (hspd) 12 And Va Identity And Access Management (iam) Enterprise Identity Management Requirements As Set Forth In Omb M-19-17, M-05-24, Fips 201-3, Personal Identity Verification (piv) Of Federal Employees And Contractors (or Its Successor), M-21-31 And Supporting Nist Guidance. This Applies To Commercial Off-the-shelf (cots) Product(s) That The Contractor Did Not Develop, All Software Configurations And All Customizations.
the Contractor Shall Ensure All Contractor Delivered Applications And Systems Provide User Authentication Services Compliant With Va Handbook 6500, Va Information Security Knowledge Service, Iam Enterprise Requirements And Nist 800-63, Digital Identity Guidelines, For Direct, Assertion-based Authentication And/or Trust-based Authentication, As Determined By The Design And Integration Patterns. Direct Authentication At A Minimum Must Include Public Key Infrastructure (pki) Based Authentication Supportive Of Piv And/or Common Access Card (cac), As Determined By The Business Need And Compliance With Va Information Security Knowledge Service Specifications.
the Contractor Shall Use Va Authorized Technical Security Baseline Configurations And Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems In Compliance With Va Baselines Prior To Acceptance Or Connection Into An Authorized Va Computing Environment. If The Defense Information Systems Agency (disa) Has Created A Security Technical Implementation Guide (stig) For The Technology, The Contractor May Configure To Comply With That Stig. If Va Determines A New Or Updated Va Configuration Baseline Needs To Be Created, The Contractor Shall Provide Required Technical Support To Develop The Configuration Settings. Far 39.1 Requires The Population Of Operating Systems And Applications Includes All Listed On The Nist National Checklist Program Checklist Repository.
the Standard Installation, Operation, Maintenance, Updating And Patching Of Software Shall Not Alter The Configuration Settings From Va Approved Baseline Configuration. Software Developed For Va Must Be Compatible With Va Enterprise Installer Services And Install To The Default Program Files Directory With Silently Install And Uninstall. The Contractor Shall Perform Testing Of All Updates And Patching Prior To Implementation On Va Systems.
applications Designed For Normal End Users Will Run In The Standard User Context Without Elevated System Administration Privileges.
the Contractor-delivered Solutions Shall Reside On Va Approved Operating Systems. Exceptions To This Will Only Be Granted With The Written Approval Of The Cor/co.
the Contractor Shall Design, Develop, And Implement Security And Privacy Controls In Accordance With The Provisions Of Va Security System Development Life Cycle Outlined In Nist 800-37, Risk Management Framework For Information Systems And Organizations: A System Life Cycle Approach For Security And Privacy, Va Directive And Handbook 6500, And Va Handbook 6517.
the Contractor Shall Comply With The Privacy Act Of1974 (the Act), Far 52.224- 2 Privacy Act, And Va Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish A Va Function.
the Contractor Shall Ensure The Security Of All Procured Or Developed Information Systems, Systems, Major Applications, Minor Applications, Enclaves And Platform Information Technologies, Including Their Subcomponents (hereinafter Referred To As Information Systems ) Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes Security Configurations, Workarounds, Patches, Hotfixes, Upgrades, Replacements And Any Physical Components Which May Be Necessary To Remediate All Security Vulnerabilities Published Or Known To The Contractor Anywhere In The Information Systems (including Systems, Operating Systems, Products, Hardware, Software, Applications And Firmware). The Contractor Shall Ensure Security Fixes Do Not Negatively Impact The Information Systems.
when The Contractor Is Responsible For Operations Or Maintenance Of The Systems, The Contractor Shall Apply The Security Fixes Within The Timeframe Specified By The Associated Controls On The Va Information Security Knowledge Service. When Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Contractor Shall Provide Written Notice To The Va Cor/co That The Patch Has Been Validated As To Not Affecting The Systems Within 10 Business Days.
information System Hosting, Operation, Maintenance Or Use.
this Entire Section Applies To Information Systems, Systems, Major Applications, Minor Applications, Enclaves, And Platform Information Technologies (cloud And Non- Cloud) Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities.
the Contractor Shall Comply With All Federal Laws, Regulations, And Va Policies For Information Systems (cloud And Non-cloud) That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities. Security Controls For Collecting, Processing, Transmitting, And Storing Of Va Sensitive Information, Must Be In Place. The Controls Will Be Tested By Va Or A Va Sanctioned 3pao And Approved By Va Prior To Hosting, Operation, Maintenance Or Use Of The Information System Or Systems By Or On Behalf Of Va. This Includes Conducting Compliance Risk Assessments, Security Architecture Analysis, Routine Vulnerability Scanning, System Patching, Change Management Procedures And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Shall Be The Same As Procedures Used To Secure Va-operated Information Systems.
