Scanning Tenders

Province Of Iloilo Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date24 Jun 2025
Tender AmountPHP 95 K (USD 1.6 K)
Details: Description Price Schedule / Bid Tender Name Of Bidder: _____________________________________________ Bid No.: Spo-25-728-b Complete Bid Partial Bid 1 2 3 4 5 6 7 8 9 10 11 12 Item Description Quantity Unit Estimated Unit Cost Brand Name (indicate Model Number If Equipment) (indicate N/a If No Brand) Unit Price Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Unit Price (col 7+8+9+10) Total Price Delivered Final Destination (col 11) X (col 3) 1 Digital Copier 1 Unit 95,000.00 Abc: Ninety Five Thousand Pesos (₱95,000.00) _______________________________________________ Name Of Establishment ______________________________________________ Signature Over Printed Name Of Proprietor Or Authorized Representative Bids And Awards Committee Iloilo Provincial Government Procurement Of Digital Copier Bid No. Spo-25-728-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………… Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 7 7. Subcontracts ……………………………………………………………………… 7 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 9 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………16 Section Viii. Checklist Of Technical And Financial Documents …………..18 Section 1. Invitation To Bid Purchase Of Digital Copier Bid No. Spo-25-728-b The Iloilo Provincial Government Through The Capital Outlay (office Equipment)2022 Intends To Apply The Sum Of Ninety Five Thousand Pesos (₱95,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Digital Copier. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 3. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 3, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (₱500.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Iloilo Provincial Government Will Hold A Pre-bid Conference On June 10, 2025 And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, New Capitol Iloilo Provincial Capitol, Bids And Awards Committee On Or Before June 24, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On June 24, 2025 At 9:01 A.m. At The 5th Floor, New Capitol Iloilo Provincial Capitol, Bids And Awards Committee. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 12. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com May 23, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Procurement Of Digital Copier With Bid No. Spo-25-728-b The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Capital Outlay (office Equipment) 2022 In The Amount Of Ninety Five Thousand Pesos (₱95,000.00). 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp[hon. June S. Mondejar] Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Office Of Hon. June S. Mondejar 6th Floor, Iloilo Provincial Capitol. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Digital Copier 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 _________________ Signa Section Vii. Technical Specifications Bid No.: Spo-25-728-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Digital Copier Copier, Printer And Scanner, Minimum A3 (11’’x17”) Printing And Scanning Area, Minimum. Warm Up Time: 19 Seconds Or Less First Output Speed: 6.5 Seconds Or Less Multiple Copying: 999 Copies, Minimum Resolution: 600 Dpi Or Higher Continuous Output Speed: 27 Copies Per Minute, Minimum Memory: 512mb Standard Memory, Minimum Paper Bypass Tray Capacity: 100 Sheets, Minimum Back To Back Copying And Printing, Minimum Paper Weight: 52-216g/m², Minimum With Automatic Reverse Document Feader,minimum With Metal Stand, Minimum Lan Ready, Minimum Sorting, Minimum Accessories: 1 Crg, Toner, 1 Unit Machine Cabinet, Minimum Terms & Conditions: 1.one (1) Year Limited Warranty On Parts 2. Lifetime Free Service 3. Free Monthly Check-up 4.free Basic Operators Training 5. Free Delivery & Installation 6. No Service Charge 7. No Transportation Free Charge _________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Closing Date17 Apr 2025
Tender AmountRefer Documents 
Details: This Request For A-e Firm Qualifications Packages Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns Under Vaar 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) this Is Not A Request For Proposal. This Is A Request For Sf 330s Architect- Engineer Qualification Packages Only. Public Announcement For Procurement Of Architect-engineering (a-e) Services: This Is A Request For Standard Form 330, Architect-engineer Qualifications Only. A-e Services Are Being Procured In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) Subpart 36.6. All Submissions Will Be Evaluated In Accordance With The Below Selection Criteria. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. Any Resulting Award For The Proposed A-e Services Will Be Procured Under A Negotiated Firm-fixed Price Contract. at The Time The Request For Proposal Is Issued, All Offerors Shall Adhere To Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. (jan 2023) (deviation) general Information: the Department Of Veterans Affairs, Fayetteville Veterans Administration Medical Center (vamc), Is Seeking Sources And Intends To Award A Firm Fixed-price Contract For Architect-engineering (a-e) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project #565-25-153, Increase Chilled Water Capacity Located At 2300 Ramsey Street, Fayetteville, North Carolina 28301. the A-e Services Listed Herein Is Being Procured In Accordance With The Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Potential Contractors Must Be Registered In Sam (www.sam.gov) And Visible/certified In The Sba Certification Database At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. As A Prospective Offeror For This Service-disabled Veteran-owned Small Business (sdvosb) Set Aside, You Are Verifying Your Company Meets The Status Requirements Of A Sdvosb Concern As Established By Vaar 852.219-73. the Fayetteville Va Medical Center Is A Working Facility And Phasing Plans For Minimizing Downtime, And Provisions For Continuation Of Service During Outages Is Critical To This Project. point Of Contact: Elaine Belber, Contract Specialist Email: Elaine.belber@va.gov project Information: Project No. 565-25-153 project Title: Increase Chilled Water Capacity (ae) fayetteville Va Medical Center 2300 Ramsey Street Fayetteville, Nc 28301 the Naics Code For This Procurement Is 541330, Engineering Services, And The Applicable Small Business Size Standard Is $25.5 Million Annual Revenue. The Projected Award Date For The Anticipated A-e Contract Is On Or Around August 25, 2025. the Naics Code For The Anticipated Construction Project Is Projected To Be 238220 And Magnitude Of Construction Is Predicted To Be Between $2,000,000 And $5,000,000. The Anticipated Award Date Of The Construction Phase Of The Project Is To Be Determined (tbd). an Architect & Engineer (a-e) Contract Will Be Negotiated For The Development Of Complete Construction Documents Which Include Working Drawings, Specifications, Reports, And Construction Period Services. This Will Require Performing Site Investigations Using 3d Scanning, Revit/bim, And Supporting Information. The A-e Will Be Given Written Information; Participate In Project Planning Meetings, Pre-proposal Meeting, And Pre-construction Meeting As Required; Communicate With Va Personnel Via Telephone Or E-mail; And Is Expected To Coordinate So That The Final Documents Include All Requirements In Accordance With Industry Standard Practices, Va Standards, Va Design Manuals, And Review Comments. statement Of Task/scope Of Work: i. General Intent: provide Professional Engineering Services To Perform Planning, Investigations, Surveys, Reports, Consultations, Site Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Construction Cost Estimates, Construction Schedule And Provision Of Construction Period Services As Necessary For All Demolition, Modification, Construction, Inspection, Testing And Certification For All Construction Components For Project 565-25-153, Increase Chilled Water Capacity. The Construction Budget Is Between $2,000,000 And $5,000,000. The Intent Of This Project Is To Work Under Review Authority Of The Vamc Staff To Accomplish A Detailed Investigation And Survey Of The Existing Chilled Water Plant And Capacity, To Design And Prepare A Set Of Complete Construction Documents For All Architectural, Structural, Civil, Mechanical, Plumbing, Electrical, Life Safety And Other Applicable Components Of This Project. The Design Is To Provide An Increase Of 1000-ton Chilled Water Capacity At/to The Medical Center. the Design Team Shall Develop Three Alternatives For Chilled Water Expansion, Each With A Different Approach To Increase Capacity. The Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility. design Shall Address Options In The Concept Phase As Well As Physical Placement On The Facility To Both Provide The Additional Capacity To Meet The Facilities Needs As Well As To Minimize Operational Interference During The Construction. ii. Scope Of Work: this Project Will Engage An Architectural Engineering (ae) Firm To Provide An Investigation And Surveying Plan, Construction Scope Of Work, Contract Drawings, Functional Layout, Specifications, Commissioning Plan, Construction Cost Estimates, Construction Schedule, Submittal Register, Engineering Calculations, And Subsequent Construction Period Services. It Will Also Engage Said Architectural Engineering (ae) Firm To Provide A Memorandum Of Agreement For All Above. The Design Team Is Responsible For Coordinating With The Contracting Officer S Representative (cor) And Appropriate Va Personnel To Determine A Plan For Increased Chiller Capacity. the Ae Firm Shall Hire A Third-party Commissioning Agent (cxa) To Be Involved From Project Kickoff Through Final Design And Throughout Construction. Ae To Coordinate For The Cxa To Develop The Commissioning Plan And Be Involved Throughout The Design And Construction. demolition/site Work: Demolition Of Utilities As Needed. Clearing Vegetation And Grading As Required. new Work: This Project Will Add 1000-ton Chilled Water Capacity On The Main Campus Of The Fayetteville Vamc. The Design Team Must Develop Concept Drawings Of The Increased Capacity And Recommended Location. The Design Team Must Develop And Evaluate Three Alternatives For Chilled Water Expansion, Each With A Different Approach To Increase Capacity. The Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility. Design Drawings Are To Be Completed With Va Engineering, Contracting And The Executive Leadership. Energy Reviews Will Be Conducted At The 65% Design Review Stage By A Va Energy Engineer. Fire/life Safety Code Review Will Be Conducted At The 65% Design Review Stage By A Va Contracted Firm. All Provided Comments Must Be Addressed To The Satisfaction Of The Va Cor. iii. Materials Provided To Ae After Award: plans: Existing Facility Record Drawings And Files That Are Available Will Be Provided For The Ae S Use. Note: Not All Record Drawings Exist Which Is Why This Scope Requires The A&e To Perform In-depth Surveying And Investigations On Site. The Accuracy Of Facility Conditions, Records Or As-built Drawings Will Need To Be Completely Field Verified By The Ae. specifications, Standards, Etc: The Project Design Shall Be Completed In Accordance With This Ae Scope And All Appropriate Department Of Veterans Affairs (va) Standards, Specifications, And Other Criteria Otherwise Required By The Va. The Ae Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.cfm.va.gov/til/index.asp). Station Level Modified Specifications For Certain Specification Sections Will Be Provided By The Va After The Notice To Proceed As Been Issued. These Documents And All National, State, And Local Codes Adopted And Used By The Va Shall Be Incorporated In The Design Of This Project And Reflected In The Construction Cost Estimate. The Following References, As Applicable, Shall Be Utilized For Planning And Design Purposes: master Construction Specifications (pg-18-1) Design And Construction Procedures (pg-18-3) Standard Details And Cad Standards (pg-18-4) Equipment Guide List (pg-18-5) Space Planning Criteria, And Va-space & Equipment Planning System (pg-18-9) Design Manuals (pg-18-10) Design Guides (pg-18-12) Barrier Free Design Guide (pg-18-13) Room Finishes, Door, And Hardware Schedules (pg-18-14) Minimum Requirements For A/e Submissions (pg-18-15) Environmental Planning Guidance (pg-18-17) National Electric Code Life Safety Codes Government-furnished Record Drawings (ae To Field Verify Conditions) National Fire Protection Underwriters Laboratory iv. Design Requirements: The A/e Designer Will Be Required To Visit And Inspect The Project Site Prior To Providing Their A/e Proposal For This Project Design. general: These Descriptions Are To Give A General Scope And Scale Of Efforts Required And Do Not Necessarily Cover All Va Design Guide Requirements. this Project Requires The A&e To Accomplish A Thorough Study And Evaluation Of The Existing Chiller Plant, Existing Capacity, And Supporting Areas Within The Facility Including Increased Capacity Alternatives. The Project Shall Be Designed With Viable Deductive Alternates Equal To Or Greater Than 10 Percent Of The Construction Funding Limitation To Ensure Construction Award Within Program Budget Limitations. The Number Of Deductive Alternates Shall Be Between Three And Five (or As Approved By The Va Contracting Officer). construction Cost Estimate: Construction Cost Estimate Shall Be Organized Using The Fifty (50) Division Format Developed By The Construction Specifications Institute (c.s.i.). The Cost Estimate Shall Include Various Categories Of Work Involved, Quantities, And Unit Cost. The Estimate Shall Also Be Based On The Anticipated Start Date For Construction, Plus An Inflation Allowance For The Fayetteville, Nc Area For The Anticipated Time Of Bidding. This Must Meet Current Va Cost Estimate Guidelines And Is Subject To Va Cor Final Approval/acceptance At Each Submission. Each Submission Must Reflect All Current Bid Deducts. construction Schedule Outlining All Major Projects Tasks And Phases With Estimated Durations For Each. This Shall Include Notice To Proceed Date, Submittal Process, Mobilization, Major Tasks And/or Discipline Work Events, Phasing, Significant Inspections/commissioning Events, Closeout, Turn-over And De-mobilization. Provide An Excel Type Project Schedule Chart Outlining A Generic Construction Schedule For This Project. Final Schedule To Be Approved By Va Cor. meeting Agendas And Minutes: The Ae Shall Provide An Agenda For Every Meeting And Take Minutes Of All Meetings, Conferences, Site Visits, Etc. A Copy Of The Agenda And Minutes For Each Meeting Or Site Visit Shall Be Provided To The Va Cor For Acceptance. The Va Cor Must Approve All Formats And Content. contract Drawings: Provide Fully Developed Contract Drawings In Revit Bim To The Minimum Level Of Detail (lod) 300 (in A Current Revit Version Accessible By The Va) And Provide Revit Drawings And Pdf Drawings Electronically And In Hard Copy. Hard Copy Drawings Shall Be Plotted At 1/8" Or 1/4" Scale, Minimum. A Larger, More Appropriate Scale Shall Be Used For Sections And Details. The Final Contract Drawings (as-builts) Shall Be Black Ink On E Size (30" X 42") Paper. (see Also Cadd Requirements Of Sections V And Viii.). specifications: Provide Fully Developed And Edited Specifications In A Microsoft Word Format Accessible By The Va. Specifications Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. construction Statement Of Work: Provide Fully Developed Executive Summary Of The Construction Work Required In Microsoft Word Format Accessible By The Va. The Sow Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. Submittal Register: Provide A Submittal Register In An Approved Formatted Excel Spreadsheet With All A&e/designer Of Record (dor) Required Submittals Per Final Plans And Specifications For This Project. This Is Intended To Be Provided To A Construction Contractor To Use And Complete With The Expectation That The A&e Has Reviewed And Considers Complete With Maybe Minor Omissions Needing Addressed By A Gc. v. Review Requirements And Time Frames Kick-off And Developing Initial Design Package expectation Is For The A&e To Execute Any Additional Information Gathering And Conduct A Preliminary Plan Development Meeting And Review With The Va Cor During This Requirement. This Must Include Initial Site Visits And Data Collection, Meeting With Stakeholders, Sight Surveys, And Develop A Comprehensive Understanding Of The Project Site. preliminary Documents: The Design Team Must Develop And Evaluate Three Alternatives For Chilled Water Expansion, Each With A Different Approach To Increase Capacity. the Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility And Recommend The Best Alternative. The Design Team Must Develop Concept Drawings (sketches, Diagrams, Layout, Form/shape Of Buildings Or Structures) Of The Increased Capacity And Recommended Location To Be Used In The Final Plan. This Must Include An Issues Log For Tracking And Documenting Issues/decisions Made For The Project Duration And For The Final Record. design Checklist Review With Va Cor To Cover Submittals And Verify All Follow-on Submittal Stages And Requirements For Design Development And Construction Drawing Package Submittals. Discuss Entire Design Scope And Address In The Plan For Tracking And Completeness Of Final Submittal. every Meeting Must Go Over The Design Scope Of Work And Have An Agenda Available Prior To The Meeting For Va Cor Approval. 35% Review: Preliminary Design Documents. customer Concept Documents. Outline The Project S Initial Concept And Design Approach, Based On The Client S Requirements And Project Scope. schematic/preliminary Design Drawings. Develop Initial Design Concepts That Can Be Refined Based On Stakeholder Feedback. These Initial Sketches And Detailed Drawings That Provide A Visual Representation Of The Project, Including Layouts, Floor Plans, And Elevations. Provide One (1) Hard Copy Arch E (30 X42 ) Set Of Comprehensive Drawings For Va Review And Comment And One Electronic Set In Pdf Format. design Analysis. An Analysis Of The Project S Design, Addressing Factors Such As Structural Integrity, Materials, And Compliance With Relevant Codes And Standards. Also Include Initial Calculations For Mechanical, Structural, And Electrical Systems. Provide One Electronic Copy Of This Analysis For Va Review And Comment. Pdf Format Preferred. provide A Written Design Narrative That Explains The Design Intent, Key Features, And The Overall Vision Of The Project. (one Copy In Word Format, One Copy In Pdf). preliminary Specifications. These Documents Detail The Materials, Standards, And Workmanship Required For The Project, Providing A Basis For The Detailed Specifications That Will Be Developed In Later Phases. Provide One Electronic Copy Of The Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Pdf Format Preferred. cost Estimates. Preliminary Cost Estimates Are Prepared To Give An Idea Of The Project S Budget And Financial Feasibility. Provide One Electronic Copy For Va Review, Comments, And Subsequent Approval. Excel Preferred. project Schedule. An Initial Project Schedule Outlining The Key Milestones And Timelines For The Design And Construction Phases. Provide One Electronic Copy Of The Prosed Schedule For Va Review, Comments, And Subsequent Approval. these Documents Help Ensure That All Stakeholders Have A Clear Understanding Of The Design Direction And Provide A Basis For Further Development And Refinement In Subsequent Design Phases. 65% Review: Design Development Dd-1 provide 65% Level Of Efforts For All Disciplines Required. One (1) Arch E (30 X42 ) Copy Of Work Completed To Date. One Electronic Copy Of Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Provide Electronically Transferred Copy Of Any Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate And Any Other Draft Documents Ready For Review At This Level. 95% Review: Design Development Dd-2 this Shall Represent A Complete Design With Little Or No Remaining Issues Or Missing Data. This Submittal Should Have All Required Number Of Drawings To Clearly Indicate To Bidders All Requirements. One (1) Arch E (30 X42 ) Copy. One Electronic Copy Of Proposed Specification Sections To Date. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Provide Electronically Transferred Copy Of The 65% Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate, Template Construction Schedule And All Required Documents For A Complete Design Package. this Submission Shall Include 3d Renderings Of Interior And Exterior Significant Features And Views Of This Future Building. One Or More Of These Will Be Intended To Be Used By The Construction Contractor For Construction Signs. final Submission: Construction Documents (cd): All Drawings And Documents Shall Indicate Issued For Construction. Va Cor Shall Review Electronic Copies Prior To Giving Approval To Print/plot This Package As A Final Check For Significant Errors. Two (2) Arch E (30 X42 ) And Two (2) Half Size Printed Copies Of Final Drawings. Two (2) Printed Out Set Of Final Indexed And Bound Specifications Double Sided. Two (2) Printed Copies Of The Final Description Of Work Including Base Bid And All Deduct Alternates. Two (2) Printed Copies Of The Construction Cost Estimate With Bid Deducts Broken Out Or Readily Identifiable And Separable From Base Bid Work. Two (2) Printed Copies Of The Submittal Register. Two (2) Printed Copies Of The Template Construction Schedule. Two (2) Printed Copies Of All Design Review Comments And A&e Responses For The Entire Process. Electronically Transferred To Va Pdf, Word And Revit/cad Copies Of All Documents And Files. All Shall Be In A Combined Copy As Well As Separated By Sheet Or Book. vi. Schedule concept Design Submission 21 Calendar Days From Ntp va Concept Design Review 14 Calendar Days From Concept Design Submission 35% Schematic Design Submission 30 Calendar Days From Concept Design Review va 35% Schematic Design Review 14 Calendar Days From 35% Design Submission 65% Design Development Submission 45 Calendar Days From 35% Design Review va 65% Design Development Review 14 Calendar Days From 65% Design Submission 95% Design Development Submission 30 Calendar Days From 65% Design Review va 95% Design Development Review 14 Calendar Days From 95% Design Submission 100% Final Design Submission 14 Calendar Days From 95% Design Review total Calendar Days From Notice To Proceed To 100% Final Design Submission: 196 Days. procurement Timeframe: 180 Days From The Time Engineering Submits Package To Contracting. During This Timeframe, Designer Shall Answer Pre-bid Rfis And Provide Updated Construction Documents To Capture Any Changes Made Through The Procurement Process. construction Period Services: 365 Calendar Days From Construction Award Date total Contract Period: 741 Calendar Days vii. Construction Services (starts Once Construction Notice To Proceed Is Issued) preconstruction Meeting: Participate And Facilitate This Meeting In Conjunction With The Contracting Officer, Cor And Contractor. Topics Shall Include Standard Contract Requirements, Facility Specific Requirements, Safety Discussion, Design And Specifications Review, Schedule Review, Quality Assurance/quality Control Processes, Submittal And Rfi Process, Changes Process. biweekly Site Inspections: Designer Shall Meet Biweekly With The Contractor, Cor And Others Needed To Inspect The Progress Of The Construction And Report Any Deficiencies To The Same. Designer To Plan On 10 Site Visits To Inspect The Work And Progress (these Are In Addition To The Pre-con, Pre-final And Final Inspections). construction Change Orders: Designer Shall Prepare The Statement Of Work And Cost Estimates (returned Within 7 Calendar Days) As Needed. submitttal Review And Logs: Designer Shall Prepare And Maintain A Log Of Submittals And Rfis And Provide The Same To The Contracting Officer And Cor. Reviewed Submittals Are To Be Returned Within 10 Working Days To The Cor. Designer Is Fully Responsible For Review Of All Submittals, Retaining A Record Copy Of Submittals For Turn Over To The Owner Upon Project Completion, And Communication With The Contractor Regarding Any Deficiencies Or Changes Required To The Submittals. weekly Progress Meetings: Designer Shall Hold Formal Progress Meetings With Contractor, Contracting Officer, And Cor. At These Meetings The Agenda Shall Contain A Narrative Of Work Completed The Previous Month, Work Upcoming, Submittals Or Rfis Outstanding, Schedule Update, Any Special Coordination Items Requiring Actions, And Discussion Of Change Orders Or Time Extension Requests. Again, Minutes Of This Meeting Shall Be Issued Within 3 Working Days Of The Meeting. project Admistration: Designer Shall Utilize A Web-based Project Tracking/administration Software During Construction Period Services. Software Will Track Inspections Reports, Construction Change Orders, Submittals, Rfis, Rfps, Progress Meeting Reports, And Any Other Applicable Documents. Application Shall Be Accessible By Construction Contractor, Va Cor, And Va Co. Recommended Applications: Submittal Exchange, Procore, Or Equal. project Closeout: Designer Shall Receive Notice Of Intent For Pre-final And Final Inspections From The Contractor. The Contractor Shall Propose A Time And Place For This To Occur In Conjunction With The Contracting Officer And The Cor. Following Both The Pre-final And The Final Inspections, The Designer Shall Issue A Punch List. Contract Documents Shall Specify That The Contractor Has 15 Working Days To Complete The Punch List And Notify The Designer For Re-inspection. Following Re-inspection And Project Acceptance The Closeout Phase Will Occur. release Of Claims For Design Project: Prior To The Final Payment Under This Design Contract Or Prior To Settlement Upon Termination Of The Design Contract, And As A Condition Precedent Thereto, The Ae Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The Ae From The Operation Of The Release In Stated Amounts To Be Set Forth Therein. project Documentation: Designer Shall Coordinate With The Contractor To Gather Record Copies Of Submittals, As-built Documents, Mechanical Test And Balance Reports, Maintenance Manuals, Coordinate Owner Training Sessions, And Provide The Same To The Owner. Upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted: 1 Set Of Original Reproducible As-built Plans (30 X 42 ) Plus An Electronic Copy In Revit/cad And Pdf Formats. 1 Set Of All O&m Manuals In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. 1 Set Of All Other Project Documents In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. viii. Cad Requirements: drawings: See Also Final Design Submission Requirements. Full Size Two-dimensional Drawings Electronically Submitted. The Completed Drawing Files Shall Be Fully Operational In Revit/cad; A Pdf Copy Will Additionally Be Provided. delivery Format: Media And Archive Procedure For Transfer Of All Drawing Files To The Office Of Engineering Project Section Shall Be Via A Shared Site That Can Transfer These Files And Accessible From A Va/u.s. Government Computer. naming Conventions: Files Will Be Unique And Use A Maximum Of 8 Alphanumeric Characters (or As Approved By The Va Cor), The File Name And Extension Will Be Separated By A Period. The File Layer Structure Will Follow The Va Approved Standard "cad Layer Guidelines" Recommended Designations For Architecture, Engineering, And Facility Management Computer-aided Design As Prepared By The Task Force On Cad Layer Guidelines. ix. Attachments: 100% Construction Drawings With Chiller Mod 05-22-2017 (end Statement Of Work) a-e Selection Process: The Agency Has Convened An Evaluation Board For The Evaluation Of Responses To This Notice. Responses Will Be Evaluated In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. Specifically, Sf 330 Submissions Will Be Evaluated To Identify The Most Highly Qualified Firms, Using The Selection Criteria Identified Below. Discussions Will Be Held With At Least Three (3) Of The Most Highly Qualified Firms, In Accordance With Far 36.602-3(c). The Processes At Far 36.602-4 And Far 36.606 Will Then Be Followed. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. selection Criteria: Evaluation And Selection Of Firms Will Be Based On Submissions And Direct Responses To The Following Criteria Which Are Numbered In Descending Order Of Importance: specialized Experience: Specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Design Of A 1000-ton Chiller (capacity Increase) Or Similar Project. Project Experience Must Include Experience With Similar Sized Chilled Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings. other Specialized Experience Includes Proficiency In Designing And Engineering Hvac Systems, Including Chillers, Cooling Towers, Pumps, And Distribution Systems, Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, And Sustainable Design Practices. Submissions Shall Include No More Or Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above. relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past 5 (five) Years. Any Projects Older Than Five Years But Within Seven Years, Will Be Considered Somewhat Recent And Will Have Some Consideration. Each Project Shall Include The Following: Project Title, Location And Detailed Narrative Describing The Scope Of Ser-vices Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e. Prime Contract, Teaming Partner, Or Subcontractor. Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Contract Number Associated With The Project. section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be E Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. professional Qualifications: Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The State Where The Project Is Located. key Positions And Disciplines Required For This Project Include But Are Not Limited To: Architect (leed Certified) Cadd Technician Structural Engineer Geotechnical Engineer Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Project Manager Quality Assurance Physical Security Specialists Registered Communications Distribution Designer (rcdd) Commissioning Agent Cost Estimator responses Must Include The Extent To Which Potential Contractors/subcontractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses When Submitting The Personnel Proposed To Perform The Work Under This Requirement. the Information Provided In Sections C Through E Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. experience In Construction Period Services (cps): Experience In Construction Period Services To Include Solicitation Support Services, Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates, Attendance At Weekly Conference Calls, Providing Minutes Of Meetings Between The Ae, Va, And Contractors, Pre-final Inspection Site Visits, Generation Of Punch-list Reports, Commissioning Services And Production Of As-built Documentation. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. past Performance: Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. If A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. Evaluations Will Consider Superior Performance Ratings On Recently Completed Va Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. If Ap-propriate, The Record Of Significant Claims Against The Firm Because Of Improper Or In-complete Architectural And Engineering Services May Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs May Be Submitted To The Vha Nco 6 Point Of Contact Specified In The Attached Ppq Document. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. knowledge Of Locality: Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Fayetteville Va Medical Center: 2300 Ramsey Street, Fayetteville, North Carolina 28301-2856. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). * The Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Written Responses. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf330 Submission. the Department Of Veterans Affairs Shall Evaluate Each Potential Contractor In Terms Of The Following As M Firm Meeting The Synopsized Selection Criterion And "nm" Means That The Firm Did Not Meet The Synopsized Selection Criterion.: selection Criteria Specialized Experience: specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Design Of A 1000-ton Chiller (capacity Increase) Or Similar Project. Project Experience Must Include Experience With Similar Sized Chilled Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings. Submissions Shall Include No More Or Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above. professional Qualifications: Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Above. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. experience In Construction Period Services (cps) past Performance: Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. capacity: The Evaluation Will Consider The Firms Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. knowledge Of Locality please Note: The A-e Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The A-e Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The A-e Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations: 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses. 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. submission Criteria/requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit: one (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) Electronically To The Contract Specialist, Elaine Belber, Via Email At Elaine.belber@va.gov No Later Than 1:00 P.m. Edt On Thursday, April 17, 2025. interested Firms Are Responsible For Ensuring Electronic Delivery Of Submission By The Time And The Date Specified. It Is Highly Recommended Interested Firms Confirm Electronic Submissions Have Been Received By The Contracting Officer. size Limits Of E-mails Are Restricted To 10mb. If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . (example: Sf330 Submission, 36c24625r0031 Increase Chilled Water Capacity, Project 565-25-153 (1 Of N, 2 Of N, Etc.). All Sf330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Procurement Number And Project Title (abbreviated Or Shortened Is Okay). Interested Firms Are Responsible For Ensuring Delivery Of Submission. all Sf 330 Submissions Must Include The Following Information, Either On The Sf 330 Or By Accompanying Document: 1) Cage Code 2) Sam Unique Entry Id Number (uei) 3) Tax Id Number 4) The E-mail Address And Phone Number Of The Primary Point Of Contact 5) Sf 330 Must Indicate The Percentage Of The Contract Performance Cost That Will Be Expended By The Prime Firm S Employees And In Which Discipline(s) And Subcontracted Percentage Of Contract Performance Cost To Be Expended (and In What Disciplines). Any Subcontracted Or Otherwise Business Entity Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, Large, Etc.). 6) References Noted In Selection Criteria 4 the Firm And Or A-e On Staff Representing The Project Must Follow State Of North Carolina Guidelines Under State Law For All Licensing Requirements To Sign And Seal Drawings. each Respondent Must Be Able To Demonstrate The Ability To Comply With The Limitations On Subcontracting, In Accordance With Far Clause 52.219-14 And Vaar Clauses 852.219-73 And 852.219-75. electronic Submittals Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Considered. All Information Must Be Included In The Sf330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. vendor Questions: All Questions Shall Be Submitted To The Contract Specialist, Elaine Belber, Via Email At Elaine.belber@va.gov No Later Than 1:00 P.m. Edt On Tuesday, April 1, 2025. attachments: 100% Construction Drawings With Chiller Mod 05-22-2017 sf 330 past Performance Questionnaire

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice sources Sought: This Is Not A Solicitation For A Proposal, Proposal Abstract, Or Quote. The Purpose Of This Notice Is To Obtain Information Regarding Qualified Business Sources. The Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method. statement Of Work (sow) the Contractor Shall Render Genetic Testing Laboratory Services In Accordance With This Statement Of Work To Support The Health Science Research Department At Durham Va Medical Center Under The Direction Of Dr. Deepak Voora, Executive Director Of National Pharmacogenomics Program At Va Central Office, For The Study/iir Titled, Reducing Veterans' Risk Of Atherosclerotic Cardiovascular Disease Through Pharmacogenomics Informed Statin Prescribing Funded By The Va Durham Healthcare System And Delivered To The Indianapolis Va Health Care System. description: Genomic Medicine Research Has Many Complexities Requiring Specialized Services, Skills, And Expertise, Including Complex Laboratory Analyses Requiring Specialized Equipment And Expertise In The Generation And Interpretation Of Genomic Data; Large Complex Genomic Datasets With Particular Storage, Privacy, And Information Security Requirements; Clinical Expertise In How Genomic Medicine Interventions Might Inform Health Care And Impact Health Outcomes; And Sensitivity To The Ethical, Psychosocial, Legal, And Regulatory Considerations Of Genomic Medicine Research. background: This Research Grant Proposes A Single Center, Randomized Clinical Trial Of Precision Statin Prescribing Versus Usual Care To Be Conducted At The Indianapolis Va Health Care System. Four-hundred And Ten (410) Veteran Patients Who Are At Risk For Cardiovascular Events And Have A Class I Indication For Statin Therapy, But Are Not Currently Prescribed One, Will Be Recruited And Randomly Allocated To Receive Either 1) Genetic Test Report That Provides An Assessment Of Their Risk For Cardiovascular Disease Events Based On A Polygenic Risk Score (prs) For Coronary Artery Disease And Their Risk Of Statin Associated Musculoskeletal Symptoms Based On Slco1b1 Genetic Testing Or 2) Usual Care. Specimens For Genetic Testing Will Be Collected Via Saliva Kit Administered With The Assistance Of Research Staff And Shipped Using A Common Carrier Delivery Service And Standard Chain Of Custody. description Of Work: The Contractor S Laboratory Services Shall Be In Accordance With Clinical Laboratory Improvement Amendments (clia) And Be A College Of American Pathologists (cap) Certified Clinical Diagnostic Genetic Testing Laboratory In Order To Successfully Perform The Required Genetic Testing For This Study. the Performing Laboratory Will Perform Dna Testing For A Prs For Cad And Slco1b1 Based Dna Sequencing, Pcr, Or Array-based Technologies, Analysis, Interpretation, And Reporting For This Study. the Certification And Accreditation (c&a) Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required. primary Contractor Duties Include, But Are Not Limited To: specimen Accessioning, Extraction, And Test Management dna Sequencing And/or Genotyping For polygenic Risk Score (prs) For Coronary Artery Disease Cad genome Wide Genotyping/sequencing whole Genome Imputation variant Calling sample Qc genetic Variant Qc ancestry Specific Prs Calculation For Cad prs Interpretation And Report In Pdf Format slco1b1 Genetic Testing genotyping/sequencing variant Calling sample/variant Qc Star Allele Diplotype And Phenotype Interpretation Based On The Clinical Pharmacogenetics Implementation Consortium (cpic) Guidelines. reporting In Pdf Format each Laboratory Tests Unit Shall Include: saliva Swab Dna Collection Kit genome-wide Genotyping With Illumina Iscan Microarray Technology whole Genome Imputation variant Calling sample Qc (call Rate, Nominal Coverage, Heterozygosity Rate) genetic Variant Qc (genotype Probability) ancestry Specific Prs Calculation For Cad Prs cad Prs Reporting In Pdf Format slco1b1 Testing And Reporting In Pdf Format deliverables: Specific Items To Be Delivered To The Va Investigators, Include, But Are Not Limited To: human Specimen Sample Collection Supplies And Shipping Materials, Compliant With All Current Federal Regulations. clinical Polygenic Risk Score And Slco1b1 Report For Participants Randomized To The Genetic Testing Arm Of The Study. a Required Total Of An Estimated 68 Tests Per Year For Three (3) Years. other Pertinent Information: the Contractor Shall Provide Services For Both Components Of Necessary Testing: 1. Polygenic Risk Score For Coronary Artery Disease And 2. Slco1b1 Genetic Testing. the Contractor Shall Provide An Existing Ldt That They Have Available For The Purposes In This Statement Of Work, As Va Does Not Have An Ldt For These Purposes. The Vendor Shall Have An Existing Ldt As The Va Will Use The Ldt Within One Month Of The Contract Being Awarded. the Contractor Shall Not Work In Conjunction With Another Laboratory For The Polygenic Risk Score Or The Genetic Testing For Slco1b1 As Subcontracting Out And Shipping Samples From One Contractor S Laboratory To Another Is Not Within Best Interest Of The Va S Need At This Time. the Contractor S Services Shall Be Available Readily To Render To Va, In House, At Time Of Contract Award. timeframe: The Estimated Beginning And Ending Dates During Which The Contractor Is Required To Perform Work For Va Durham Are 1/13/2025 To 1/12/2026 With The Option To Renew Yearly Through 1/13/2028. va Information And Information System Security And Privacy Language 1. 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. 2. Va Information Custodial Language. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language. a. 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. b. 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. c. 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. d. 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. e. 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. f. 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. g. 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. h. 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. j. 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. k. Notwithstanding The Provision Above, The Contractor Shall Not Release Va Records Protected By Title 38 U.s.c. § 5705, Confidentiality Of Medical Qualityassurance 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. l. 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. m. 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. n. 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. o. 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. p. 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. 3. 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. 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. b. 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. c. All Contractors And Subcontractors Working With Va Information Are Subject To The Same Security Investigative And Clearance Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Shall Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office Of Human Resources And Administration/operations, Security And Preparedness (hra/osp) Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To Classified Information Or Information Systems Shall Have An Appropriate Security Clearance. Verification Of A Security Clearance Shall Be Processed Through The Special Security Officer Located In Hra/osp. Contractors Shall Conform To All Requirements Stated In The National Industrial Security Program Operating Manual (nispom). d. 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. e. 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: (1) Contractor/subcontractor Personnel No Longer Has A Need For Access To Va Information Or Va Information Systems. (2) Contractor/subcontractor Personnel Are Terminated, Suspended, Or Otherwise Has Their Work On A Va Project Discontinued For Any Reason. (3) Contractor Believes Their Own Personnel Or Subcontractor Personnel May Pose A Threat To Their Company S Working Environment Or To Any Companyowned Property. This Includes Contractor-owned Assets, Buildings, Confidential Data, Customers, Employees, Networks, Systems, Trade Secrets And/or Va Data. (4) 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. (5) Contractor/subcontractor Personnel Have Their Authorization To Work In The United States Revoked. (6) 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. f. 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. g. Contractors/subcontractors Who No Longer Require Va Accesses Will Return Vaissued 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. 4. Training. This Entire Section Applies To All Acquisitions Which Include Section 3. a. 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: (1) Va Privacy And Information Security Awareness And Rules Of Behavior Course (talent Management System (tms) #10176) Initially And Annually Thereafter. (2) 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 (3) 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 Rolebased Information Security Training]. b. 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. c. 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. 5. Security Incident Investigation. This Entire Section Applies To All Acquisitions Requiring Any Information Security And Privacy Language. a. 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. b. 