outsourcing (contractor Facility, Equipment, Or Staff) Of Systems Or Network Operations, Telecommunications Services Or Other Managed Services Require Assessment And Authorization (a&a) Of The Contractor S Systems In Accordance With Va Handbook 6500 As Specified In Va Information Security Knowledge Service. Major Changes To The A&a Package May Require Reviewing And Updating All The Documentation Associated With The Change. The Contractor S Cloud Computing Systems Shall Comply With Fedramp And Va Directive 6517 Requirements.
the Contractor Shall Return All Electronic Storage Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) On Non-va Leased Or Non-va Owned It Equipment Used To Store, Process Or Access Va Information To Va In Accordance With A&a Package Requirements. This Applies When The Contract Is Terminated Or Completed And Prior To Disposal Of Media. The Contractor Shall Provide Its Plan For Destruction Of All Va Data In Its Possession According To Va Information Security Knowledge Service Requirements And Nist 800-88. The Contractor Shall Send A Self-certification That The Data Destruction Requirements Above Have Been Met To The Cor/co Within 30 Business Days Of Termination Of The Contract.
all External Internet Connections To Va Network Involving Va Information Must Be In Accordance With Va Trusted Internet Connection (tic) Reference Architecture And Va Directive And Handbook 6513, Secure External Connections And Reviewed And Approved By Va Prior To Implementation. Government-owned Contractor-operated Systems, Third Party Or Business Partner Networks Require A Memorandum Of Understanding (mou) And Interconnection Security Agreements (isa).
contractor Procedures Shall Be Subject To Periodic, Announced, Or Unannounced Assessments By Va Officials, The Oig Or A 3pao. The Physical Security Aspects Associated With Contractor Activities Are Also Subject To Such Assessments. The Contractor Shall Report, In Writing, Any Deficiencies Noted During The Above Assessment To The Va Cor/co. The Contractor Shall Use Va S Defined Processes To Document Planned Remedial Actions That Address Identified Deficiencies In Information Security Policies, Procedures, And Practices. The Contractor Shall Correct Security Deficiencies Within The Timeframes Specified In The Va Information Security Knowledge Service.
all Major Information System Changes Which Occur In The Production Environment Shall Be Reviewed By The Va To Determine The Impact On Privacy And Security Of The System. Based On The Review Results, Updates To The Authority To Operate (ato) Documentation And Parameters May Be Required To Remain In Compliance With Va Handbook 6500 And Va Information Security Knowledge Service Requirements.
the Contractor Shall Conduct An Annual Privacy And Security Self-assessment On All Information Systems And Outsourced Services As Required. Copies Of The Assessment Shall Be Provided To The Cor/co. The Va/government Reserves The Right To Conduct Assessment Using Government Personnel Or A Third-party If Deemed Necessary. The Contractor Shall Correct Or Mitigate Any Weaknesses Discovered During The Assessment.
va Prohibits The Installation And Use Of Personally Owned Or Contractor-owned Equipment Or Software On Va Information Systems. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow, Pws, Pd Or Contract. All Security Controls Required For Government Furnished Equipment Must Be Utilized In Va Approved Other Equipment (oe). Configuration Changes To The Contractor Oe, Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Use A Va-approved Antivirus Software And A Personal (host-based Or Enclave Based) Firewall With A Va-approved Configuration. The Contractor Shall Ensure Software On Oe Is Kept Current With All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-virus Software And The Firewall On The Non-va Owned Oe. Approved Contractor Oe Will Be Subject To Technical Inspection At Any Time.
the Contractor Shall Notify The Cor/co Within One Hour Of Disclosure Or Successful Exploits Of Any Vulnerability Which Can Compromise The Confidentiality, Integrity, Or Availability Of The Information Systems. The System Or Effected Component(s) Need(s) To Be Isolated From The Network. A Forensic Analysis Needs To Be Conducted Jointly With Va. Such Issues Will Be Remediated As Quickly As Practicable, But In No Event Longer Than The Timeframe Specified By Va Information Security Knowledge Service. If Sensitive Personal Information Is Compromised Reference Va Handbook 6500.2 And Section 5, Security Incident Investigation.