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: (1) The Date And Time (or Approximation Of) The Security Incident Occurred. (2) The Names Of Individuals Involved (when Applicable). (3) The Physical And Logical (if Applicable) Location Of The Incident. (4) Why The Security Incident Took Place (i.e., Catalyst For The Failure). (5) The Amount Of Data Belonging To Va Believed To Have Been Compromised. (6) The Remediation Measures The Contractor Is Taking To Ensure No Future Incidents Of A Similar Nature. c. 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. d. 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. e. 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. f. 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. g. 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. h. 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 6. 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. a. 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). b. 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. c. 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. d. 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 M22-18 (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. e. 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. f. 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. g. 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. h. 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. i. Applications Designed For Normal End Users Will Run In The Standard User Context Without Elevated System Administration Privileges. j. 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. k. 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. l. 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. m. 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. n. 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. 7. 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 Noncloud) Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities. a. 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 3paoand 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. b. 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. c. 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. d. 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). e. 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. f. 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. g. 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. h. 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. i. 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. j. 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. k. 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. 8. Security And Privacy Controls Compliance Testing, Assessment and Auditing. This Entire Section Applies Whenever Section 6 Or 7 Is Included. a. 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. b. 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. c. 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. d. 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. e. 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. 9. 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. a. 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. b. 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. c. 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. d. 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). e. 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). f. 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. g. Throughout The Delivery Process, The Contractor Shall Demonstrate A Capability For Detecting Unauthorized Access (tampering). h. The Contractor Shall Demonstrate Chain-of-custody Documentation For Procured Products And Require Tamper-evident Packaging For The Delivery Of This Hardware. summary: this Is A Sources Sought Notice And Not A Request For Quotes. This Request Is Solely For The Purpose Of Conducting Market Research To Enhance Vha S Understanding Of The Market S Offered Products, Services, And Capabilities. The Government Will Not Pay Any Costs For Responses Submitted In Response To This Sources Sought. this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Notice Of Ability, And Their Available Products And Services In Response To The Requirement. Vendors Are Being Invited To Submit Information Relative To Their Potential Of Fulfilling This Requirement In The Form Of A Capability Response That Addresses The Specific Requirement Identified In This Sources Sought. this Sources Sought Is To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy. response Commitment: i. Response: all Potential Sources Are Invited To Submit, In Writing, A Capability Statement With Sufficient Information To Substantiate Your Business Is Reasonably Capable Of Performing The Work. The Capability Statement Must Clearly Demonstrate A Business S Ability To Fulfill The Requirement. The Burden Of Proof Rests With The Contractor; Therefore, Written Responses Must Provide Clear And Unambiguous Evidence To Substantiate Capabilities Appropriate To Satisfy This Need. a. Capability Statement With General Understanding Of The Industry And Current Knowledge And Subcontract Networks That Would Be Used To Support The Requirement As Identified Herein. Subcontractors Will Need The Security Requirements Listed In This Sources Sought. Submittals Furnished Will Not Be Returned To The Sender. No Debriefs Will Be Conducted. Eligibility In Participating In A Future Acquisition Does Not Depend Upon A Response To This Notice. responses Shall Provide Administrative Information, And Shall Include The Following As A Minimum: Company Name, Sam Uei Number, Company Mailing Address, Phone Number, Fax Number, Name And Title Of Designated Point Of Contact And E-mail Of Designated Point Of Contact. company Business Size And Status (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Women-owned Small Business, Etc.), The Number Of Years In Business. b. Proprietary Information Is Neither Requested Nor Desired. 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). submit Responses Email Only To Karly.gabrysiak@va.gov ii. Timeline: a. This Request Will Close On 01/06/2025 At 8am Est. notes: 1. This Sources Sought Is For Planning Purposes Only, And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Follow. The Department Of Veterans Affairs Will Use The Information Submitted In Response To This Notice At Its Discretion And Will Not Provide Comments To Any Submission; However, The Department Of Veterans Affairs Reserves The Right To Contact Any Respondent To This Notice For The Sole Purpose Of Enhancing The Department Of Veteran Affairs Understanding Of The Notice Submission. 2. The Content Of Any Responses To This Notice May Be Reflected In Any Subsequent Solicitation, Except For Content Marked Or Designated As Business Confidential Or Proprietary Which Will Be Fully Protected From Release Outside The Government. the Department Of Veteran Affairs Contracting Office Point Of Contact: name: Karly Gabrysiak title: Contract Specialist e-mail Address: Karly.gabrysiak@va.gov

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date27 Mar 2025
Tender AmountRefer Documents 
Details: 36c25225q0326 effective Date: 03/15/2023 revision: 01 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 Deviations Feb 2025 Caac Letters 2025-01/02 (eff.02/18/2025). this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Businesses (total Sdvosb Set Aside) Who Meet The Following Conditions: 1) Vendor Must Be Identified Under Government Certifications As A Certified Service-disabled Veteran Owned Small Business (sdvosb) In The Small Business Administration S (sba S) Certification Database Found At The Dynamic Small Business Search (dsbs) Website: Https://dsbs.sba.gov/search/dsp_dsbs.cfm And 2) Meet The Small Business Size Standard Requirement For The Applicable Naics Code For This Procurement. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 621512, Diagnostic Imaging Centers. The Small Business Size Standard Of $19m. The Fsc/psc Is W065, Lease Or Rental Of Equipment-medical, Dental, And Veterinary Equipment And Supplies. the Department Of Veterans Affairs, Network Contracting Office 12 (nco 12), Veterans Integrated Services Network 12 (visn 12), Veterans Affairs Illiana Health Care System, Diagnostic Imaging Services Located At 1900 East Main St, Danville, Illinois 61832-5198 Has A Requirement For A Mobile 1.5 Tesla Magnetic Resonance Imaging (mri) Unit. This Requirement Is To Replace A Mobile Unit Removed Due To Default. It Is Estimated The Mobile Mri Unit Will Be Needed For A Base Period And Four 12-month Option Periods. the Government Is Seeking To Lease The Mobile Unit Only; No Personal Services Are Required. Va Diagnostic Imaging Staff Will Run The Equipment And Read The Images. The Mri Unit Will Be Used To Perform Studies Monday Through Friday: 8:00 A.m. To 5:00 P.m. Extended Hours And Weekends May Be Required. The Facility Will Be Closed On National Holidays. this Is A Non-personal Services Requirement. The Contractor Will Be Responsible For All Management, Oversight, Supervision, Labor, Transportation, Tools, Materials, Parts, Other Items, And The Support Necessary To Perform Work, Execute Services, And To Successfully Complete All Deliverables As Contained Within This Statement Of Work. all Interested Contractors Should Provide Quotations For The Following: price/cost Schedule & Item Information base Period Date Of Award 09/30/2025 line Item description qty unit Of Measure unit Price total 0001 mobile Mri Unit 6 mo 0002 delivery & Setup 1 jb 0003 training 2 wks option Year One 10/01/2025 09/30/2026 line Item description qty unit Of Measure unit Price total 1001 mobile Mri Unit 12 mo option Year Two 10/01/2026 09/30/2027 line Item description qty unit Of Measure unit Price total 2001 mobile Mri Unit 12 mo option Year Three 10/01/2027 09/30/2028 line Item description qty unit Of Measure unit Price total 3001 mobile Mri Unit 12 mo option Year Four 10/01/2028 09/30/2029 line Item description qty unit Of Measure unit Price total 4001 mobile Mri Unit 12 mo pricing Overview Total Cost For Each Period Of Performance base Period $ option Year One $ option Year Two $ option Year Three $ option Year Four $ total $ statement Of Work/description/specifications objective: The Diagnostic Imaging Services Located At Veterans Affairs Illiana Health Care System, 1900 East Main St, Danville, Illinois 61832 (hereinafter Referred To As Va) Has A Requirement For A Mobile Mri Unit. The Requirement Includes Mobile Mri Unit, Delivery, Mobilization, Training, Full-service Maintenance And Repairs, Replacement Parts, And Technical Support 24 Hours-a-day, 7 Days-a-week. Mri Studies Shall Be Performed As Deemed Medically Appropriate And Requested By The Va. general: This Is A Non-personal Services Requirement. The Contractor Shall Provide All Management, Oversight, Supervision, Labor, Transportation, Tools, Materials, Parts, Other Items, And The Support Necessary To Perform Work, Execute Services, And To Successfully Complete All Deliverables As Contained Within This Statement Of Work. Contractor Shall Be Responsible For All The Proper Maintenance Of Mobile Unit And Will Provide Evidence Of Required Preventative Maintenance. The Government Will Not Exercise Any Supervision And/or Control Over Contractor Personal (which Includes Contractor Service Providers, Contractor Representatives, And Subcontractors Employed With And/or Being Utilized By The Prime Contractor) During All Active Performance Periods Of The Final Contract. All Contractor Personal Shall Be Accountable Solely To The Contractor, Who In Turn Is Responsible To The Government. scope: The Government Is Seeking To Lease A Mobile Trailer Manufactured Within The Past Five Years Equipped With A State Of The Art 1.5 Tesla Short Bore Mri With A Minimum 70 Cm Bore. Lease Required Includes A Base Period And Four 12-month Option Periods. place Of Performance: Work Will Be Performed, Services Will Be Executed, And Deliverables Will Be Completed At Veterans Affairs Illiana Health Care System, 1900 East Main Street, Danville, Il 61832-5198. period Of Performance: The Expected Period Of Performance For This Acquisition Is The Following: base Year: Date Of Award Thru 09/30/2025 option Year One: 10/01/2025 Thru 09/30/2026 option Year Two: 10/01/2026 Thru 09/30/2027 option Year Three:10/01/2027 Thru 09/30/2028 option Year Four: 10/01/2028 Thru 09/30/2029 option Years May Or May Not Be Exercised Based On The Needs Of And At The Discretion Of The Government. The Contract Is Subject To The Availability Of Va Funds. The Contractor Shall Perform No Services After September 30 Of Any Year Until The Contracting Officer Authorizes Such Services In Writing. work Hours And Schedule: All Performance Of Work, Execution Of Services, And Completion Of Deliverables Must Be Accomplished During The Facility S Normal Business Hours, 8:00 A.m. Through 5:00 P.m. Monday Through Friday, Federal Holidays Excluded. Extended Hours And Weekends May Be Utilized At The Discretion Of The Facility. Prior To Any Efforts Proper Coordination Must Be Initiated Between The Contractor And The Government To Ensure Services, Work, And/or Deliverables Can Be Performed, Executed, And/or Completed When Scheduled. Any Work, Services, And/or Other Tasks Performed During Other Than Normal Business Hours Must Be Approved In Advance By The Diagnostic Imaging Program Manager, Contracting Officer, And/or Other Authorized Facility Designee/representative. Federal Holidays Currently Observed By The Facility Are Listed In The Table Below. new Year S Day january 1 martin Luther King S Birthday third Monday In January president S Day third Monday In February memorial Day last Monday In May juneteenth Independence Day june 19th independence Day july 4 labor Day first Monday In September columbus Day second Monday In October veterans Day november 11 thanksgiving Day fourth Thursday In November christmas Day december 25 other Federal Holidays any Other Day Specifically Declared To Be A National Holiday (per Federal Statute, Executive Order, Or By The President S Proclamation). an Alternative Schedule (different From The Schedule Described Above) May Be Utilized If There Is Mutual Agreement Between The Government And The Contractor Regarding This Alternative Schedule If Implemented. minimum Technical Requirement / Specifications: trailer Requirement: semi-trailer Truck Equipped With Stabilizing Shocks To Prevent Disruption Of The Machine. minimum Trailer Size Of 12 Feet Wide By 50 Feet In Length, In Accordance With The American Disabilities Act And Current Va Building Standards. Proposed Unit Will Connect To The Existing Corridor Attached To Building 58 And Provide Functioning Service. trailer Should Be Zoned With Secure Access Between Each Zone. trailer Should Have Two Patient Dressing Rooms With Lockable Storage Cabinets. trailer Should Have An Injection And Control Room With Storage Cabinets And Control Room Desk. trailer Should Have Five-gauss Exclusion Zone In Magnet Room trailer Must Include Mri Coil Cabinetry trailer Must Include An On-board Generator, Heating, Air Conditioning And Humidity Control Systems. Generator Unit Shall Be Equipped With Air Pollution Control District In Accordance With All Local And State Requirements. trailer Telephone And Data Interface Must Connect With Va Medical Center Telephone And It/pacs Systems. Mri Safe Patient Monitoring (camera) Set Up. trailer Electrical Power Source Shall Be 480v, 3-phase At 150 Amps, 60hz, Wye Along With A 50-foot Cable And A Male Connector. va Will Provide A Parking Site As Follows: dimensions: 20 X 60 In Size And Is Asphalt. the Site Is Arranged So The Trailer Is Parked To Match The Corridor And The Patient Access Door. The Contractor Will Verify The Size Of The Trailer (12 Foot Wide By 50 Foot Wide In Length) Will Be Able To Connect To The Existing Corridor Attached To B-58 And Provide Functioning Service. electrical Service: Single Power Receptacle (russell-stoll Df2504frab) Connected To A 200-amp 3 Pole 480 Volt Disconnect Switch. two (2) Telephone Connections And Two (2) Data Connections. Data Connections Have Rj45 Jacks. Cable To Telephone And Data Connections Is Category 5e. no Water Connection Is Provided. mri Equipment/system: mri Equipment Should Be A Mobile 1.5 Tesla Mri Scanner Equipped With A Magnetic Shielding System To Meet Or Exceed The Manufacturer's Requirement For The Medical Equipment's Mri System. mri Must Have An Actively Shielded Magnet With A Fringe Field Held Entirely Within The Trailer. mri Protocols At A Minimum Must Include But Not Be Limited To Brain (mri And Mra), Orbit/face/neck, Spine (cervical, Thoracic, & Lumbar), Routine Msk, Abdomen/pelvis, Pelvis-male And Female, Brachial Plexus, Carotid And Renal Mra. mri Software Packages At A Minimum Must Include But Not Be Limited To 2d/3d Imaging, Adc Mapping, Neuro, Angio, Body, Ortho, Epi/dwi, T2 Dark Fluid 3d Tse, Fast Imaging (i.e. Blade Or Propeller), Care Bolus, 2d/3d Phase Contrast, Post-processing Non-contrast Mra And Ce Mra, Parallel Imaging, Single Shot Epi, Dicom Worklist, Dicom Scu. appropriate Coils Must Be Included To Accommodate And Accurately Examine All Mri Procedures And Protocols Listed Above Spine, Body, Flex, Shoulder, Head, Neck, Extremity, Foot/ankle, And Knee. mri Must Have The Ability To Plug In Multiple Coils Which Can Be Used Simultaneously mri Must Have A Primary Magnetic Field Spatial Gradient Field Strength Mapped At The Mouth Of The Bore, Documenting A Gradient Falloff. mri Must Have A Minimum 70-centimeter (cm.) Diameter Bore To Accommodate Bariatric Patients. mri Must Have A Minimum Of 500 Lb Table Load mri Must Have A Minimum 48-channel System. mri Must Provide A Comprehensive Imaging And Workflow System That Gives Physicians The Tools To Guide Them Through Various Assessments. mri Must Interface With Va Pacs, Vista, And Dicom Workflows. mri Must Be Capable Of Sending Images To Destinations Including But Not Limited To Printer, Pac S, Va Ris System, Etc. mri Should Have An Enhanced Communication Between Patient And Mri Technologist mri Must Have A Universal Power Supply (ups) Capable Of Maintaining Full Functionality Of The System For A Minimum Of 10 Minutes During A Power Outage. mri Must Include A Power Conditioner As Recommend By Original Equipment Manufacturer. ancillary Equipment/requirement: must Include A Contrast Power Injector must Include New Infection Control Approved Patient Positioning Sponges (sponges Will Be Replaced As Needed At No Cost Throughout The Life Of The Contract) must Include Mri Safe Transfer Table must Include Full Size Walkthrough Magnetic Metal Detector must Include Handheld Magnetic Metal Detector must Include Mri Safe Wheelchair With A Capacity To Lift A Minimum 500 Lbs. must Include Built In Patient Lift With A Capacity To Lift A Minimum Of 1500 Lbs. must Include Mri Safe Fire Extinguisher optional Accessories To Enhance Va Patient Experience And Comfort Such As Digital Video Goggles And Audio Headset. In Bore Infotainment security/connectivity Requirement: must Have Oem-supported Operating System. must Have Latest Dicom Print, Store Commit And Modality Worklist must Have Wireless Connectivity To Va Network Compatible With 802.11b/g/n And Fips 140-2 Compliant. must Have Encrypted Hard Drive. must Have Pacs Compatibility Optum Change Healthcare must Have Pacs Compatibility Va Vista Imaging communication With Va Pacs, Mri Workstation Technology & Radiology Service Medical Printers: The Contractor Will Ensure All Software And Licenses Necessary To Have Full Dicom Communication Between The Mri Workstation Technology And Va Pacs And Radiology Service Workstations And Medical Printers. Each Mri Study Will Be Transferred To Va Pacs Immediately Following Acquisition Of The Study So That It Can, If Necessary, Be Reviewed Before The Patient Leaves The Mobile Mri. contractor Responsibilities: contractor Responsible For All Transportation, Delivery, Set-up, Connection To Va Provided Electrical Power, And Data And Phone Lines. Note: The Site Has A Nearby Electrical Transformer, Contractor Must Confirm There Will Not Be Any Electrical Interference. contractor Must Provide Vendor Remote Diagnostics Via Vpn. The Vendor Shall Either Utilize The Va National Site-to-site Vpn Or Work With The Office Of Cyber And Information Security And The Vamc Information Systems Security Officer To Establish A Client-based Vpn. contractor Must Provide Oem Engineer Upon Delivery Of Unit To Verify Trailer Setup, Networking, And Full Functionality Of The Mri Unit. contractor Must Provide Physicist Equipment Performance Evaluations Dated Within 12 Months Prior To Delivery, And Calibration Of Equipment As Required By The Manufacturer Of The Mri Unit. contractor Must Provide Two Weeks Of Applications Training (initial And Delayed) By An Original Equipment Manufacturer Mri Applications Technologists. applications Technologist Must Be Capable Of Integrating New Technology And Facility Protocols According To Va Radiologist Specifications. Verification Of Connectivity Shall Be Made By Contractors Prior To The Start Of Patient Procedures Immediately Following The Award Of This Solicitation. applicable Training Will Be Provided To Radiologists And Mri Technologists, Biomedical Engineers, Medical Engineering, And Information Technology Personal contractor Must Provide Operator Instruction Manuals For The Trailer And Equipment contractor Must Provide All Recommended Routine And Annual Oem Preventative Maintenance On Mri Trailer And Accessories, Inclusive Of Hard Drive And Patient Data Removal At No Additional Charge To The Government. contractor Shall Perform The Required Work In Accordance With Joint Commission, Vha And Other Regulatory Standards. Joint Commission Standards May Be Obtained From The Joint Commission, One Renaissance Blvd, Oakbrook Terrace, Il 60181. The Contracting Officers Representative (cor) Shall Require Access To Proof Of Preventative Maintenance And Calibration During The Performance Of The Contract. no Routine Maintenance Will Be Scheduled Or Performed Such That It Conflicts With The Required Schedules Of The Mri Unit, Except To Address Emergency Failures Of The Unit. Service Response Time To Emergency Failures Shall Be Within Two Hours. Provide 365/24/7 Telephone Service Response Line To Be Answered Immediately Or Within 30 Minutes. in The Event Of Equipment Failure Or Unavailability Of The Mobile Mri Unit Trailer And/or Or Equipment, The Contractor Must Make A Sound Effort To Get The Unit Fully Operational Within 12 Hours. as A Result Of Normal Duty Time Lost During The Downtime, The Contractor May Be Required To Work Outside Regular Business Hours And/or Weekends At No Additional Costs To The Government To Reduce Patient Backlog. va Personal Shall Be Notified Immediately Of Any Equipment Malfunctions That Would Hinder The Completion Of Studies. in The Event Of A System Failure, Contractor And The Imaging Supervisor Shall Work Cooperatively To Remedy The Situation As Quickly As Possible. contractor Must Provide A System That Maintains A Minimum Of 95% Up Time Performance Rate, Based On The Normal Mri Duty Days And Hours. Failure To Provide This Shall Result In A Deduction On The Contract Price By 1/30th For Full Mri Duty Day Down. va Responsibilities: va Responsible For Maintenance Of Connectivity Ports Appropriate For Linking The Mobile Unit To Power, Computer Network, And Local-access Phone/modem/fax As Needed, After Initial Installation. va Responsible For All Technologist-staffing To Operate The Mobile Mri va Responsible For The Safety Of Each Beneficiary While In Their Care, Throughout The Exam. va Responsible For Preparation Of Each Patient I.e., Safety Screening, Gowning, Scanning For Metals, Etc. if Sedation Is Needed It Will Be Conscious Sedation Level Only. The Government Will Be Responsible For Providing The Sedation Orders And Dosage, Instructions For Pre And Post Sedation And Recovery And The Sedation Drug. va Responsible For Providing All Consumables Such As Contrast, Gloves, Syringes, Needles Etc. va Responsible For Providing Clean Linen And For The Laundering Of The Dirty Linen. va Responsible For Cleaning The Mobile Unit And Disposal Of Trash. va Responsible For Crash Cart Located In The Diagnostic Imaging Department. All Emergencies Will Be Handled By The Va Code Team. The Va Will Provide Written Emergency Plans Addressing Emergencies Such As Patient Codes, Personal Injury, Fire, And Disruptive Behavior. Mri Technologists Will Review Mri Safety Guidelines With Emergency Responders From The Va. All Code Patients Will Be Removed From Mri Scan Room And The Mri Technologist Will Ensure Code Responders Or Ferrous Equipment Is Not Allowed In The Mri Scan Room. special Contract Requirements: The Contracting Officer (co) Is The Only Person Authorized To Approve Changes Or Modify Requirements. Contractor Shall Communicate With Co On All Matters Pertaining To Contract Administration. Only The Co Is Authorized To Make Commitments Or Issue Changes, Which Will Affect Price, Quantity, Or Qualify Of Performance Of This Contract. Services Specified May Be Changed By Written Modification To This Contract. Modification Will Be Prepared By The Va Co. a Representative Of The Co Will Be Designated To Represent The Co In Furnishing Technical Guidance And Advice Regarding The Work Performed Under This Contract. The Foregoing Is Not To Be Construed As Authorization To Interpret Or Furnish Advice And Information To The Contractor Relative To Financial Or Legal Aspects Of The Contract, But The Technical Matter Experts Reside In The Serviced Departments And As Such They Are Authorized To Give Technical Assistance And Guidance. The Services To Be Performed By The Contractor Will Be Under The Direction Of The Chief Of Staff, And The Chief, Radiology Services. the Radiology Service Program Manager Will Be The Primary Point Of Contact At The Va For Communication Between The Va And The Contractor Regarding Technical Aspects Of Imaging Protocols And Medical Aspects Of Patient Studies. The Contractor Will Communicate To The Program Manager Any Possible And Actual Disruptions Of Mri Service. Upon Becoming Aware Of Possible Or Actual Disruption Of Mri Service, The Contractor Will Communicate Such Service-disruption Information To The Program Manager As Soon As Possible (asap) So The Patient And Service Schedule Can Be Appropriately Modified With As Little Inconvenience As Possible To Patients And Services. contract Performance Monitoring: The Contractor Will Be Monitored Through A Variety Of Mechanisms, Including But Not Limited To: cancellations Due To Equipment Failure maintenance Schedules qa/qc Measures (physicist Reports) aql any New Or Revised Quality/performance Criteria Or Standards Will Be Provided To The Contractor Before Their Implementation Date And Renegotiated Into The Contract As Necessary. If Renegotiation Is Not Possible, Contract May Be Terminated And Resolicited. Unsatisfactory Performance May Be Re-performed As Required At No Additional Cost To The Government. acceptable Quality Levels (aql) tasks performance Measures acceptable Quality Levels (aql) deductions/resolution if Below Aql adhere To Hippa Requirements within Acceptable Standards 100% subject To Contract Termination. provide Maintenance Personal In The Work Area Available For Work At The Appointed Times daily >98% monitored By Cor, Contract Subject To Termination mri Scan Evaluation And Completion daily >95% complete And Provide. provide Proper Equipment In Working Order. within Acceptable Medical Standards 100% properly Clean Equipment As Directed. Repair Equipment. contract Termination: A Contract Award Can Be Terminated By The Va If A Contractor Does Not Adequately Meet The Requirements Of This Statement Of Work. A 30-day Notice Detailing One Or Several Inadequacies Will Precede Termination. Termination Will Occur If Inadequacies Are Not Rectified Within 60 Days Of Notification Or Va Determines Corrections Are Not Sufficient For Resolution. personal Performing Work/services - Required Core Competencies : Personal Performing Work, Executing Services, And Completing Deliverables During The Active Performance Periods Of The Contract Shall Possess The Knowledge, Skills, And Abilities Required To Successfully Complete The Requirement. No Unqualified Individual Shall Be Allowed To Perform Work, Execute Services, And To Complete Deliverables At Any Time Under The Final Contract While Active. Contractor Personal Shall Not Be Considered Va Employees For Any Purpose. key Personal: During The Active Performance Periods Of The Contract A Key Personal Person Shall Be Designated By The Contractor (to Be Contacted By The Government When Needed) Regarding Performance Of Work, Execution Of Services, And Completion Of Deliverables As Contained Within This Statement Of Work And Covered By The Final Contract. This Key Personal Person Must Have Sufficient Knowledge To Be Able To Respond To Technical Questions By The Government. deliverables: required Deliverables deliverable #1: performance Evaluation immediately Following Contract Award Contractor Must Provide Signed Physicist Equipment Performance Evaluations Dated Within 12 Months Prior To Delivery, And Calibration Of Equipment As Required By The Manufacturer Of The Mri Unit. deliverable #2: installation immediately Following Contract Award Contractor Is Responsible For The Transportation, Delivery, Set-up, And Connection Of The Mobile Mri Unit. Such Delivery, Set-up, And Connection Must Be At A Level That Enables Full Start Up, Operation, Use, And Full Functionality Of The Mobile Mri Unit (in Accordance With Original Equipment Manufacturer (oem) Guidelines). A Fully Functioning Mobile Mri Unit Operates/functions As Intended For Its Stated Purpose. deliverable #2: training immediately Following Installation Of The Mobile Mri Unit, The Contractor Must Provide Two Weeks Of Applications Training (initial And Delayed) By An Oem Mri Applications Technologists. deliverable #4: owner, Operation, Instruction And/or Equipment Manual immediately Following Installation Of The Mobile Mri Unit, The Contractor Must Provide Oem Operator Instruction Manuals For The Trailer And Equipment. deliverable #5: key Personnel immediately Following Contract Award The Contractor Must Provide A Key Personal Person Designated By The Contractor (to Be Contacted By The Government When Needed) Regarding Performance Of Work, Execution Of Services, And Completion Of Deliverables As Contained Within This Statement Of Work And Covered By The Final Contract. This Key Personal Person Must Have Sufficient Knowledge To Be Able To Respond To Technical Questions By The Government. deliverable #6: progress Reporting, Documentation, And Service Logs on A Monthly Basis Or When Incidents Occur The Contractor Must Provide Status/progress Reports, Documentation, And/or Service Logs Which Capture And/or Which Otherwise Encompass The Operation, Functionality, And Status Of The Mobile Unit. Such Information Includes But Is Not Limited To Maintenance, Preventive Maintenance, Service, Repairs Conducted/performed On The Mobile Unit. Other Information Includes Software Or Other Enhancements, Upgrades, & Updates That May Be Needed (or Which May Be Incorporated) On The Mobile Unit At A Later Date. va Information & Information System Security & Privacy Language: refer To Attachment 1: Va Information & Information System Security & Privacy Language other Requirements: identification And Badges: Any Individual Performing Work Under This Contract Shall Wear A Badge Or Other Identification While On Site That Is Clearly Displayed At All Times. Badges Must Have An Identification Picture, Name Of The Individual And The Represented Company. While On Site, Any Person Performing Work Directly Or Indirectly Must Be In A Position To Specify Their Authorized Purpose For Their Presence At The Facility In The Event That Such Information Is Requested By Va Facility Personal. parking: It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas, To Avoid Ticketing Or Towing (if/when On Site At The Facility). Information On Parking Is Available From The Facility If Requested By The Contractor. contract Administration: The Contracting Officer Is The Only Person Authorized To Approve Changes Or Modify Any Of The Requirements Under The Final Contract When Executed. The Contractor Shall Communicate With The Contracting Officer On All Matters Pertaining To Contract Administration. Only The Contracting Officer Is Authorized To Make Commitments Or Issue Changes That Will Impact/change Price, Quantity, Or Quality Of Performance Of This Contract. In The Event The Contractor Makes Any Such Change At The Direction Of Any Person Other Than The Contracting Officer, This Change Shall Be Considered To Have Been Made Without Authority And No Adjustment Will Be Made In The Contract Price To Cover Any Increase In Costs Incurred As A Result Thereof. All Changes To The Contract Will Be Issued Via An Amendment And/or Modification To The Contract By The Contracting Officer In Writing To The Contractor. invoicing And Payment: Contractor Is Authorized Prompt Payment Iaw Applicable Regulation Following The Successful Performance Of Work, Execution Of Services, And Completion Of Required Deliverables. Contractor Invoices Shall Be Submitted Iaw Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. Invoices Submitted For Payment Must Be Detailed To The Extent Necessary To Reflect The Work Done And The Services Performed During The Time Periods When Completed So An Accurate Assessment Can Be Made By The Facility For Certification Of These Invoices For Payment. Advance Payments Are Not Authorized, And Contractor Is Not Authorized Payment For Planned Or Anticipated Work Not Performed And/or For Work That Has Not Been Successfully Completed. supplemental Insurance Requirements: In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract: (a) Workers' Compensation And Employers Liability: Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes. If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage. Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers. (b) General Liability: $500,000 Per Occurrences. (c) Automobile Liability: $200,000 Per Person; $500,000 Per Occurrence And $20,000 Property Damage. (d) The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. option To Extend Services: The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 60 Days Of The Expiration Of The Current Performance Period. option To Extend The Term Of The Contract: The Government May Extend The Term Of This Contract By Written Notice To The Contractor; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years. (end Statement Of Work) period Of Performance base Period: Date Of Award To 09/30/2025 option Year 1: 10/01/2025 To 09/30/2026 option Year 2: 10/01/2026 To 09/30/2027 option Year 3: 10/01/2027 To 09/30/2028 option Year 4: 10/01/2028 To 09/30/2029 place Of Performance/place Of Delivery address: va Illiana Health Care System 1900 East Main Street danville, Il postal Code: 61832-5198 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) refer To Attachment 2: Addendum To Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services 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 52.204-20, Predecessor Of Offeror (aug 2020) far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023) far 52.209-7, Information Regarding Responsibility Matters (oct 2018) far 52.214-21, Descriptive Literature (apr 2002), Alternate I (jan 2017) far 52.225-18, Place Of Manufacture (aug 2018) 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 852.239-71, Information System Security Plan And Accreditation (feb 2023) vaar 852.239-75, Information And Communication Technology Notice (feb 2023) 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) refer To Attachment 3: Addendum To Far 52.212-2 Evaluation-commercial Items far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)(deviation Feb 2025) 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. system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services. Contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce Requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam. 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 52.204-9, Personal Identity Verification Of Contractor Personal (jan 2011) 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 52.223-10, Waste Reduction Program (may 2024)(deviation Feb 2025) far 52.224-1, Privacy Act Notification (apr 1984) far 52.224-2, Privacy Act (apr 1984) far 52.227-14, Rights In Data-general (may 2014) far 52.227-17 , Rights In Data-special Works (dec 2007) far 52.228-5, Insurance-work On A Government Installation (jan 1997) cl-120, Supplemental Insurance Requirements far 52.232-18, Availability Of Funds (apr 1984) far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984) vaar 852.203-70, Commercial Advertising (may 2018) vaar 852.204-70, Personal Identity Verification Of Contractor Personal (may 2020) vaar 852.204-71, Information And Information Systems Security (feb 2023) vaar 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018) vaar 852.211-72, Technical Industry Standards (nov 2018) vaar 852.211-76, Liquidated Damages-reimbursement For Data Breach Costs (feb 2023) vaar 852.212-71, Gray Market And Counterfeit Items (feb 2023) vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) Refer To Attachment 4: Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) vaar 852.237-74, Nondiscrimination In Service Delivery (oct 2019) vaar 852.237-75, Key Personal (oct 2019) vaar 852.239-70, Security Requirements For Information Technology Resources (feb 2023) vaar 852.239-73, Information System Hosting, Operation, Maintenance, Or Use (feb 2023) vaar 852.239-74, Security Controls Compliance Testing (feb 2023) vaar 852.239-76, Information And Communication Technology Accessibility (feb 2023) vaar 852.242-71, Administrative Contracting Officer (oct 2020) vaar 852.246-71, Rejected Goods (oct 2018) 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) Refer To Attachment 5: Addendum To Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services invoicing the Contractor Will Submit Each Invoice Online, Including All Back-up Data, To Va S Electronic Invoice Presentment And Payment System. The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. Additional Information Can Be Found At Http://www.fsc.va.gov/einvoice.asp. protests protests, As Defined In Section 33.101 Of The Federal Acquisition Regulation, That Are Filed Directly With An Agency, And Copies Of Any Protests That Are Filed With The Government Accountability Office (gao), Shall Be Served On The Contracting Officer (addressed As Follows) By Obtaining Written And Dated Acknowledgment Of Receipt From The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. The Copy Of Any Protest Shall Be Received In The Office Designated Above Within One Day Of Filing A Protest With The Gao. all Quoters Shall Submit The Following: Refer To Attachment 2: Tailored Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services when Preparing Offers/quotes In Response To This Solicitation Offerors Shall Refer To Far 52.212-1 (instructions To Offerors Commercial Items), Far 52.212-2 (evaluation-commercial Items) And Addendum Far Part 52.212-2. These Sections Contain Specific Instructions, Guidance, Format, And Exact Requirements For What Constitutes A Complete And Responsive Offer/quote. As Specified In These Sections An Incomplete And/or Non-responsive Offer/quote Shall Not Be Considered For A Contract Award By The Contracting Officer. vaar 852.219-73 Is Included In This Solicitation And References The Sba Certification Database At Https://veterans.certify.sba.gov/. However, The Website Portal At The Foregoing Link Is Now Static And Is No Longer Being Updated As Of August 2024. To Be Eligible For Award, A Vendor Must Be Listed As Sdvosb Certified In The Sba Certification Database (under Government Certifications) Found At The Dynamic Small Business Search Website: Https://dsbs.sba.gov/search/dsp_dsbs.cfm. all Quotes Shall Be Sent To The Contracting Officer At Stacy.massey@va.gov. evaluation 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 Price And Other Factors Resulting In A Contracting Officer S Decision For The Quote That Is Most Favorable To The Government. Refer To Attachment 3: Tailored 52.212-2 Evaluation Commercial Products And Commercial Services. the Following Are The Decision Factors: technical Specifications And Compliance With Requirement delivery Schedule, contractor Capability And Past Performance, And price the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms And Conditions. The Government Reserves The Right To Select A Response That Provides Benefit To The Government That Exceeds The Minimum. The Government Is Not Required To Select A Response That Exceeds The Minimum. Responses May Exceed Requirements. Each Response Must At A Minimum Meet The Solicitation Requirement. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 5:00pm On March 27, 2025. Responses Should Be Sent To The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. 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 stacy Massey contracting Officer network Contracting Office 12 stacy.massey@va.gov

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Chemical Products
Corrigendum : Closing Date Modified
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents 
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Part 5.101(a)(2) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract Pursuant To 10 U.s.c 2304 (c)(1), As Implemented By Far 6.302-1(a)(2) And 6.301-1(c), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements And Brand-name Descriptions. the Department Of Veterans Affairs Medical Center, Located At 1400 Vfw Parkway, West Roxbury, Ma, 02132, Requires The Reagents And Supplies Listed In The Attached Statement Of Objectives. the Government Intends To Award A Firm-fixed-price Sole Source Contract. the Government's Determination Not To Compete With This Proposed Contract Based On Responses To This Notice Is Solely Within Its Discretion. This Notice Of Intent Is Not A Request For Competitive Proposals. It Is A Written Notice To Inform The Public Of The Government's Intent To Award On A Sole-source Basis. interested Parties May Identify Their Interest And Capability To Respond To The Requirement. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Will Be Advantageous To The Government. please Contact Manasã©s Cabrera, Contracting Specialist With The Responses Or Questions Regarding This Requirement At Manases.cabrera@va.gov. this Notice Will Close On February 17, 2025, At 4:30 Pm Eastern Standard Time (est) histology Reagent And Supplies statement Of Objectives items To Be Provided: histology Reagents And Supplies For Contract Period Tbd. Histology Reagents And Supplies Will Be Ordered On As Needed Basis. lab Sites And Poc S va Boston Healthcare Systemâ  west Roxbury Campusâ  1400 Vfw Parkwayâ  west Roxbury, Ma 02132â  va Connecticut Healthcare Systemâ  west Haven Campusâ  950 Campbell Avenueâ  west Haven, Ct 06516â  va Providenceâ  830 Chalkstone Avenueâ  providence, Riâ â  02908   nameâ â  titleâ â  officeâ â  telephoneâ â  e-mail Addressâ â  wendy Strolloâ  ncl Program Directorâ  ncl Officeâ  203-841-5591â  wendy.strollo@va.govâ  holly Charpentierâ  program Support Nclâ  ncl Officeâ  802-296-1349â  holly.charpentier@va.govâ  jacqueline Hiteâ  program Support Nclâ  ncl Officeâ  203-601-0563â  jacqueline.hite@va.govâ  required: the Government Reserves The Right To Add Additional Testing Kits During The Life Of This Agreement.â  â  the Government Reserves The Right To Add Additional Visn 1 Laboratories To This Agreement.â  va White River Junctionâ â  215 North Main Streetâ  white River Junction, Vtâ  05009-001 Â â  va Manchesterâ  718 Smyth Roadâ  manchester, Nhâ  03104   â va Central Western Massachusetts Healthcare Systemâ  northampton Campusâ  421 North Main Streetâ  leeds, Ma 01053â  va Boston Healthcare Systemâ  brockton Campusâ  940 Belmont Streetâ  brockton, Ma 02301â  va Bedford Healthcare Systemâ  200 Springs Roadâ  bedford, Ma 01730â  va Boston Healthcare Systemâ  jamaica Plain Campusâ  150 S. Huntington Avenueâ  boston, Ma 02130â  va Connecticut Healthcare Systemâ  newington Campusâ  555 Willard Ave.â  newington, Ct 06111â  va Maineâ  1 Va Centerâ  augusta, Meâ  04330â â  the Annual Quantity Is Only An Estimate And Volumes Are Not Guaranteed. Volumes May Vary During The Life Of The Agreement.â  the Test Kits Will Be Shipped And Replenished In Quantities As Requested By The Individual Site Laboratory. The Laboratory Departments Will Request The Kits On An As-needed Basis.â  each Site Will Be Invoiced For Their Own Delivery Orders. The Contractor Will Provide Direct Delivery To The Requesting Lab At The Contractor S Expense. The Laboratory Department Will Order Using Their Usual Procedures And Referencing The Purchase Agreement Pricing. They Will Be Invoiced For Their Own Orders.â  Each Laboratory May Order Any Of The Reagent Kits Listed In This Contract.â  all Pricing Includes Fob Destination With 2-day Shipping Upon Order.â  all Reagents And Supplies Should Have The Longest Outdates Possible, With A Minimum Of 6 Months Before Expiration When Received On-site.