for Cases Wherein The Contractor Discovers Material Defects Or Vulnerabilities Impacting Products And Services They Provide To Va, The Contractor Shall Develop And Implement Policies And Procedures For Disclosure To Va, As Well As Remediation. The Contractor Shall, Within 30 Business Days Of Discovery, Document A Summary Of These Vulnerabilities Or Defects. The Documentation Will Include A Description Of The Potential Impact Of Each Vulnerability And Material Defect, Compensating Security Controls, Mitigations, Recommended Corrective Actions, Fbonotice Cause Analysis And/or Workarounds (i.e., Monitoring). Should There Exist Any Backdoors In The Products Or Services They Provide To Va (referring To Methods For Bypassing Computer Authentication), The Contractor Shall Provide The Va Co/co Written Assurance They Have Permanently Remediated These Backdoors.
all Other Vulnerabilities, Including Those Discovered Through Routine Scans Or Other Assessments, Will Be Remediated Based On Risk, In Accordance With The Remediation Timelines Specified By The Va Information Security Knowledge Service And/or The Applicable Timeframe Mandated By Cybersecurity & Infrastructure Security Agency (cisa) Binding Operational Directive (bod) 22- 01 And Bod 19-02 For Internet-accessible Systems. Exceptions To This Paragraph Will Only Be Granted With The Approval Of The Cor/co.
security And Privacy Controls Compliance Testing, Assessment
and Auditing. This Entire Section Applies Whenever Section 6 Or 7 Is Included.
should Va Request It, The Contractor Shall Provide A Copy Of Their (corporation S, Sole Proprietorship S, Partnership S, Limited Liability Company (llc), Or Other Business Structure Entity S) Policies, Procedures, Evidence And Independent Report Summaries Related To Specified Cybersecurity Frameworks (international Organization For Standardization (iso), Nist Cybersecurity Framework (csf), Etc.). Va Or Its Third-party/partner Designee (if Applicable) Are Further Entitled To Perform Their Own Audits And Security/penetration Tests Of The Contractor S It Or Systems And Controls, To Ascertain Whether The Contractor Is Complying With The Information Security, Network Or System Requirements Mandated In The Agreement Between Va And The Contractor.
any Audits Or Tests Of The Contractor Or Third-party Designees/partner Va Elects To Carry Out Will Commence Within 30 Business Days Of Va Notification. Such Audits, Tests And Assessments May Include The Following: (a): Security/penetration Tests Which Both Sides Agree Will Not Unduly Impact Contractor Operations; (b): Interviews With Pertinent Stakeholders And Practitioners; (c): Document Review; And (d): Technical Inspections Of Networks And Systems The Contractor Uses To Destroy, Maintain, Receive, Retain, Or Use Va Information.
as Part Of These Audits, Tests And Assessments, The Contractor Shall Provide All Information Requested By Va. This Information Includes, But Is Not Limited To, The Following: Equipment Lists, Network Or Infrastructure Diagrams, Relevant Policy Documents, System Logs Or Details On Information Systems Accessing, Transporting, Or Processing Va Data.
the Contractor And At Its Own Expense, Shall Comply With Any Recommendations Resulting From Va Audits, Inspections And Tests. Va Further Retains The Right To View Any Related Security Reports The Contractor Has Generated As Part Of Its Own Security Assessment. The Contractor Shall Also Notify Va Of The Existence Of Any Such Security Reports Or Other Related Assessments, Upon Completion And Validation.
va Appointed Auditors Or Other Government Agency Partners May Be Granted Access To Such Documentation On A Need-to-know Basis And Coordinated Through The Cor/co. The Contractor Shall Comply With Recommendations Which Result From These Regulatory Assessments On The Part Of Va Regulators And Associated Government Agency Partners.
product Integrity, Authenticity, Provenance, Anti-counterfeit
and Anti-tampering. This Entire Section Applies When The Acquisition Involves Any Product (application, Hardware, Or Software) Or When Section 6 Or 7 Is Included.
the Contractor Shall Comply With Code Of Federal Regulations (cfr) Title 15 Part 7, Securing The Information And Communications Technology And Services (icts) Supply Chain , Which Prohibits Icts Transactions From Foreign Adversaries. Icts Transactions Are Defined As Any Acquisition, Importation, Transfer, Installation, Dealing In Or Use Of Any Information And Communications Technology Or Service, Including Ongoing Activities, Such As Managed Services, Data Transmission, Software Updates, Repairs Or The Platforming Or Data Hosting Of Applications For Consumer Download.
when Contracting Terms Require The Contractor To Procure Equipment, The Contractor Shall Purchase Or Acquire The Equipment From An Original Equipment Manufacturer (oem) Or An Authorized Reseller Of The Oem. The Contractor Shall Attest That Equipment Procured From An Oem Or Authorized Reseller Or Distributor Are Authentic. If Procurement Is Unavailable From An Oem Or Authorized Reseller, The Contractor Shall Submit In Writing, Details Of The Circumstances Prohibiting This From Happening And Procure A Product Waiver From The Va Cor/co.
all Contractors Shall Establish, Implement, And Provide Documentation For Risk Management Practices For Supply Chain Delivery Of Hardware, Software (to Include Patches) And Firmware Provided Under This Agreement. Documentation Will Include Chain Of Custody Practices, Inventory Management Program, Information Protection Practices, Integrity Management Program For Sub-supplier Provided Components, And Replacement Parts Requests. The Contractor Shall Make Spare Parts Available. All Contractor(s) Shall Specify How Digital Delivery For Procured Products, Including Patches, Will Be Validated And Monitored To Ensure Consistent Delivery. The Contractor Shall Apply Encryption Technology To Protect Procured Products Throughout The Delivery Process.
if A Contractor Provides Software Or Patches To Va, The Contractor Shall Publish Or Provide A Hash Conforming To The Fips Security Requirements For Cryptographic Modules (fips 140-2 Or Successor).
the Contractor Shall Provide A Software Bill Of Materials (sbom) For Procured (to Include Licensed Products) And Consist Of A List Of Components And Associated Metadata Which Make Up The Product. Sboms Must Be Generated In One Of The Data Formats Defined In The National Telecommunications And Information Administration (ntia) Report The Minimum Elements For A Software Bill Of Materials (sbom).
contractors Shall Use Or Arrange For The Use Of Trusted Channels To Ship Procured Products, Such As U.s. Registered Mail And/or Tamper-evident Packaging For Physical Deliveries.
throughout The Delivery Process, The Contractor Shall Demonstrate A Capability For Detecting Unauthorized Access (tampering).
the Contractor Shall Demonstrate Chain-of-custody Documentation For Procured Products And Require Tamper-evident Packaging For The Delivery Of This Hardware.
viruses, Firmware And Malware. This Entire Section Applies When The Acquisition Involves Any Product (application, Hardware, Or Software) Or When Section 6 Or 7 Is Included.
the Contractor Shall Execute Due Diligence To Ensure All Provided Software And Patches, Including Third-party Patches, Are Free Of Viruses And/or Malware Before Releasing Them To Or Installing Them On Va Information Systems.
the Contractor Warrants It Has No Knowledge Of And Did Not Insert, Any Malicious Virus And/or Malware Code Into Any Software Or Patches Provided To Va Which Could Potentially Harm Or Disrupt Va Information Systems. The Contractor Shall Use Due Diligence, If Supplying Third-party Software Or Patches, To Ensure The Third-party Has Not Inserted Any Malicious Code And/or Virus Which Could Damage Or Disrupt Va Information Systems.
the Contractor Shall Provide Or Arrange For The Provision Of Technical Justification As To Why Any False Positive Hit Has Taken Place To Ensure Their Code S Supply Chain Has Not Been Compromised. Justification May Be Required, But Is Not Limited To, When Install Files, Scripts, Firmware, Or Other Contractor-delivered Software Solutions (including Third-party Install Files, Scripts, Firmware, Or Other Software) Are Flagged As Malicious, Infected, Or Suspicious By An Anti-virus Vendor.
the Contractor Shall Not Upload (intentionally Or Negligently) Any Virus, Worm, Malware Or Any Harmful Or Malicious Content, Component And/or Corrupted Data/source Code (hereinafter Virus Or Other Malware ) Onto Va Computer And Information Systems And/or Networks. If Introduced (and This Clause Is Violated), Upon Written Request From The Va Co, The Contractor Shall:
take All Necessary Action To Correct The Incident, To Include Any And All Assistance To Va To Eliminate The Virus Or Other Malware Throughout Va S Information Networks, Computer Systems And Information Systems; And
use Commercially Reasonable Efforts To Restore Operational Efficiency And Remediate Damages Due To Data Loss Or Data Integrity Damage, If The Virus Or Other Malware Causes A Loss Of Operational Efficiency, Data Loss, Or Damage To Data Integrity.