â  contractor Will Supply A Quarterly And/or Yearly Report To The Contracting Officer S Representative (cor) As Requested That Indicates The Products And Quantities Purchased Each Month. The Report Will Consist Of A Breakdown Which Includes: The Facility Name, Products Obtained Under This Agreement, And The Volume Per Month.â  in The Event Of A Recall, Contractor Must Comply With All Applicable Rules And Regulations Regarding Notice To Customers. Contractor Shall Reimburse The Va For Any Costs Actually Incurred To Comply With Recall Instructions And Process Provided By The Contractor To Sequester, Package And Return, As Applicable. in The Case Of A Company Merger And/or Acquisition, Contractor Will Immediately Notify The Contracting Officer For This Bpa And Provide A Contingency Plan Of Services To Assure That No Break In Services Is Experienced By The Participating Facilities safety Data Sheets (sds) Are Required. Any Product Formulation Changes Must Be Accompanied With An Updated Sds please Contact Lab Service Contacts Prior To If Substitutions Or Alternate Products Are Being Considered. Laboratory Supplies Are Specific And Highly Specialized, And Substitutions May Not Be Appropriate. essential Physical Characteristics: item # description fsc5735cs 10 Neut Buff Formin 5l cs fsc23245684cs 10% Neutral Buffered Formalin Protocol 1 cs m082101-2 agilent Mo A Hu Cytoker Cl Mnf 116 1ml Concentrate ea 6gra3 antimicrobial Polyethylene Tacky Mat Clear 24"x36" 30 Sheet Pk 4 pk ali084g7 biocare Medical Cd34 Q Series 7ml ea ali3121g7 biocare Medical Claudin-4 Q Series 7ml ea pm405aa biocare Medical Gata 3 6ml Predilute ea api3149aa biocare Medical Kappa Light Chain L1c1 6ml ea api3063aa biocare Medical Lambda Light Chain N10 2 6ml ea pp422aa biocare Medical Nkx3.1 Rabbit Polyclonal 6ml Predilute ea bccapi3066aaea biocare Medical P40 6ml Predilute ea api438aa biocare Medical Pax 8 6ml Predilute ea api3099aa biocare Medical Sox 10 ea pm087aa biocare Medical Ttf 1 6ml Predilute ea api3121aa claudin-4 Predilute 6ml ea fsc6215cs fisher Scientific Dehydrant 100 5l cs czsamw3000ea epic Slides White Charged ea fsc22042936cs epredia Slidemate Microscope Slides 144/pk ea 8300 excelsior Wast Was Drwr 5 Cs ea fscb9990612cspk filter Formaldehyde 6 Pk ea fsc23245669ea fisher Scientific Og-6 Pap Stain 4l ea fsc23245698ea fisher Scientific Protocol Decalcifyn Sol A Il ea fsc23245682ea fisher Scientific Protocol Decalcifyn Sol B 1l (for Bone) ea fsc23245653ea fisher Scientific Protocol Gill Hematoxylin 1x ea fsc21870076ea fisher Scientific Rpmi 1640 ea fsc22050210ea fisher Scientific Stain Papanicolaou Ea-50 ea fsc5735sscs fisher Scientific Syntri Safegrd Nbf cs fsc6615sscs fisher Scientific Syntri Safegrd Xylene cs fsc6215sscs fisher Scientific Syntrisafegrd Dehydrnt cs stlfgp0811pk formaguard Plus Neutralizing Pads 8x11 25/pk ea elm6259370ea fume Filter 2 Case ea mermer500pluspk histology Microtome Blades,high Profile Platinum ea sc271408 insm1 Clone A-8, 200 G/ml ea fsc06666apk kim Wipes (4.4 X 8.4 In) ea 3800145acs leica 2450 1 Premier Cover Glass For Automated Coverslipper cs lmi14046435914ea leica Activated Carbon Filter ea lmi14047432273ea leica Activated Carbon Filter ea pa0909 leica Ae1/ae3 Bond Rtu Primary 7ml ea pa0204 leica Bcl 6 Bond Rtu Primary ea pa0117 leica Bcl2 Bond Rtu Primary ea cs9100 leica Bond Aspirating Probe Cleaning Kit ea s21.4610 leica Bond Cognitive Printer Ribbon & Labels 6 Pack ea s21.2129 leica Bond Covertile Cleaning Rack ea ar9222 leica Bond Dewax Solution ea ar9551 leica Bond Enzyme Pretreatment Kit ea s21.1971 leica Bond Mixing Stations ea op79193 leica Bond Open Containers 7ml pk ds9800 leica Bond Polymer Refine Detection Kit kt ds9390 leica Bond Polymer Refine Red ea opt9719 leica Bond Titration Inserts 50 X ea opt9049 leica Bond Titration Kit ea ar9961 leica Bond Tm Epitope Retrieval 1 - 1l ea ar9640 leica Bond Tm Epitope Retrieval 2 - 1l ea ar9352 leica Bond Tm Primary Antibody 500ml ea ar9590 leica Bond Tm Wash Solution 10x Concentrate 1l ea s21.2001 leica Bond Universal Covertiles ea s21.4611 leica Bond Universal Covertiles pk pa0346 leica Calretinin Bond Rtu 7ml ea pa0270 leica Cd10 Bond Rtu Primary 7ml ea pa0088 leica Cd138 Bond Rtu Primary 7ml ea pa0473 leica Cd15 Mma Bond Rtu 7ml ea pa0200 leica Cd20 L26 Bond Rtu 7ml ea pa0169 leica Cd23 Bond Rtu Primary 7ml ea pa0553 leica Cd3 Bond Rtu Primary 7ml ea pa0790 leica Cd30 Jcm182 Bond Rtu 7ml ea pa0212 leica Cd34 Bond Rtu Primary 7ml ea pa0042 leica Cd45 Bond Rtu Primary 7ml ea pa0168 leica Cd5 Bond Rtu Primary 7ml ea pa0308 leica Cd61 Bond Rtu Primary7ml ea pa0375 leica Cdx2 Ep25 Bond Rtu 7ml ea pa0515 leica Chromogranina 5h7 Bond 7ml ea ds9665 leica Chromoplex 1 Dual Detection ea pa0046 leica Cyclin D1 Ep12 Bond ea pa0022 leica Cytokeratin 20 Bond Rtu 7ml ea pa0942 leica Cytokeratin 7 Bond Rtu 7ml ea pa0094 leica Cytokeratin Ae1 Ae3 Bond Rtu ea pa0032 leica Desmin Bond Rtu Primary ea 3801320 leica Embedding Medium 10-2lb Bags ea pa0800 leica Glypican 3 1g12 Mab Cm ea pa0801 leica Hepatocyte Specific 7ml ea ihc5994-a leica Hpp Asr Bond 7ml ea pa0118 leica Ki67 Bond Rtu Primary ea pa0129 leica Mum1 Bond Rtu Primary 7ml ea pa0064 leica Napsin A (ip64) Bond Rtu 7ml ea pa0016 leica P16 6h12 Bond Rtu Primary 7ml ea pa0057 leica P53 Bond Rtu Primary 7ml ea 39602004 leica- Paraplast Plus 8/1kg/cs ea pa0552 leica Pax 5 Bond Rtu Primary 7ml ea pa0031 leica S 100 Ep32 Bond Rtu Primary ea pa0813 leica Sox 10 Polyclonal Cm Bond 7ml ea pa0299 leica Synaptophysin Bond Rtu Primary 7ml ea loo6961300ea organic Filter For Fume ea wha5802385ea paper Fltr Fold 38.5mm ea 8332 paraffin Histo Lp ea fsc1337416ea parafilm 2in. W X 250 Ft. L ea mopbe045ea pathcloud Foaming Disinfectant ea api3154dsaa pin 4 Cocktail (ck Hmw+p63+amacr) Predilute 6ml ea 4583 sakura Finetek Tissue Tek Oct Compound 12/case cs 6045 sakura Finetek Tissue Tek Vip 6 6ai Paraffin Waste Bags For Vip6 cs haz Fee shipping Charges For Any Chemical ea sha6766007cs stain Eosin Y Alc Shndn 2 X 1lt cs fhca83910001ea thermal Transfer Ribbon ea fsc7411258cs vapor Filter Small 6 Cs cs 89508-402 vwr Scientific Encore Premium Microtome Blades ea fsc6615cs fisher Scientific Xylene 5l cs privacy Language For Statement Of Work (sow)â  contactor Policies And Procedures Shall Comply With All Va Privacy & Security, The Privacy Act And Health Insurance Portability And Accountability Act (hipaa).â  records Management Language For Statement Of Work (sow):â  the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract:â  citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228.â  â  contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest.â  â  contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records.â  â  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 By The Freedom Of Information Act.â â  â  contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract.â â  â  the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract.â  â  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.â  â  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.].â â  â  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.â â  â  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.â  â  â  â  va Information And Information System Security/privacy Language For Inclusion Into Contracts, As Appropriateâ â  1. Generalâ â  â  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.â â  2. Access To Va Information And Va Information Systemsâ â  â  a. A Contractor/subcontrator 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.â â  b. 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.â â  â  c. Contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness.â â  â  d. 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.â â  â  e. 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.â â  â  3. Va Information Custodial Languageâ â  â  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).â â  â  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.â â  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.â â  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.â â  â  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.â â  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 Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12.â â  g. 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.â â  h. 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.â â  i. 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.â â  â  j. 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.â â  k. 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.â  â  l. 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 Cotr.â â  â  4. Information System Design And Developmentâ â  â  a. Information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cotr, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment.â â  â  b. The Contractor/subcontractor Shall Certify To The Cotr 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.â â  â  c. 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.â â  â  d. Applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges.â â  â  e. 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.â â  â  f. 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.â â  â  g. The Contractor/subcontractor Agrees To:â â  â  (1) 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:â â  â  (a) The Systems Of Records (sor); Andâ â  (b) The Design, Development, Or Operation Work That The Contractor/subcontractor Is To Perform;â â  (1) 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; Andâ â  â  (2) 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.â â  â  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.â â  â  (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.â â  â  (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.â â  (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.â â  â  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.â â  â  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 _15_ Days.â â  â  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 _15_ Days.â â  â  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.â â  â  5. Information System Hosting, Operation, Maintenance, Or Useâ â  â  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 Vulnerablity Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The 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.â â  â  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.â â  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.â â  â  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 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.â â  â  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.â â  â  f. Va Prohibits The Installation And Use Of Personally-owned Or Contractor/subcontractor-owned Equipment Or Software On Va S Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va-approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe.â â  â  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.â â  â  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:â â  â  (1) Vendor Must Accept The System Without The Drive;â â  â  (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; Orâ â  â  (3) Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.â â  â  (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;â â  â  (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; Andâ â  â  (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.â  â  (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.â â  â  6. Security Incident Investigationâ â  â  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.â â  â  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.â â  â  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.â â  â  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 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.â â  â  7. Liquidated Damages For Data Breachâ â  â  a. 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.â â  â  b. 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, Vaâ â  must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.â â  â  c. Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following:â â  â  (1) Nature Of The Event (loss, Theft, Unauthorized Access);â â  â  (2) Description Of The Event, Including:â â  â  (a) Date Of Occurrence;â â  (b) Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; (3) Number Of Individuals Affected Or Potentially Affected;â â  (4) Names Of Individuals Or Groups Affected Or Potentially Affected;â â  (5) 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;â â  (6) Amount Of Time The Data Has Been Out Of Va Control;â â  (7) The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons);â â  (8) Known Misuses Of Data Containing Sensitive Personal Information, If Any;â â  (9) Assessment Of The Potential Harm To The Affected Individuals;â â  (10) Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; Andâ â  (11) 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.â â  â  d. 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 $_100.00_ Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following:â â  â  (1) Notification;â â  (2) One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports;â â  (3) Data Breach Analysis;â â  (4) Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution;â â  (5) One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; Andâ â  (6) Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs.â â  8. Security Controls Compliance Testingâ â  â  on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day S Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time.â â  9. Trainingâ â  â  a. 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:â â  â  (1) 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;â â  â  (2) Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training;â â  (3) Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; Andâ â  (4) Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.]â â  â  b. The Contractor Shall Provide To The Contracting Officer And/or The Cotr 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.â â  â  c. 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.â â 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or A Request For Quote (rfq). The Department Of Veterans Affairs Is Not Soliciting Offers Of Any Kind. No Contract Award Will Be Made On The Basis Of Any Response(s) To This Notice. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. In Accordance With The Federal Acquisition Regulation (far) Part 10 On Market Research And Public Law 109-461, The Department Of Veterans Affairs Is Conducting Market Research To Identify Verified Service-disabled Veteran-owned Small Business (sdvosb) Concerns That Have The Capability To Provide Contractor Support Services To The Government At A Fair And Reasonable Price. This Announcement Is For Informational And Planning Purposes Only And Should Not Be Interpreted As A Commitment By The Government To Issue A Solicitation Or Award A Contract. A Sources Sought Notice (36c776-24-q-0280) Was Posted On Sam.gov On July 22, 2024. Initially, The Va Sought To Consolidate Acquisition Support Services And Acquisition Utilization Services Into A Single Indefinite Delivery, Indefinite Quantity (idiq) Contract. However, The Va Has Decided That Combining The Roles Of 1101 And 1102 Is Not The Best Approach. This Request For Information (rfi) Aims To Inform The Industry Of Our Revised Plan To Conduct Market Research Specifically For 1102 Contract Specialist Support Only. The U.s. Department Of Veterans Affairs (va), Veterans Health Administration (vha), Regional Procurement Office Central (rpo-c) Has A Need For An Experienced Contractor Who Has Five (5) Or More Years Of Experience Supplying Acquisition Support Services To Federal Agencies.â The Contractor Is Needed To Assist Various Contracting Teams In Their Procurement Requirements. The Contractor Shall Provide Experienced Entry-level Contract Support (ecs), Mid-level Contract Support (mcs), And Senior Contract Support (scs). Contractor Acquisition Support Services Will Be Required Throughout The Life Of This Contract. The Contractor S Office And Contractor Personnel Shall Be Located Within The Continental United States, Alaska, Hawaii And Puerto Rico. The Contractor Shall Provide Non-personal, Non-inherently Governmental Acquisition Support Services In Support Of The Vha S Contracting Offices. The Contractor And Contractor Personnel Shall Not Be Designated As The Co Or Cor Or Make Decisions; Rather They Will Support The Various Va Procurement Teams In Their Procurement Needs. Contractor Personnel May Not Supervise Or Otherwise Direct Government Employees. Va Cos, Css, Cors And Other Staff Shall Ultimately Be Responsible For Making Decisions On Behalf Of Va.â Final Contract Support Services Performance Work Statement (pws) Introduction The U.s. Department Of Veterans Affairs (va), Veterans Health Administration (vha), Regional Procurement Office - Central (rpo-c) Has A Need For Contract Support Services To Assist Various Vha Central Region Contracting Teams In Their Procurement Requirements. The Contractor Shall Provide Experienced Contract Acquisition Specialists As Outlined In Section 4 Of This Performance Work Statement (pws). Scope Of Work Contractor Support Services Will Be Required Throughout The Life Of This Contract. The Contractor S Office And Contractor Personnel Shall Be Located Within The Continental United States, Alaska, Hawaii And Puerto Rico. The Contractor Shall Provide Non-personal, Non-inherently Governmental Contract Support Services In Support Of The Vha S Contracting Offices. The Contractor And Contractor Personnel Shall Not Be Designated As The Co Or Cor Or Make Decisions; Rather They Will Support The Various Va Procurement Teams In Their Procurement Needs. Contractor Personnel May Not Supervise Or Otherwise Direct Government Employees. Va Cos, Css, Cors And Other Staff Shall Ultimately Be Responsible For Making Decisions On Behalf Of Va. Contract Support Services May Include, But Are Not Limited To Strategy, Planning, Data Analysis, Requirements And/or Documentation Development, Preparing Independent Government Cost Estimate (igce), Compliance Reviews For Acquisition Documents And Forms. Services May Include Advisory Support And Assisting Functional Area Technical Experts With The Development Of Writing Requirements Into Sound/sufficient Statement Of Work (sow), Pws And/or Orders. Other Support Functions May Include Acquisition Planning, Solicitation Preparation, Market Research/analysis, Source Selection Document Preparation, Administration Of Terms And Conditions, Preparing Contract Modifications And Documents, Cost/price Analysis, Development Of Analytics, Creating Reports, Preparation Of Contract Termination Documents, And Drafting Contract Close-out Documents. Successful Performance Of This Contract Requires A Wide Variety Of Associated Procurement Skills And Activities Including Research, Analysis, Data Entry, Writing, Document Preparation, Editing, Scanning, Document Management, Phone Calls, Faxing, Filing, And Other Activities As Necessary To Complete The Tasks Assigned. Description Of Services During The Life Of The Resulting Contract The Contractor Will Be Required To Provide Three Contract Support Categories Which Include Diverse And Various Support Responsibilities In Support Of The Nco/pcac. The Contractor Shall Provide Qualified Personnel Who Can Perform Cradle To Grave Acquisitions Functions In Accordance With The Federal Acquisition Regulations (far), Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Contractor Personnel Shall Perform Pre-award Procurement Functions Such As Requirements Definition, Market Research, Drafting Contractual Documents Such As Solicitations, Awards, And Amendments Using The Electronic Contract Management System (ecms), Coordinating With Requiring Activities, Industry, And Other Stakeholders, And Completing Contractual Files. Contractor Personnel Shall Perform Post-award Procurement Functions Such As Drafting Modifications, Drafting Option Year Notices And Modifications, Monitoring Contractor Performance, And Preparing Contracts For Close-out. Requirement Qualifications And Categories Minimum Qualifications: Each Proposed Candidate Shall Possess All The Demonstrated Experience And Educational Requirements Described In This Section For The Specific Discipline Needed On Each Task Order Executed. Pre-screened Detailed Resumes Showing Work Experience (to Include Actual Duties Performed, Contract Types And Actions; Not Only Job Descriptions) Must Be Submitted To And Approved By The Cor To Start The Onboarding Process. If An Nco/pcac Is Looking For A Specific Type Of Acquisition Experience, Such As Construction, Complex Services, And/or Leasing, The Contractor Will Be Advised When A Task Order Is Issued. Entry-level Contract Support (ecs): Each Proposed Ecs Shall Possess All The Demonstrated Experience And Educational Requirements As Delineated In This Section. Experience Must Reflect Abilities To Support Federal Acquisitions. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Applicant Must Possess All Minimum Qualifications. Education: Four (4) Years Above High School From An Accredited College Or University As Recognized By The Secretary, U.s. Department Of Education. Experience: The Ecs Shall Have A Minimum Of Two (2) Years Of Federal Contracting Experience Working On Government Acquisitions Within The Last Five (5) Years. Additional Required Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.1.1. And 4.1.2., The Ecs Must Possess The Following Knowledge And Skills: Ability To Conduct Comprehensive Review Of Procurement Documents For Accuracy, Adequacy, And Completeness. Ability To Identify And Resolve Inconsistencies Through Communication. Ability To Read And Interpret Federal And Agency Acquisition Policy, Regulations, And Directives. Ability To Draft And Prepare Contract Related Documents And Forms. Ability To Perform And/or Evaluate Market Research, Trends, Conditions, Alternative Sources, And Technological Advances As They Apply To The Program. Ability To Prepare And Process Purchase Requisitions And Procurement Packages To The Supporting Co For Award. Ability To Research, Analyze, Prepare, And Review Invoice Receipts, Receiving Reports, Fund Status, Final Payments, Release Of Claims, Certificates Of Completion, Close-out Documents, And Any Additional Supporting Documents Or Activities Needed For Contract Closeout. Ability To Investigate, Review, And Prepare Open Obligations/undelivered Orders (udo) For Closeout. Ability To Perform Post-award Administration In Support Of Co. Ability To Monitor Quality Assurance Surveillance Plans (qasps) To Ensure Contracted Services Meet Contract Requirements Along With The Expectations And Needs Of The Facility. Mid-level Contract Support (mcs): The Mcs Shall Possess All The Demonstrated Experience And Educational Requirements Delineated In This Section. Experience Must Reflect Abilities To Support Federal Acquisitions. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Candidate Must Possess All Minimum Qualifications As Verified By A Signed And Dated Resume By The Individual And A Corporate Executive. Resume Must Reflect Documented Experience Of Pre- And Post-award Acquisition Processes And Activities. Experience: A Minimum Of Three (3) Recent Years (within The Last Five Years) Relevant Experience In Conducting Comprehensive Contract Acquisition Support Services With Knowledge Of Federal Acquisition Regulation (far), Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Education: Bachelor's Degree With A Major In Any Field; Or At Least Twenty-four (24) Semester Hours In Any Combination Of The Following Fields: Accounting, Business, Finance, Law, Contracts, Purchasing, Economics, Industrial Management, Marketing, Quantitative Methods, And Organization And Management. Additional Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.2.1. And 4.2.2., The Mcs Must Possess The Knowledge And Skills Of An Ecs As Described In Section 4.1.3. As Well As The Following Knowledge And Skills: Possess A Working Knowledge Of The Federal Acquisition Life Cycle. Ability To Conduct Comprehensive Research And Analysis Of Technical And Cost/price Data. Ability To Read And Interpret Federal Acquisition Policy, Regulations, And Directives. Ability To Review And/or Write Requirements, Ensuring Receipt Of Sound And Sufficient Procurement Packages Submitted By Nco Customers. Ability To Provide Business Advice And Assistance To Functional Area Technical Experts, Requiring Activities, And Customers. Ability To Analyze And Assist In The Development Of Igces. Ability To Work With The Technical Experts And The Co To Ensure Project Milestones Are Reflected In The Contractual Documents And Project Plan. Ability To Plan, Coordinate, Evaluate, And Execute The Logistical Actions Required To Support The Mission Of The Organization. Ability To Support, Coordinate, And Assist With The Planning, Preparing, Developing, Executing, And Maintaining Of Current Acquisition Plans, Strategies, And Overall Program Office Acquisition Administration Functions Including Program Control And Tracking. Ability To Research And Review All Applicable Policies, Guidance, And Regulations To Support The Customer And Contracting Officer (co) In Their Decision Making. Ability To Coordinate With Leadership, Staff, And Other Stakeholders To Conduct Analyses And Recommend Or Develop A Course Of Action. Ability To Assist In The Performance Of Cost Benefit Analysis. Ability To Analyze And Evaluate Pricing Data And Other Types Of Pricing Information To Draft A Price Reasonableness Recommendation For The Co. Ability To Establish Parameters And Maintain Controls To Ensure Contracts Are Executed In Accordance With Terms And Conditions. Ability To Assist With Monitoring Contract Performance Over The Life Of The Concerning Contract And Demonstrate The Ability To Solve A Broad Range Of Problems Relating To Proposals For Change, Claims, Payments, And Similar Problems. Ability To Prepare Or Draft Contract Modifications And Associated Modification Documentation Requirements. Ability To Support Cos And Css On All Phases Of Acquisition For Contract Modifications, Change Orders, Supplemental Agreements And Delivery Order Processes Including Requirements Requiring Definitions, Justification And Approval For Service Contract Extension, Method Of Contracting, Evaluation Of Proposals And Advice Concerning Contract Administration. Senior Contract Support (scs): The Scs Must Possess All The Demonstrated Experience And Knowledge Requirements Delineated In This Section. Experience Must Reflect Abilities To Support All Federal Acquisitions Regardless Of Acquisition Type Or Dollar Value. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Candidate Must Possess All Minimum Qualifications As Verified By A Signed And Dated Resume By The Individual And A Corporate Executive. Resume Must Reflect Abilities To Support All Aspects Of Acquisition To Include Experience With Contracts Greater Than The Sat. Experience: A Minimum Of Five (5) Recent Years Within The Last Seven (7) Years Relevant Experience In Conducting Comprehensive And Complex Contract Acquisition Support Services With An Extensive Knowledge Of The Far, Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Resume Must Reflect Documented Experience Of Pre- And Post-award Acquisition Processes And Activities Along With Related Training And Certifications. 4.3.1.1. Construction/architect-engineering (ae) Specialized Experience Requirements. Ability To Apply The Required Knowledge Of Laws, Regulations, And Procedures To The Act Of Properly Issuing And Administering A Construction Contract In Accordance With Federal Acquisition Laws, Regulations, And Best Business Practices. Have Knowledge Of Construction And Ae Contracting Request And Develop Construction/ae Solicitation Packages In Accordance With Far, Vaar, And Agency Policies And Procedures. Familiar With Far Part(s) 14, 15, 36, And 43. Unless Otherwise Approved By The Va Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Construction/ae Requirements Must Also Have The Following Experience: (1) 3 Years Of Experience In Developing Ae Solicitations And Administrating Ae Contracts And Modifications; (2) 3 Years Of Experience Developing Construction Solicitations And Administering Construction Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. 4.3.1.2. Complex Service Contracts (such As Health Care Contracts) Experience Requirements. Have In-depth Knowledge Of Far 13/15. Familiarity With Medical Language. Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Complex Service Contracts Must Also Have The Following Experience: 5 Years Of Experience Developing Complex Service Solicitations And Administering Complex Service Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. 4.3.1.3. Leasing And Specialized Experience Requirements: Be Familiar With Real Property Leasing, Utilities Contracts, Sharing Of Space And Other Non-medical Agreements (selling/sharing Agreements, Revokable Licenses, Interagency Agreements), And Hotel Services For Veterans Using Procedures Outlined In The Far, Vaar, General Services Acquisition Manual (gsam), General Services Acquisition Regulation (gsar), Public Laws, And Agency Policy. Unless Otherwise Approved By The Va Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Leasing And Specialized Contracts Must Also Have The Following Experience: 2 Years Of Experience Developing Real Property/lease Related Solicitations, Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. Education: Bachelor's Degree With A Major In Any Field; Or At Least Twenty-four (24) Semester Hours In Any Combination Of The Following Fields: Accounting, Business, Finance, Law, Contracts, Purchasing, Economics, Industrial Management, Marketing, Quantitative Methods, And Organization And Management. A Federal Acquisition Certification In Contracting (fac-c Level I, Ii, Or Iii), Fac-c (professional), Or Dawia Level Iii In Contacting Certification Or Courses Leading To Certification, Or Demonstration Of The Completion Of Commercial Courses Equivalent To Certification. Additional Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.3.1. And 4.3.2., The Scs Shall Possess The Following Knowledge And Skills An Mcs As Described In Section 4.2.3. As Well As The Following Knowledge And Skills: Ability To Provide Clear Leadership, Technical Direction, And Guidance To All Lower-level Acquisition Personnel. Possess Excellent Time Management And Writing Skills. Ability To Collaborate With Customers And Stakeholders On Performance Requirements Among Multiple Sites And Service Lines To Obtain Agreement, Standardize Enterprise Equipment, Supply And/or Service Requirements In Support Of Strategic Acquisition Plans. Ability To Refine And Improve Source Selection Evaluation Criteria. Ability To Make Suggestions By Analyzing Difficult Contracting Issues And Identifying Alternative Courses Of Action To Satisfy Specialized Requirements And Solve A Variety Of Contracting Problems. Ability To Conducting Gap Analyses And Understanding Of Cost Elements Which Go Into The Production, Management Or Delivery Of A Healthcare Resource Service Or Product. Ability To Provide Advisory Support And Prepare Procurement Packages For Review In Accordance With Customer Requirements And In Compliance With Va Policy And Procedures, To Include Federal And State Laws And Regulations. General It Systems And Applications: The Following It Systems And Applications Are Utilized For These Positions. All Candidates Must Have A Working Knowledge Of These Systems And Websites: Ms Teams, Word, Excel, Outlook, Powerpoint, Internet Explorer, And Edge Sharepoint Adobe Acrobat Google Chrome Government Contract Writing Systems System For Award Management (sam.gov) Contractor Performance Assessment Reporting System (cpars) Fpds-ng (federal Procurement Data System) Gsa Ebuy/gsa Advantage! Small Business Administration (sba.gov) English Language Requirement: The Contractor Shall Ensure All Personnel Performing Under This Contract Are Able To Read, Write, And Speak English Fluently. All Personnel Must Have The Ability To Effectively Communicate Orally Via Telephone And Ms Teams Communications As Well As Via Email Communications. U.s. Citizenship: All Contractor Personnel Performing Under This Contract Shall Be U.s. Citizens. Physical Requirements: Position Is Primarily Sedentary, Working While Seated And/or Standing. Period Of Performance, Place Of Performance And Hours Term Of Contract This Contract Has A Single Five-year Ordering Period, With Five One-year Pricing Periods. The Nco/pcac Contracting Office Will Issue The Task Orders. Each Task Order (to) Shall Specify The Hours And Period Of Performance. Pricing Period Dates Pricing Period 1 May 28, 2025 May 27, 2026 Pricing Period 2 May 28, 2026 May 27, 2027 Pricing Period 3 May 28, 2027 May 27, 2028 Pricing Period 4 May 28, 2028 May 27, 2029 Pricing Period 5 May 28, 2029 May 27, 2030 Place Of Performance Contractor Personnel May Be Required To Work On- Or Off-site (i.e., Government Office, Home Or The Contractor S Office); The Assigned Contractor Personnel Will Be Provided A Laptop And Personal Identity Verification (piv) Card. Specific Location To Be Identified In The Individual Task Order. Potential Locations Include Any Of The Following: Murfreesboro, Memphis, Johnson City, Tn; Lexington, Louisville, Ky; Ann Arbor, Battle Creek, Detroit, Mi; Cincinnati, Columbus, Kettering, Dayton, Cleveland/independence, Oh; Indianapolis, Marion, In; Milwaukee, Madison, Green Bay, Tomah, Wi; North Chicago, Marion, Il; Leavenworth, Wichita, Topeka, Ks; St. Louis, Poplar Bluff, Columbia, Mo; Houston, Tx; New Orleans, Alexandria, Shreveport, La; Biloxi, Jackson, Ms; Fayetteville, Little Rock, Ar; Florida Panhandle, Fl; St. Paul, St. Cloud, Mn; Coralville, Des Moines, Ia; Omaha, Ne; Fort Meade, Sioux Falls, Sd; Or Fargo, Nd. Travel To The Nearest Va Medical Center Is Required For On-boarding (fingerprinting, Piv Picture, Piv Card And Issuance Of Government Furnished Equipment (gfe)). Contractor Personnel Are Usually Required To Physically Access The Nearest Va Facility When Receiving Gfe. The Contractor S Services Are Expected To Be Needed For Six (6) Ncos: 9, 10, 12, 15, 16, And 23; And Pcac. The Location Area Of Each Nco Is Shown On Attachment D.2. Each Task Order Will Show The Number Of Hours And Estimated Number Of Personnel Needed For Each Location. Schedule Information And Tour Of Duty The Contractor Shall Provide The Minimum Number Of Personnel For Each Contracting Office To Meet The Number Of Hours Shown In The Schedule And To Ensure Continuity. The Number Of Hours And Personnel Shown In The Schedule Are Estimates Only. Task Order(s) Will Be Issued Based On The Number Of Hours (personnel) Needed For Each Nco, And Pcac Office. Please Note The Hourly Rate Submitted By The Contractor Must Be A Fully Burdened Rate, With A Single Hourly Rate For All Locations For Each Pricing Period. Tour Of Duty (work Hours): Each Cor And The Contractor S Representative Shall Work Together To Determine The Work Hours (tour Of Duty) Of Each Assigned Contractor Employee To Ensure A Consistent Schedule. Work Hours Will Adhere To The Local Time Zone Of The Nco Or Pcac Office In Which The Individual Contractor Personnel Supports. The Hours Of Operation Are Monday Through Friday 6:00 Am To 6:00 Pm With The Local Time Of Their Issuing Office, Excluding Federal Holidays. Full-time Contractor Personnel Shall Work 40 Hours Per Week (part-time Contractor Personnel Are Expected To Work At Least 20 Hours Per Week). A Normal Tour Of Duty For Full-time Contractor Personnel Is Eight (8) Hours Per Day With An Unpaid 30-minute Lunch (8.5 Hours), Five (5) Days Per Week, Monday Through Friday, Excluding Federal Holidays. The Tour Of Duty (work Hours) For Part-time Contractor Personnel Shall Be Coordinated Between The Cor And Contractor And Shall Be Within The Hours Of Operation. Variations To A 40-hour Work Week, Including Alternative Work Schedules, Require Advance Approval By The Co And Cor. Any Changes To The Tour Of Duty Must Be Submitted To The Cor Prior To Any Adjustment. Cors Are Responsible For Tracking Hours And May Require Contractor Employees To Send An Email Verification When Employee Shift Starts And Ends. The Day-to-day Supervision And Direct Control Over Contractor Personnel Will Be The Sole Responsibility Of The Contractor. Federal Holidays: The Following Holidays Are Observed By The Federal Government: New Year S Day (january 1) Birthday Of Martin Luther King, Jr. (third Monday In January) Washington S Birthday (third Monday In February) Memorial Day (last Monday In May) Juneteenth National Independence Day (june 19) Independence Day (july 4) Labor Day (first Monday In September) Columbus Day (second Monday In October) Veterans Day (november 11) Thanksgiving Day (fourth Thursday In November) Christmas Day (december 25) This List Shall Include Any Additional Day Specifically Declared By The President Of The United States To Be A Federal Holiday. **if A Holiday Falls On A Saturday, For Most Federal Employees, The Preceding Friday Will Be Treated As A Holiday For Pay And Leave Purposes. (see 5 U.s.c. 6103(b).) If A Holiday Falls On A Sunday, For Most Federal Employees, The Following Monday Will Be Treated As A Holiday For Pay And Leave Purposes. (see Section 3(a) Of Executive Order 11582, February 11, 1971.) ***contractor-employees Are Prohibited From Working On Any Federal Holiday. Planned/unplanned Absences: The Contractor Is Required To Notify The Cor Immediately For Sick/delay Absences From Work And At Least Two Days Prior To Vacation Or Other Absences From Work. Personnel May Use Vacation And Sick Time In Accordance With The Contractor S Policies, But The Contractor Shall Schedule Its Employees Vacation Time To Ensure That Employees Are Not Absent From Performance Availability For More Than Two (2) Consecutive Weeks At A Time.âthe Contractor Shall Ensure That No More Than One Of Their Assigned Personnel To A Specific Office Is Out Of The Office Simultaneously Unless The Absence Is Related To Inclement Weather, Illness, Or Other Unforeseen Events. Temporary Schedule Adjustments: Any Temporary Adjustments To A Contractor-employee S Work Schedule Must Be Requested In Advance And Approved By The Cor. For Example, A Temporary Schedule Adjustment Could Be To Work Longer On One Day In Exchange For A Shorter Workday Later In The Same Two-week Pay Period. Under No Circumstances Will A Contractor Work More Than 40 Hours In A Week Unless Authorized By The Cor; All Make Up Time Must Be Worked During Core Hours. Government Furnished Information, Property, And Equipment Government Furnished Equipment (gfe): The Government Shall Provide A Piv Card, A Laptop Computer And Software Applicable To Contract Personnel In Performance Of This Contract. Contractor Personnel May Be Required To Physically Access The Nearest Government Va Facility To Receive The Gfe. Contractor Personnel Shall Safeguard All Government Property, Documents, And Equipment. Government Personal Identification Verification Card (piv): Piv Cards Will Be Issued At The Start Of Contract Services For Security Access To Government Equipment And Sites. Contractor Shall Ensure All Government Furnished Equipment (gfe) And Piv Cards Are Returned To The Va (or Relevant Cor) Within Seven (7) Calendar Days When The Contract Ends Or When An Employee Leaves For Any Reason Prior To Contract End. Additional Gfe May Be Provided Depending On Circumstance And Equipment Availability. The Contractor Shall Furnish Any Other Required Equipment And Supplies As Necessary. Government Furnished Information (gfi): The Government May Provide All Applicable Policies, Guides, Standard Operating Procedures, Templates, Information, And Access To Va Networks And Sharepoint Necessary For Performance Under This Pws. The Va Retains Ownership Of All Government Furnished Equipment, Materials, Documents, And Information And Services Furnished Under This Contract. Other Costs Other Direct Costs (odc): The Cost Of General-purpose Items (notebooks, Paper, Pens, Calculators, Headsets, Folders, Tape, Staplers, Internet, Etc.) Required For The Conduct Of The Contractor S Normal Business Operations Will Not Be Considered An Allowable Odc In Performance Of This Contract. The Government Does Not Anticipate Odcs Not Already Accounted For As General-purpose Items Required Under This Contract. The Proposed Price Shall Include All Necessary Odcs. The Day-to-day Supervision And Direct Control Over The Work Performed By Contractor Personnel Shall Be The Sole Responsibility Of The Contractor. This Supervision Is Not A Separate Reimbursable Item Under This Requirement. Supervision Is An Overhead Cost That Is The Responsibility Of The Contractor. Performance Requirements And Summary Inherently Government Functions/non-personal Services: In Performance Of This Contract, The Contractor Shall Provide Services As Required By Contracting Activities Within The Rpo-c Area, To Support Va S Overall Mission. It Is Expressly Agreed And Understood That This Is A Non-personal Services Contract, As Defined In Federal Acquisition Regulation (far) 37.101, Under Which The Professional Services Rendered By The Contractor, Or Its Employees Are Rendered In Its Capacity As An Independent Contractor And Shall Not Be Considered Va Employees For Any Purpose Whatsoever. The Contract Acquisition Support Services Required On This Contract Constitute Professional And Management Services Within The Definition Provided By Far 37.201. This Contract Allows The Government To Obtain Professional Services Which Are Essential To The Va Mission, But Not Otherwise Available At This Time Within The Va. Contractor Personnel Shall Not Perform Inherently Governmental Functions (igf) As Defined In Federal Acquisition Regulation (far) Part 7.503(c)(12). All Contract Acquisition Support Services Shall Be Conducted In Accordance With The Far, Veterans Affairs Acquisition Regulation (vaar), Va Acquisition Manual (vaam), Procurement Policy Memorandums (ppms), Veterans Health Administration Procurement Manual (vhapm), Vha Procurement Guide (vhapg), Public Laws, Statutes, And Va Policies And Procedures. Tasks Executed By The Contractor Shall Be Considered Recommendations Subject To The Review And Approval By The Government. It Shall Be The Responsibility Of The Contractor To Manage Their Employees And Guard Against Any Actions That Are Personal Services In Nature. Professional Conduct And Performance: Contract Employees Shall Adhere To Professional Conduct Standards That Include Professional Courtesy, Punctuality, And Respect. Professional Conduct Includes Being Accessible During Duty Hours And Adhering To Each Contractor Employee S Work Schedule. The Respective Cor Shall Be Notified Of Any Schedule Changes Prior To The Contractor Employee S Absence Or Tardiness. Schedule Changes Shall Be Approved By The Cor Prior To Working. Should Any Contractor Employee Be Determined To Be Unacceptable In Terms Of Professional Conduct During Duty Hours, The Co And Contractor Poc Shall Be Notified By The Cor. If The Unacceptable Conduct Continues, The Contractor, Upon Direction From The Co, Shall Remove And Replace The Contractor Personnel Involved At No Additional Cost To The Government. All Contract Personnel Shall Sign A Contractor Rules Of Behavior (rob - Attachment D.4) Annually From Date Of Hire. Contractor Identification: Contractor Personnel Shall Clearly Identify Themselves As Contractors At All Times, In All Communications And Representations, To Avoid Situations Arising Where Sensitive Topics Might Be Better Discussed Solely Between Government Employees. Identification Shall Include When In The Workplace, In Meetings, In Conversations, Telecommunications, Mail, Electronic Mail (email), Faxes, With Government Personnel, Other Contractor Personnel And The Public. Answering Telephones: Contractor Personnel Must Identify Themselves As Contract Personnel In Telephone Conversations And Meetings Via Telephone, Or When Working In Situations Where Their Actions May Be Construed As Official Government Acts And/or Personnel. Telephone Script: Hello, This Is (name) With (contractor Name) In Support Of (nco Number, Or Pcac), How May I Help You? Utilizing Electronic Mail: When Prime Contractor Or Sub-contractor Personnel Send Email Messages As A Part Of Contract Performance (or Otherwise Relating To Contract Matters), Each Sender Shall Have A Signature Line That Includes: First Name And Last Name (contractor) Title Phone Number Email Address Individual S Employer Name Assigned Team Or Ordering Facility Non-disclosure And Conflict Of Interest Agreements: To Ensure The Integrity Of Government Contracting Operations, All Contractor Personnel Shall Execute A Non-disclosure Agreement (nda) During The On-boarding Process. All Contractor Personnel Will Have Ongoing Access To Proprietary Information Which They Are Required To Protect. All Information Is Considered Sensitive And Shall Not Be Disclosed Outside The Workplace. This Includes, But Is Not Limited To, Proprietary Data, Passwords, For Official Use Only Documents And Source Selection Information . All Contractor Personnel Assigned To And Performing On This Requirement May Not Work On Other Contracts For The Contractor, Or Other Agencies Without A Formal Written Request And Prior Written Consent. All Contract Personnel Shall Sign A Statement Of Non-disclosure (attachment D.3). Background Investigation: In Accordance With Homeland Security Presidential Directive-12 (hspd-12), Office Of Management And Budget Guidance M-05-24, And Federal Information Processing Standards Publication Number 201, A Criminal Background Check/investigation (bi) Is Required For All Contract Personnel To Determine Suitability For Routine Access To Government Facilities And Systems. Contract Personnel Must Receive A Favorable Adjudication After Investigation Paperwork. Additionally, All Contractor Personnel Must Start The Paperwork For A Background Investigation And Complete Finger Printing, As Well As Completion Of All Required Training Prior To The Start Of Placement Or Performance On The Contract. Va Mandatory Training Requirements: All Contractor Staff Must Log Onto Www.tms.va.gov, And Self-enroll. Information Security Awareness Training. Contractor Support Personnel Are Required To Complete Annual Information Security Awareness Training (during Onboarding And Annually Thereafter). Contractor Rules Of Behavior. Sign And Acknowledge Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior Relating To Access To Va Information (during On-boarding And Annually). Va Privacy Training. Complete Va Privacy Training (during Onboarding And Annually Thereafter). Government Contract Writing Training. Complete Any And All Required Training Applicable To Current Government Contract Writing Systems Such. If Previously Completed And Valid, The Contractor Shall Provide The Completion Certificate To The Cor And Co. Failure To Complete The Mandatory Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Will Be 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 Completed. The Nco/pcac Cors Will Be Responsible For Technical Monitoring Of The Contractor S Personnel Performance And Deliverables. The Cor And The Contractor S Representative Shall Work Together To Ensure All Contractual Requirements Are Being Met. The Cor Will Interpret Specifications Or Technical Portions Of The Work. Contractor Requirements And Responsibilities The Contractor Shall Provide Contractor Personnel, Expertise, Supervision Of Contractor Resources, And Any Required Deliverable Necessary To Satisfy The Requirements In This Pws. 9.1. Personnel Placement The Contractor Shall Provide A Sufficiently Detailed Resume Of Experience For Each Proposed Candidate To The Governments Contracting Officer Representatives (cor) For Approval And Verification Of Education And Experience Requirements. Responses To Submitted Resumes Will Normally Be Provided To The Contractor Within 7 Calendar Days. The Contractor Shall Pre-screen The Resumes To Ensure Each Proposed Candidate Has Met The Minimum Requirements Shown In Section 4 And To Ensure Each Resume Shows Specific And Detailed Experience (company Name, Dates Of Employment, Job Duties, Contract Types And Actions, Etc.). The Contractor Shall Effectively Fill And Assign Qualified Approved Contractor Personnel At Each Nco/pcac Office Within 40 Calendar Days Of Task Order Award. (this Does Not Include Va Onboarding Time.) The Contractor Shall Ensure All Required Information For Onboarding And All Background Investigation Paperwork Is Submitted Within 14 Calendar Days Of Cors Acceptance Of Contractor Personnel And Eqip Is Completed Within Six (6) Calendar Days Of Initiation. Va Staff Will Assist Contractor Personnel In Obtaining Personal Identity Verification (piv) Card And System Access To Va Networks. Personnel Maintenance And Gfe Turnover: The Contractor Shall Minimize The Effect And Impact To The Va By Strategically Managing Contractor Personnel Turnover To The Greatest Extent Possible Throughout The Life Of The Contract. Contractor Shall Ensure Continuation Of Services During Prolonged Personnel Absences Due To Sickness, Leave And Voluntary Or Involuntary Termination From Employment Such That Impact To The Government Is Minimal. Once A Contractor Is Aware That An Employee Is Leaving And Will No Longer Support A Task, The Contractor Shall Provide Written Documentation (email) To The Co And The Cor Within One (1) Business Days Of The Employee Advising The Contractor Of Their Intent To Leave. The Written Notification Shall Include The Date And Time The Position Will Be Vacant, The Anticipated Replacement Date, And What Management Action Will Be Taken To Ensure Task Completion. Any Position Vacancies Shall Not Exceed 14 Calendar Days (does Not Include Va Onboarding Time) Unless Directed Or Approved, In Writing, By The Co. Replacement/substitution: Any Change In Personnel Will Be Subject To Prior Government Approval. Prior To Replacing/substituting Personnel Performing On This Contract, The Contractor Shall Provide A Sufficiently Detailed Resume Of Proposed Contractor Personnel To The Cor For Verification And Approval Of Education And Experience Requirements. Responses To Submitted Resumes Will Be Provided To The Contractor Within Seven (7) Calendar Days. The Co/cor Reserves The Right To Refuse A Replacement/substitution If The Co/cor Deems The Replacement/substitution Does Not Meet The Qualifications. Government Equipment And Badges: Contractor Shall Ensure All Government Furnished Equipment (gfe) And Piv Cards Are Returned To The Va (or Relevant Cor) Within Seven (7) Calendar Days When The Contract Or Task Order Ends Or When An Employee Leaves For Any Reason Prior To Contract Or Task Order Expiration. The Contractor Shall Be Financially Responsible For Any Gfe That Is Lost, Stolen, Damaged, Or Not Returned To The Va Within Seven (7) Calendar Days Of Contract Or Task Order Expiration Or After A Contractor Employee Has Vacated Their Position. The Contractor Shall Report Any Lost Items (gfe, Piv) Immediately To The Co And Cor. Supervisory Controls: The Contractor Shall Be Responsible For Managing And Overseeing All Actions To Ensure Timely And Practical Support Performed Under This Contract. The Day-to-day Supervision And Direct Control Over The Work Performed By Off-site Or Remote Contractor Personnel Will Be The Sole Responsibility Of The Contractor. The Government Will Not Supervise Contractor Personnel, Prepare Contractor Personnel Work Schedules, Or Control The Method By Which The Contractor Personnel Perform The Required Tasks. The Government Will Only Provide Tasks To Contractor Personnel For Execution. The Contractor Personnel Will Work Independently And Keep The Relevant Co And/or Cor Informed Of All Actions Assigned. All Assignments Will Be Completed In A Timely Fashion. Work Will Be Reviewed By The Relevant Co And/or Cor For Compliance With Va Policies, Far And Vaar Regulations, Overall Objectives, And Effectiveness In Achieving Results. Quality Assurance (qa) / Acceptance Quality Limit (aql): The Government Reserves The Right To Survey All Services Received Under This Contract To Determine Whether The Contractor Is Meeting Performance Standards, Service Levels, And Objectives. The Government Has The Right To Change Or Modify Inspection Methods At Its Discretion. Quality Control: Contractor Shall Develop And Maintain Its Own Quality Control Program / Inspection Plan That Assures Compliance With All Requirements Of This Contract. Acceptance Quality Level: As A Minimum, The Contractor S Plan Should Address These Items Shown Below For The Acceptance Quality Level (aql) During The Contract S Performance Period. Standards Basis Aql Contractor Personnel Placement With Onboarding And Background Investigation Documents Reference Pws Paragraphs 4., 6., 8.4., 8.5., 8.6., And 9.1. Positions Filled With Approved And Qualified Personnel Within 40 Calendar Days Of Task Order Award And Onboarding Documents Submitted / Completed Within 14 Calendar Days. 95% Coordination And Placement Of Qualified Personnel. No More Than One (1) Instance Of An Initial Vacancy Not Filled Within 40 Days Of Task Order Award. No More Than Two (2) Instances Where Onboarding Documents Were Not Submitted/completed Within 7 Calendar Days. Effective Replacement / Substitute Personnel Reference Pws Paragraphs 4., 5.3.5., 6., 8.4., 8.5., 8.6., 9.11., 9.1.2., 9.1.4., And 9.2. Vacancies Due To Turnover Filled With Approved And Qualified Personnel Within 14 Days Of Departure. Prior Coordination 100% Of The Time For Replacement Personnel. No More Than Three (3) Instances Of Failure To Fill Vacancies With Qualified Personnel Within 14 Days Of Vacancy Notification. Monthly Activity Report (mar) Reference Pws Paragraph 10.2. No More Than Two (2) Mars Submitted Late Annually. Quarterly Activity Report (qar) Reference Pws Paragraph 10.3. No More Than One (1) Qar Submitted Late Annually. Personnel List Reference Pws Paragraph 10.4. No More Than Three (3) Personnel Reports Submitted Late During The Life Of The Contract. Gfe And Piv Returned To The Va Within 7 Calendar Days. Reference Pws Paragraph 9.2.3. No More Than Two (2) Instances Reported During The Life Of The Contract. Timeliness Procurement Action Lead Time (palt), Contractor Deliverables (contractor Personnel) Based On Current Va Policy. 90% Customer Service Reference Pws Paragraph 8. Feedback From Stakeholders On Contractor Personnel. No More Than 3 Significant And Substantiated Complaints. 90% Quality Of Contractual Documentation Contracting Officer And Cor Reviews Of Submitted And Completed Documents. 90% Productivity Number Of Actions Completed As A Function Of Complexity 90% Contracting Officer S Representative (cor): The Government Will Identify And Delegate A Cor For Each Participating Office (nco/pcac). The Cor Shall Monitor All Technical Aspects Of The Contract And Assist In Contract Administration. Unless Otherwise Identified In A Delegation Letter, The Cor Is Authorized To Perform The Following Functions: Assure That The Contractor Performs The Technical And Administrative Requirements Of The Contract; Perform Necessary Inspections In Connection With Contract Performance; Maintain Written And Oral Communications With The Contractor Concerning Technical Aspects Of The Contract; Issue Written Interpretations Of Technical Requirements; Monitor The Contractor's Performance And Notify Both The Co And Contractor Of Any Deficiencies; Oversee The Distribution Of Government Furnished Property; Coordination Of Required Security/background Documentation; And, Provide Facility Access Of Contractor Personnel Through Arranging Scheduling And Piv Card Pick Up. The Co Will Send A Letter Of Delegation To The Cor And The Contractor, Which States The Specific Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract. Cors Are Not Authorized To Obligate Funds Or Execute Any Contract Modifications. Cors Will Be Responsible For Reviewing, Approving, And Certifying Invoices For Their Respective Location. Cor Reviews: The Cor Will Interpret Specifications Or Technical Portions Of The Work. All Performance Concerns Shall Be Addressed Between The Cor, Co, And Contractor. The Cor And The Contractor S Representative Shall Work Together To Ensure All Contractual Requirements Are Being Met. Contractor Deliverables Contractor Point Of Contact: The Contractor Shall Provide A Point Of Contact (poc) / Supervisor Who Shall Be Responsible For The Performance Of Work From The Contract Acquisition Support Specialists. The Contractor Shall Designate This Individual, In Writing, To The Co And Cors Before The Start Of Performance. An Alternate Poc May Be Designated, But The Contractor Shall Identify Those Times When The Alternate Shall Be The Primary Poc. The Contractor Poc Shall Be Available Via Telephone And Email, Monday Through Friday, 8:00 A.m. Until 4:30 P.m. Central Time (ct) Excluding Federal Holidays. The Poc Shall Have Authority To Direct Contract Employees On The Contract Or Have Direct Contact With The Manager/supervisor For The Contract Support Employees. Monthly Activity Report Deliverable: The Contractor Shall Submit A Monthly Activity Report (mar) To Each Cor, On Or Before The 15th Day Of The Following Month. Contractor Shall Develop And Submit Monthly Activity Reports (mars) To The Cor And Administering Co For Review At Any Monthly/quarterly Meetings. The Mars Shall Include A Summary Of Activities For The Month, Issues, And Goals For The Next Month. The Mars Shall Summarize The Contractor S Accomplishments During The Previous Month, Planned Work During The Upcoming Month And Any Significant Problems Or Issues Requiring Resolution, Along With Proposed Corrective Actions. The Contractor Shall Deliver These Reports To All Appropriate Parties Identified In This Section. The Mar Shall Include, At A Minimum, The Following Information: Contract Number Task Order Number Reporting Period Number Of Hours Each Employee Worked Brief Task Description For Each Employee For Each Employee: A Narrative Review Of Work Accomplished During The Reporting Period And Significant Events Personnel Actions For The Period (separations, Labor Category Changes, Recruitments) Quarterly Report Deliverable: The Contractor Shall Submit A Quarterly Activity Report (qar) To The Co On Or Before The 15th Day Following Each Quarter, Summarizing, At A Minimum: The Contract Number The List Of Contractor Employees Including Location The Number And Location Of Any Open/unfilled Positions The Number Of Calendar Days It Takes/took To Fill Each Open Position. List Of Contractor Employees: The Contractor Shall Maintain A Current List Of Employees Assigned Under This Contract And Their Assigned Nco/pcac Location. The List Shall Be Validated And Signed By The Contractor And Provided To The Co Once All Employees Are Assigned. An Updated List Shall Be Provided Upon Any Changes (additions/deletions). Once A Contractor Is Aware That An Employee Is Leaving, Or Termination Of Employment The Contractor Shall Provide Written Documentation To The Cor Within One (1) Business Day. The Written Notification Shall Include The Date And Time The Position Will Be Vacant, And Anticipated Replacement Date. Organizational Conflicts Of Interest (oci): The Contractor Shall Have An Oci Plan In Place For Detecting, Disclosing, Avoiding, And Mitigating Oci Issues/risks Involved In The Performance Of This Contract. An Oci Exists When A Contractor Employee Participates Personally And Substantially In A Particular Matter (e.g., A Contract) That Would Have A Direct And Predictable Effect On The Contractor Employee S Own Financial Interest Or The Financial Interest Of The Contractor Employee S Spouse, Minor Child, General Partner, Any Person Or Entity Whom The Contractor Employee Serves As An Officer, Director, Trustee Or Employee, Or Any Person With Whom The Contractor Employee Is Negotiating Or Has An Arrangement For Prospective Employment. The Oci Will Include The Contractor And All Assigned Contractor Employees On This Contract And Associated Family Members. The Plan Shall Identify Any Potential Conflicts Of Interest And Shall Provide A Process For Dealing With Any Oci That Is Identified During Contract Execution. The Oci Plan Shall Disclose All Cross-teaming Arrangements And Shall Include A Representation That There Will Be No Crosstalk , Or Information Shared Between The Two Affiliates Regarding The Contract. The Contractor Shall Notify The Co Within Two Business Days Of Any Oci Violations On This Contract. Non-disclosure Agreements: All Contractor Personnel Assigned To Work On This Contract Shall Be Required To Sign A Non-disclosure Agreement (nda) During Their Onboarding Regarding Key Aspects Of The Project And Project Content. All Information Is Considered Sensitive And Will Not Be Disclosed Outside The Workplace. This Includes Proprietary Data, Passwords, For Official Use Only Documents And Source Selection Information. Background Investigation: A Criminal Background Check Is Required For All Contract Personnel. Contract Personnel Must Receive A Favorable Adjudication After Investigation Paperwork. All Contractor Personnel Must Complete Finger Printing And Start Background Investigation Paperwork Prior To Placement On The Contract. Invoices Each Nco/pcac Location Will Be Assigned A Cor Who Shall Serve As The Governments Primary Point Of Contact (poc) For That Location. Inspection And Acceptance Of Services Is Delegated To The Corresponding Cor. The Contractor Shall Submit A Separate Monthly Itemized Invoice To Each Cor In Arrears For Services Performed. The Invoice Shall Contain Contractor S Name, Address, Point Of Contact, Invoice Number, Contract Number, Task Order Number, And Purchase Order (po) Number Along With A Listing Of Each Contractor Employee S Name, Dates Worked, Actual Number Of Hours Worked, Work Location (nco/pcac), The Agreed Upon Fixed Hourly Rate And Total Price. Reduction In Services: Each Task Order Issued Under This Contract Will Be For A Specific Number Of Hours. If, At The End Of The Task Order Period Of Performance, The Government Has Not Utilized The Total Number Of Hours Ordered Because Of A Change In Its Anticipated Needs Or Delays That Are Due To Recruiting, Hiring, Onboarding, Turnover And Finding Replacements, The Contractor Agrees To Enter Into A Good Faith Negotiation To Bilaterally Reduce The Scope Of The Task Order With A Corresponding Adjustment In The Total Task Order Price. In No Event Will The Government Pay The Contractor For Hours Not Actually Worked. Vha Onboarding / Offboarding Process The Contractor Shall Provide Onboarding/offboarding Liaising And A Liaising Tracker For Onboarding And Offboarding Contractor Personnel. The Liaising Tracker Shall Be Updated Within A Day Of Onboarding/offboarding Action. The Contractor Shall Collect All The Required Documents For Onboarding Personnel, Perform Preliminary Review Of All Documents To Ensure The Forms Are Completed Accurately, And Submit All Forms To The Cor To Initiate The Background Investigation For All New Hires. All Forms And Supporting Documents Shall Be In .pdf Format And Use The Naming Convention Shown In The Example Below For Each File: The Following Onboarding Forms Shall Be Completed And Submitted To The Cor Within A Week Of Identifying (cor Approval) The Contract Personnel: Declaration For Federal Employment (of 306) Background Investigation Request (fm 1a) Contractor / Employee Piv Office Fingerprint Request Form (fm 2) Self-certification Of Continuous Service (sc) Non-disclosure Agreement (nda) Tms Training Certificates For Va Privacy And Information Security Awareness And Rules Of Behavior Certificate (valid For Only One Year) Tms Training Certificates For Privacy And Hipaa Training Certificate (valid For Only One Year) The Following Tasks Are Required By The Contractor When Onboarding Contractor Personnel: Schedule New Hires For Fingerprints At The Nearest Va Facility From The Contractor-employee S Physical Location Ensure All Onboarding Forms Are Completed Properly Submit All Onboarding Forms To The Cor In A Password Protected Email For The Initial Background Investigation And Send Password To Cor In A Separate Email Ensure All Contractor Personnel Working On This Contract Have Been Favorably Adjudicated Advise The Cor If Contractor-employee Is Transferring From Another Va Facility/department Request Contractor-employee Tms Access From Cor Coordinate With The Cor Regarding Wmc-hroo Persec Contractor Onboarding Process. Verify The Last 5 Years Of Related Work Experience On Candidates Resume The Following Tasks Are Required By The Contractor When Offboarding Contractor Personnel: When The Contractor Is Made Aware Of A Departure Of A Contract-employee, The Contractor Must Notify The Cor And Co Within One (1) Business Day. Complete The Offboarding Form For Each Contractor Employee. On The Final Day Of The Contractor Employee Day Of Employment The Employee Will Turn In All Government Issued Equipment, Piv Card And Any Subsequent Reports And Incomplete Tasks. Security Issues And Access General: Department Of Veterans Affairs Medical Centers Are Federal Government Facilities. Prior To Contractor Personnel Start Day, A Personnel Background Investigation (bi) Shall Be Completed And Sent To The Contracting Officer And Respective Cor. The Piv Card Will Not Be Issued Until The Background Checks Are Completed And Approved By The Security Investigation Center (sic). Security Identification Badges: Contract Employees Shall Comply With Their Assigned Location S Identification And Access Requirements. The Contractor Is Responsible For Absences Of Contract Employees Due To Expired Or Lost Identification And Access Documents. Contractor/contract Employees Shall Turn In All Identification Badges To The Contracting Officer, Or Designated Representative Upon Termination Of Their Services Under The Contract. The Contractor Shall Be Responsible For The Replacement Cost Of Lost Or Non-returned Piv Cards. Subject To Criminal Penalties; Equipment And Piv Badges (need To Run By Ogc) Security: All Contractors And Contractor Personnel Shall Be Subject To The Same Federal Security And Privacy Laws, Regulations, Standards, And Va Policies, Including The Privacy Act, 5 U.s.c. 552a, And Va Personnel, Regarding Information And Information System Security. Contractors Shall Follow Policies And Procedures Outlined In Va Directive 6500, Information Security Program Which Is Available At: Http://www.va.gov/vapubs/ And Its Handbooks To Ensure Appropriate Security Controls Are In Place. All Contractor Personnel Requiring Access To Va Computer Networks Are Required To Complete Va S Information Security And Privacy Awareness Training Annually. Confidentiality: Contractor Personnel Who Obtain Access To Hardware, Software, Or Media, Which May Manipulate Or Store Any Sensitive Information, That Is Protected Under 38 Usc 4132 Or 3305, As Defined By The Department Of Veterans Affairs, Must Not Access Information Unless Absolutely Necessary To Perform Their Contractual Duties. Disclosure Of Any Sensitive Data Obtained During Performance Of Assigned Duties Under This Contract Is Prohibited. Violation Of These Statutory Provisions May Involve Imposition Of Criminal Penalties. Contractor Is Considered To Be A Va Contractor For Purposes Of Privacy Act, Title 5 U.s.c. 552a. Hipaa: The Contractor Shall Abide By The Standards For Privacy Of Individually Identifiable Health Information Of The Health Insurance Portability And Accountability Act (hipaa), Public Law 104-01. The Contractor Shall Not Use Or Further Disclose Protected Health Information Other Than As Permitted Or Required By The Contract Or As Required By Law. The Contractor Shall Use Appropriate Safeguards To Prevent Use Or Disclosure Of The Protected Health Information. The Contractor Shall Mitigate, To The Extent Practicable, Any Harmful Effect That Is Known To The Contractor Of A Use Or Disclosure Of Protected Health Information By The Contractor In Violation Of The Requirements Of This Contract. The Contractor Shall Report To The Government Any Use Or Disclosure Of The Protected Health Information Not Provided For By This Contract. The Contractor Shall Document, In A Time And Manner Designated By The Government, Any Disclosure Of Protected Health Information As Would Be Required For The Government To Respond To A Request By An Individual For An Accounting Of Disclosure Of Protected Health Information. Removal Of Personnel At Government Request: The Government May Request Removal (permanent Or Temporary) Of Contract Personnel For Security, Safety, Or Health Reasons, Upon Discovery Of Fraudulent Resume Documentation, Or When Contractor Personnel Behave In An Unprofessional Manner That Would Be Considered Unacceptable By A Reasonable Person. The Government May Also Request Removal If It Is Determined That There Is No Available Work To Assign Them. Removals Shall Be Effective By Close Of Business On The Same Day As Notification, Unless Otherwise Determined By The Government. Prior To Replacing/substituting Personnel Under These Circumstances (reference Sections 4, 5.3.5., 9.1., And 9.2.) The Contractor Shall Provide A Sufficiently Detailed Qualification Summary/resume Of Proposed Personnel For Government Coordination. End Of Pws