cryptographic Requirement. This Entire Section Applies Whenever The Acquisition Includes Section 6 Or 7 Is Included.
the Contractor Shall Document How The Cryptographic System Supporting The Contractor S Products And/or Services Protect The Confidentiality, Data Integrity, Authentication And Non-repudiation Of Devices And Data Flows In The Underlying System.
the Contractor Shall Use Only Approved Cryptographic Methods As Defined In Fips 140-2 (or Its Successor) And Nist 800-52 Standards When Enabling Encryption On Its Products.
the Contractor Shall Provide Or Arrange For The Provision Of An Automated Remote Key-establishment Method Which Protects The Confidentiality And Integrity Of The Cryptographic Keys.
the Contractor Shall Ensure Emergency Re-keying Of All Devices Can Be Remotely Performed Within 30 Business Days.
the Contractor Shall Provide Or Arrange For The Provision Of A Method For Updating Cryptographic Primitives Or Algorithms.
patching Governance. This Entire Section Applies Whenever The Acquisition Includes Section 7 Is Included
the Contractor Shall Provide Documentation Detailing The Patch Management, Vulnerability Management, Mitigation And Update Processes (to Include Third- Party) Prior To The Connection Of Electronic Devices, Assets Or Equipment To Va S Assets. This Documentation Will Include Information Regarding The Follow:
the Resources And Technical Capabilities To Sustain The Program Or Process (e.g., How The Integrity Of A Patch Is Validated By Va); And
the Approach And Capability To Remediate Newly Reported Zero-day Vulnerabilities For Contractor Products.
the Contractor Shall Verify And Provide Documentation All Procured Products (including Third-party Applications, Hardware, Software, Operating Systems, And Firmware) Have Appropriate Updates And Patches Installed Prior To Delivery To Va.
the Contractor Shall Provide Or Arrange The Provision Of Appropriate Software And Firmware Updates To Remediate Newly Discovered Vulnerabilities Or Weaknesses For Their Products And Services Within 30 Days Of Discovery. Updates To Remediate Critical Or Emergent Vulnerabilities Will Be Provided Within Seven Business Days Of Discovery. If Updates Cannot Be Made Available By Contractor Within These Time Periods, The Contractor Shall Submit Mitigations, Methods Of Exploit Detection And/or Workarounds To The Cor/co Prior To The Above Deadlines.
the Contractor Shall Provide Or Arrange For The Provision Of Appropriate Hardware, Software And/or Firmware Updates, When Those Products, Including Open-source Software, Are Provided To The Va, To Remediate Newly Discovered Vulnerabilities Or Weaknesses. Remediations Of Products Or Services Provided To The Va S System Environment Must Be Provided Within 30 Business Days Of Availability From The Original Supplier And/or Patching Source. Updates Toremediate Critical Vulnerabilities Applicable To The Contractor S Use Of The Third- Party Product In Its System Environment Will Be Provided Within Seven Business Days Of Availability From The Original Supplier And/or Patching Source. If Applicable Third-party Updates Cannot Be Integrated, Tested And Made Available By Contractor Within These Time Periods, Mitigations And/or Workarounds Will Be Provided To The Cor/co Before The Above Deadlines.
specialized Devices/systems (medical Devices, Special Purpose
systems, Research Scientific Computing). This Entire Section Applies When The Acquisition Includes One Or More Medical Device, Special Purpose System Or Research Scientific Computing Device. If Appropriate, Ensure Selected Clauses From Section 6 Or 7 And 8 Through 12 Are Included.
contractor Supplies/delivered Medical Devices, Special Purpose Systems- Operational Technology (sps-ot) And Research Scientific Computing Devices Shall Comply With All Applicable Federal Law, Regulations, And Va Policies. New Developments Require Creation, Testing, Evaluation, And Authorization In Compliance With Processes Specified On The Specialized Device Cybersecurity Department Enterprise Risk Management (sdcd-erm) Portal, Va Directive 6550, Pre-procurement Assessment And Implementation Of Medical Devices/systems, Va Handbook 6500, And The Va Information Security Knowledge Service. Deviations From Federal Law, Regulations, And Va Policy Are Identified And Documented As Part Of Va Directive 6550 And/or The Va Enterprise Risk Analysis (era) Processes For Specialized Devices/systems Processes.
all Contractors And Third-party Service Providers Shall Address And/or Integrate Applicable Va Handbook 6500 And Information Security Knowledge Service Specifications In Delivered It Systems/solutions, Products And/or Services. If Systems/solutions, Products And/or Services Do Not Directly Match Va Security Requirements, The Contractor Shall Work Though The Cor/co For Governance Or Resolution.
the Contractor Shall Certify To The Cor/co That Devices/systems That Have Completed The Va Enterprise Risk Analysis (era) Process For Specialized Devices/systems Are Fully Functional And Operate Correctly As Intended. Devices/systems Must Follow The Va Era Authorized Configuration Prior To Acquisition And Connection To The Va Computing Environment. If Va Determines A New Va Era Needs To Be Created, The Contractor Shall Provide Required Technical Support To Develop The Configuration Settings. Major Changes To A Previously Approved Device/system Will Require A New Era.
the Contractor Shall Comply With All Practices Documented By The Food Drug And Administration (fda) Premarket Submission For Management Of Cybersecurity In Medical Devices And Postmarket Management Of Cybersecurity In Medical Devices.
the Contractor Shall Design Devices Capable Of Accepting All Applicable Security Patches With Or Without The Support Of The Contractor Personnel. If Patching Can Only Be Completed By The Contractor, The Contractor Shall Commit The Resources Needed To Patch All Applicable Devices At All Va Locations. If Unique Patching Instructions Or Packaging Is Needed, The Contractor Shall Provide The Necessary Information In Conjunction With The Validation/testing Of The Patch. The Contractor Shall Apply Security Patches Within 30 Business Days Of The Patch Release And Have A Formal Tracking Process For Any Security Patches Not Implemented To Include Explanation When A Device Cannot Be Patched.
the Contractor Shall Provide Devices Able To Install And Maintain Va-approved Antivirus Capabilities With The Capability To Quarantine Files And Be Updated As Needed In Response To Incidents. Alternatively, A Va-approved Whitelisting Application May Be Used When The Contractor Cannot Install An Anti-virus / Anti- Malware Application.
the Contractor Shall Verify And Document All Software Embedded Within The Device Does Not Contain Any Known Viruses Or Malware Before Delivery To Or Installation At A Va Location.
devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Solid State, And Storage Via Chips/firmware) With Va Sensitive
information Will Be Returned To The Contractor With Media Removed. When The Contract Requires Return Of Equipment, The Options Available To The Contractor Are The Following:
the Contractor Shall Accept The System Without The Drive, Firmware And Solid State.
va S Initial Device Purchase Includes A Spare Drive Or Other Replacement Media Which Must Be Installed In Place Of The Original Drive At Time Of Turn- In; Or
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With The Device, If It Is Not Possible For Va To Retain The Hard Drive, Firmware, And Solid State, Then:
the Equipment Contractor Shall Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact.
any Fixed Hard Drive, Complementary Metal-oxide-semiconductor (cmos), Programmable Read-only Memory (prom), Solid State And Firmware On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Solicitation, Contract, Or Order.
data Center Provisions. This Entire Section Applies Whenever The Acquisition Requires An Interconnection To/from The Va Network To/from A Non-va Location.
the Contractor Shall Ensure The Va Network Is Accessed By In Accordance With Va Directive 6500 And Iam Security Processes Specified In The Va Information Security Knowledge Service.
the Contractor Shall Ensure Network Infrastructure And Data Availability In Accordance With Va Information System Business Continuity Procedures Specified In The Va Information Security Knowledge Service.
the Contractor Shall Ensure Any Connections To The Internet Or Other External Networks For Information Systems Occur Through Managed Interfaces Utilizing Va Approved Boundary Protection Devices (e.g., Internet Proxies, Gateways, Routers, Firewalls, Guards Or Encrypted Tunnels).
the Contractor Shall Encrypt All Traffic Across The Segment Of The Wide Area Network (wan) It Manages And No Unencrypted Out Of Band (oob) Internet Protocol (ip) Traffic Will Traverse The Network.
the Contractor Shall Ensure Tunnel Endpoints Are Routable Addresses At Each Va Operating Site.
the Contractor Shall Secure Access From Local Area Networks (lans) At Co- Located Sites In Accordance With Va Tic Reference Architecture, Va Directive And Handbook 6513, And Mou/isa Process Specified In The Va Information Security Knowledge Service.
Closing Date17 Feb 2025
Tender AmountRefer Documents
2701-2710 of 2740 archived Tenders