City Of General Santos , South Cotabato Tender

Others...+2Security and Emergency Services, Electrical and Electronics
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 115 Million (USD 2 Million)
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Traffic Signalization And Cctv Synchronization Program, City Wide, General Santos City (additional) A) Traffic Local Controller 1 Lot @ Php2,501,119.76 1 Pc. Basic Controller 19" 24/40 @ Php996,446.95 1 Pc. 3g & Gps Antenna @ Php26,981.91 1 Pc. 3g 4di/4du With Gps @ Php110,406.81 2 Pcs. Lamp Connection Cable @php32,351.65 = Php64,703.30 4 Pcs. Signal Group Gp 9 @ Php102,154.31 = Php408,617.24 1 Pc. I/o 24 Input @ Php109,480.10 1 Pc. Controller Cabinet @ Php715,035.11 1 Pc. Power Supply 24 V @ Php69,448.34 B) Traffic Signal Head, Led Type Location [1 New Intersection, Upgrading Of Existing 11 Intersections] 1 Lot @ Php27,226,066.64 44 Set 300mm 3 Aspect Ball @ Php126,737.62 = Php5,576,455.28 33 Set 300mm 3 Aspect Arrow @ Php132,784.48 = Php4,381,887.84 46 Set 200mm 3 Aspect Ball @ Php109,456.08 = Php5,034,979.68 37 Set 200mm 3 Aspect Arrow @ Php118,942,44 = Php4,400,870.28 84 Set 300mm Pedestrian Lantern @php93,236.59 = Php7,831,873.56 C) Traffic Sensor And Monitoring Camera 1 Lot @ Php2,506,626.33 1 Pc. Traffic Sensor/monitoring Pole 12m High With Extension Arm Treaded Sensor Bracket @ Php169,050,72 1 Pc. Detection System Processor Hw And Accessories @ Php1,387,657.71 1 Pc. Detection Processor Sw (license) @ Php515,428.25 1 Pc. Fish Eye Camera Sensor @ Php434,489.65 D) Other Monitoring Camera 1 Lot @ Php13,067,828.87 21 Pcs. Ptz Camera @ Php70,712.64 = Php1,484,965.44 21 Pcs. Ptz Camera Bracket @ Php2,000.00 = Php42,000.00 18 Pcs. Anpr Camera @ Php209,528.74 = Php3,771,517.32 18 Pcs. Anpr Camera Bracket @ Php2,500.00 = Php45,000.00 35 Pcs. Face Recognition Camera @ Php146,064.45 = Php5,112,255.75 35 Pcs. Face Recognition Camera Bracket @ Php2,000.00 = Php70,000.00 18 Pcs. White Strobe Lamp @ Php33,081.66 = Php595,469.88 21 Pcs. Ptz Video License @ Php22,164.52 = Php465,454.92 18 Pcs. Anpr License @ Php27,946.52 = Php503,037.36 35 Pcs. Fr Video License @ Php27,946.52 = Php978,128.20 E) Traffic Signal Control Cable (old Existing Traffic Light Locations With Mccain And Peek Controllers) 1 Lot @ Php8,554,874.00 1,800 M. Signal Cable 29c @ Php2,631.55 = Php4,736,790.00 700 M. Signal Cable 19c @ Php1,766.02 = Php1,236,214.00 1,000 M. Signal Cable 12c @ Php1,147.78 = Php1,147,780.00 250 M. Signal Cable 8c @ Php860.16 = Php215,040.00 2,200 M. Signal Cable 4c @ Php430.08 = Php946,176.00 400 M. Signal Cable 3c @ Php397.81 = Php159,124.00 115,000,000.00 Page 2 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 364 M. Signal Cable 2c @ Php312.50 = Php113,750.00 F) Accessories 1 Lot @ Php2,511,044.60 33 Box Mounting Strap (3/4" Ss) @ Php20,160.20 = Php665,286.60 19 Box Buckle (3/4" Ss) @ Php20,160.20 = Php383,043.80 97 Pcs. Rubber Tape @ Php170.00 = Php16,490.00 206 Pcs. Electrical Tape @ Php170.00 = Php35,020.00 21 Lot Circuit Breaker, Housing And Accessories @ Php67,200.20 = Php1,411,204.20 G) Pole 1 Lot @ Php4,985,416.84 (4) Traffic Type A Pole 4m Arm @ Php151,153.50 = Php604,614.00 (4) Traffic Type B Pole @ Php84,353.38 = Php337,413.52 (24) Straight Pole 6m @ Php110,850.38 = Php2,660,409.12 (21) On Pole Comm Box @ Php65,856.20 = Php1,382,980.20 H) Traffic Software Solutions And License 1 Lot @ Php1,164,995.22 Data Collection And Basic Device Monitoring Traffic Control Devices (controllers & Roadside Units) Traffic Control Time Based Plan Selection Adaptive Network Control Strategy Manager Strategy Manager For Traffic Actuated Plan Selection Sw Maintenance Support Bronze Profile (8x5) I) Backbone And Network Connectivity (supply And Installation Of Network Infrastructure Equipment) 1 Lot @ Php40,991,738.56 22 Pcs. Industrial Network Switch For Outdoor Control Panel @php560,696.84 = Php12,335,330.48 22 Pcs. Din Rail Poe Power Supply Industrial Grade @ Php110,524.04 = Php2,431,528.88 44 Pcs. Sfp Module For Fiber Connectivity For The Industrial Network Switch @ Php75,726.54 = Php3,331,967.76 44 Pcs. Modular Industrial Patch Panel @ Php117,721.16 = Php5,179,731.04 44 Pcs. Singlemode Lc Lc Fiber Patch Cord, 1 Meter @ Php6,653.00 = Php292,732.00 8,000 Lm. 24 Core Single Mode Os2 Fiber Optic Cable Figure 8 (outdoor) Accessories And Consummables @ Php1,381.83 = 11,054,640.00 20 Rolls Category 6 4 Pairs Stp Outdoor 305 Meters Per Roll (black) @ Php56,515.40 = Php1,130,308.00 10 Pcs. Cat6 Stp Rj 45 Connector For Outdoor / Industrial Use @ Php29,232.20 = Php292,322.00 20 Pcs. Foc Dome Splice Closure Aerial 24 Core @ Php20,267.52 = Php405,350.40 1 Unit Firewall Hw & Sw @ Php2,968,000.00 1 Lic License For Network Comunication Monitoring Software @ Php1,569,828.00 J) Supply And Installation Of Network Infrastructure Equipment (cddrmdo/ Cmo/ Pso) 1 Lot @ Php10,889,653.18 2 Pcs. Industrial Network Switch For Command Center @ Php1,300,918.62 = Php2,601,837.24 2 Pcs. Power Supply For Industrial Network Switch @ Php170,285.00 = Php340,570.00 3 Pcs. Workstation @ Php302,400.20 = Php907,200.60 3 Pcs. Ups @ Php26,880.20 = Php80,640.60 1 Pc. Indoor Comm Box @ Php65,856.20 7 Pcs. 55’’ Fhd Video Wall Display Unit (ultra Narrow Bezel 0.88mm) @ Php691,389.31 = Php4,839,725.17 7 Pcs. Bracket For 55" Screen @ Php58,095.50 = Php406,668.50 1 Pc. Decoding Card @ Php136,194.55 1 Lot Cables & Accessories @ Php60,842.10 1 Pc. Hd Network Control Keyboard @ Php234,721.72 1 Pc. Ultra Hd Network Video Decoder @ Php585,771.50 2 Pcs. 43" Fhd Monitor & Accessories @ Php240,000.00 = Php480,000.00 1 Lot Roughing In Materials For City Hall, Pso, Cdrrmc @ Php149,625.00 K) Road Signages 1 Lot @ Php304,284.00 4 Pcs. Rectangular Traffic Signages 750mmx500mm (with Post) @ Php28,493.00 = Php113,972.00 Page 3 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 4 Pcs. Do Not Block Intersection 750mmx500mm (with Post) @ Php28,493.00 = Php113,972.00 4 Pcs. Pedestrian Crossing @ Php19,085.00 = Php76,340.00 L) Thermoplastic Pavement Markings With Directional Arrow Within 50 Meter Radius 1 Lot @ Php296,352.00 94 Sq.m. White @ Php2,016.00 = 189,504.00 53 Sq.m. Yellow @ Php2,016.00 = Php106,848.00 Page 4 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. Conditions: Scope Of Work On Interoperability Traffic Signalization System The Contractor Shall Ensure That The Proposed Traffic Controller Is Fully Interoperable With The Existing Management Platform, Traffic Modules And Traffic Detection System Currently In Use By The City Government Of General Santos. The Integration Must Facilitate Seamless Communication, Real Time Control, And Data Exchange Across The System. Cctv The Contractor Shall Ensure That The Proposed Cctv Cameras Are Fully Interoperable With The Existing Cctv Module Used By The City Government Of General Santos. The Integration Must Allow The New Cameras To Seamlessly Function With The Current Video Management Platform And Provide Real Time Monitoring, Recording, And Data Management Capabilities. Fiber Optics Network The Contractor Shall Ensure That The Proposed Fiber Optic Network Components Are Fully Interoperable With The Existing Network Infrastructure Used By The City Government Of General Santos. The Integration Must Enable The New Network Elements To Seamlessly Operate Within The Current Network Management System, Ensuring Reliable Data Transmission, Real Time Monitoring, And Efficient Communication Between Devices. The System Should Support Optimal Data Transfer Speeds, Low Latency, And Robust Network Connectivity, Contributing To The Overall Performance And Functionality Of The City’s Communication Infrastructure. Performance And Technical Specifications: 1.0) Traffic Signalization And Cctv Synchronization • Furnishing And Installing Intersection And Pedestrian Crossing Signal Systems Shall Conform To Industry Standards Commonly Accepted In One Of The Major Countries Such As The U.k., U.s.a, Europe Or Japan, Who Achieved An International Quality Standard, I.e., Iso, Ul, Etc. • The Contractor Shall Furnish And Install All Necessary Wiring, Conduits And Handholes, Between The Local Controller, Signal Heads, And Detectors. The Contractor Shall Also Switch And Install All Necessary Power Supply Wiring And Power Switch Between The Meter Box And The Local Controller Cabinet. • The Four Major Components Of The Traffic Control System Namely The Traffic Management Platform, Traffic Management Module, Traffic Controller And Traffic Signal Heads/pedestrian Lanterns Shall Be One Brand Only. However, The System Shall Be An Open Architecture/non Proprietary For Integration With Other Suppliers/manufacturers. 1.1) Traffic Signalization And Cctv Synchronization Traffic Management Platform The Platform Shall Have A High Level Framework Providing User Friendly Access To All The Its Applications Deployed In A City Or Region. Key Features Are: • Open Platform With Modular Architecture For Multiple Its Applications; • Shared Maps And Database; • A Common Gui For The Supervision And Management Of Different Its Applications; • Easy To Use Web Browser Based On Graphical Interface. 1.2) Traffic Management Module It Shall Be Able To Operate In The Following Traffic Control Mode: • Time Based Traffic Control • Traffic Actuated Plan Selection Traffic Control. • Adaptive Network Traffic Control The Traffic Management Software Shall Contain The Following Features And Functions: • System Access Login And Localization O The Platform Access Should Be Done By A Protected Login, Where The Access To The System Is Subordinated To The Verification Of The Operator Access Rights. The Authentication Shall Be Based On Three Parameters: User Name, Password And Access Level (role). O The System Shall Keep The Access (user, Password, Date, Hour Classification, Workstation) And Operation Logs. O The Platform Shall Support Multi Language. • System Configuration O The Platform Shall Allow The Configuration Of The Following Parameters: User Profile, Users And Roles, Areas And Privileges, Function And Access Levels, Fully Customizable User Profiling. • System Monitoring Module Functionalities: The Platform Shall Present The System On A Cartographic View To Help The System Operator With The Following Activities: O Device Monitoring, Interact With The Equipment On Field, O Access To Traffic Archives O Data And Measures Shall Be Displayed In A Cartographic Background (steady And Moving Objects) O Objects Icons Color Code Should Reflect Availability Status O Object Specific Applications And Commands Should Be Accessible Directly From Object Icon Page 5 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. O Fully Configurable Display Options Should Be Available • System Availability O System Availability Reports Presented In Grid Form, Connected Devices Historical Availability, System Modules Historical Availability, Report Filter And Sort, Report Print And Export • Traffic Data Archives (if Detectors Are Present) O Data Presented In Grid And Chart Forms, Historical Data Reports, Data Aggregation And Profiles, Data Report Print And Export • Data Aggregation And Profiling (if Detectors Are Present) O Automatic Aggregation Of Traffic Counts At Sections Level, Automatic Creation Of Traffic Profiles For Collected Traffic Measures • Intersection Real Time Monitoring O Real Time Signal Groups And Detectors Activity Feedback On Intersection Layout, Object Specific Applications And Commands Accessible Directly From Object Icon, Fully Configurable Display Options. • Signaling Real Time Monitoring O Real Time/playback Signal Groups And Detectors Activity Feedback, Magnifier Tool (1 Sec, 0.5 Sec And 0.1 Sec Resolution), Measurement Tool, Search Tool, Diagram Notes, Fully Configurable Display Options • Real Time Monitoring O Real Time/playback Signal Groups Feedback For Multiple Intersections O Coordination Monitoring On Both Directions • Classified Data Achieves (if Detectors Are Present) O Collection Of Classified Traffic Data, Programmable Classes • Manual Command O Scheduled And Immediate Commands, Operative Status Commands (dark, Flash, Etc.), Time Plan/time Situation Commands, Special Commands (emergency, Priority, Etc.) According Connected Device, Commands To Group Of Devices • Commands Monitoring O Sent Commands Log, Status Of The Commands (received, Acknowledge, Rejected, Etc.), Device Status Changes After Command Issuing • Alarms Notification O Sms And Email Notification, Maintenance Groups, Maintenance Areas, Fully Configurable Notification Service • Traffic Control Module Functionalities: The Its Platform Should Include The Following Functionalities: O Time Based Plan Selection. The System Determines The Signal Plan To Be Activated Basing On The Current Date And Time (calendar) O Graphical Tool For Timetable Configuration By Time Of The Day And Day Of The Week O Capability To Configure Calendar Patterns, Control Actions And Weekly Calendar O The Platform Has To Be Able To Upload And Download To/from The Traffic Controller O The Platform Has To Be Able To Program Special Control Modes Like Emergency Routes, Priority To Special Vehicles, Etc O The Platform Shall Allow The Programming Of Green Waves For Certain Corridors • System Architecture, The Its Platform Architecture Shall Include: O Map And Web Server; O Database, Application And Communication Server. O The Server Will Run The Following Basic Software: 1. Windows® Server 2016 (standard Edition) + 5cal (or Higher) Operating System; 2. Microsoft Sql® Server 2017 Standard +5cal (or Higher), As Dbms. 1.3) Traffic Signal Controller All Signal Controllers To Be Installed Under This Contract Shall Be Of The Microprocessor Type Design And Have Been Field Tested And Shown To Be Highly Reliable. It Shall Consist Of Main Cpu, Safety Cpu And Signal Group Cards On A Rack Solution. The Rack Layout Shall Have A Design That Accommodates Scalability Up To 24 Signal Groups And Interchangeability Of Group Cards. Controller Adjustment And Verification Of Programs And Timing Parameters Can Only Be Accessed Through Command Center Or An Engineer's Laptop Computer To Ensure That Only Authorized Personnel Can Have Access. Controllers Shall Have Communication Ports Rs232, Rs485, Rs422, Can, Ethernet, Usb. Controllers Shall Be Able To Run Different Types Of Lamps Or Signal Heads And Pedestrian Lanterns. It Shall Be Able To Acknowledge Devices Of Signal And Pedestrian Signal Requests From A Known Range Of Diverse Brands/suppliers. Controller Shall Be Equipped With Gps To Ensure Clock Synchronization. Page 6 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. Controllers Shall Be Able To Monitor Signal Conflicts, Mains Voltage, Mains Voltage Dip, Mains Frequency, Flash Periods, Plan Cycles, Signal State Timings, Lamp Minimum / Maximum Loads. International Commercial Warranties Must Be Provided On The Traffic Controllers. • Compatibility The Traffic Controller Shall Be State Of The Art; Non Proprietary; Shall Be Open Architecture; Shall Run A Range Of Traffic Control Philosophies And Systems; And Can Be Controlled By The World's Most Common Adaptive/external Systems Such As: O Scats O Scoot/utmc O Artic O Itaka O Ccol O Spot/utopia • Certifications O Ce Markings (includes Emc And Low Voltage Directive O En 12675: 2017 – Traffic Signal Controller, Functional Safety Requirements O En 50293: 2012 – Road Traffic Signal Systems, Electromagnetic Compatibility O En 50556: 2011 – Road Traffic Signal Systems O Iec 60950 1:2005 Cb Test Certificate O En 50581:2012 O Certificate Of Registration Topas Tr2500a • Mode Of Operation The Traffic Controller Shall Be State Of The Art And Should Be Capable Of Running Different Modes Of Operations Namely: O Central Control Mode For Road Traffic O Local Mode, Fixed Timelocal Control, Traffic Actuated O Manual Mode O Vehicle Actuated O Group Control O Phase/stage Coordination O Master/slave O Adaptive Local Green/corridor O Automatic Annual Switching Routine • Other Functional Requirements The Signal Controller Shall Be Capable Of: O Automatic Switching To Flashing Operation According To A Time Of Day (tod) Schedule And On Major Fault Conditions. O Performing Lantern Off Operation O Executing Phase Skip (or Phase Recall) And Extension Type Operations Based On Detector Actuation In Two Or More Phases • Mounting Facilities The Signal Controller Cabinet Shall Be Mounted On A Concrete Pedestal. • Terminal Panel An Insulated Terminal Panel Shall Be Provided. The Terminal Shall Be Easily Accessible And Connection Or Removal Of The Cable Shall Be Made Without Special Tools. All Panel Wiring Shall Be Neat And Firm And All Flying Leads Shall Be Clearly Identified Either By Color Or Number Code. In Either Case, Full Information Shall Be Given On The Wiring Diagram, Which Shall Be Provided To Each Complete Unit. O The Following Terminals, As A Minimum, Shall Be Provided And Clearly Identified On The Panel: § Power Supply Hot Side; § Power Supply Grounded Side; § Ground, Which Shall Be Connected To The Cabinet; § Signal Return Or Common; § Lantern Circuit Terminals; § Vehicle Detectors. O A Second Terminal Panel, Physically Separated From The First, Shall Be Supplied For Terminating Communication Cable Wiring. • Power Outlet A Fused 2 Amperes, 220 Volt Ac Power Outlet Shall Be Provided In The Signal Controller Cabinet For Maintenance And Test Equipment Use. • Controller Cabinet O The Controller Cabinet Shall Be Made Of Aluminum Metal To Provide Mechanical And Environmental Protection. The Cabinet Shall Be Weather Proof And Free From Rust. It Shall Be Made Of High Quality Sea Water Resistant Aluminum Cabinet With All The Needed Plinths, Fuses And Electrical Wiring. O The Main Door And Manual Panel Door Shall Each Be Fitted With A Different Cylinder Lock System. Page 7 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 1.4) Signal Heads And Pedestrian Lanterns All Vehicle Signal Heads To Be Installed In This Contract Shall Be Fitted With Polycarbonate Type Visors And An Aluminum Powder Coated Target Board. Where The Material Of The Body Is Self Colored, It Need Not Be Painted If It Can Be Shown That It Will Retain The Required Color And Finish For At Least Five Years When Exposed To The Weather. All Lenses Shall Be Polycarbonate Type. All Mast Arm Mounted Signal Heads Shall Be 300mm Signal Except The Signal Attached To The Pole Section. All Pole Mounted Signal Heads Shall Be 200mm Signal. The Weight Of A Finished 3 Section Assembly With Visors Shall Not Extend 15 Kg For A 200mm Signal And 18kg For A 300mm Signal. The Signal Heads Are To Be Mounted Vertically By The Use Of Mounting Brackets Or Straps. The Minimum Height Above The Pavement To The Bottom Of The Signal Head Assembly Shall Be 3.0 Meters For A Pole Mounted Head And 5.0 Meters For A Mast Arm Mounted Head. Mounting Brackets And Attachment Facilities For Multi Head Installations Shall Provide: An Unobstructed View Of The Signal Face To The Driver On Any Intended Approach, And Sufficient Clearance So That Ready Access Is Maintained To The Interior Of Each Section Of The Signal Heads. The Mounting Arrangements Of The Signal Head Shall Be Such As To Enable It To Be Directed To A Point Located At A Height Of 1.4 Meters Within A Distance Range Of 15 To 150 Meters On The Approach To Which The Signal Is Directed. All Positioning Attachments Shall Permit The Signal Head To Be Locked In Position By A Mounting Bracket Or Equivalent Means. All Pedestrian Lanterns To Be Installed In The Project Shall Be Of Round Shape Type And Shall Be Fitted With Polycarbonate Visors. The Traffic Signal Heads And Pedestrian Lanterns Shall Be Led Type With Low Power Consumption And High Light Output. The Housing And Lens Of The Signal Head And Pedestrian Lantern Shall Be Made Of Uv Stabilized Polycarbonate And Shall Have Anti Vandal Features. The Lens Of The Signal Heads Shall Be Colored And Curved. The Housing Shall Have A Slim Design Only Built For Led Technology. The Led Module Shall Have A Central Light Source And Symbols Shall Not Change Shape In Case Of Led Failure. The Pedestrian Lantern Shall Be Smart Ready And Shall Be Able To Attach An Optional 1/2 Aspect Housing That Can Include Smart Features. • Smart Signal Head Housing O The Housing And Lens Of The Signal Head Shall Be Made Of Uv Stabilized Polycarbonate For 300mm And 200mm Diameter, The Housing Shall Have A Slim Design Only Built For Led Technology The Signal Head Shall Be Designed As A Snap Construction Without Any Metal Parts Besides The Threads For Fixing The Brackets To The Housing O Only Authorized Persons Shall Be Able To Open The Housing O Housing Color Ral 9005. O Environmental Protection Shall Be Minimum Ip54 O The Signal Head Has A Stop And A Bottom Gear Rim For The Fixing With Two Mounting Brackets To The Pole O The Mounting Brackets Shall Be Done From Polycarbonate With L Shape O Smart Functions (optional) Can Be Integrated To The 200mm Signal For 300mm Signal Heads. Head/pedestrian Lantern Housing By Attaching 1/2 Aspect Version For 200mm On Top And/or Bottom For Future Upgrades/enhancements. Optional Smart Features Are As Follows: • Ground Projection For Pedestrian Safety • Acoustic Signal For Pedestrian Orientation • Environmental Station For Measuring Air Quality • Sensors For Detecting People And Objects • Led Module O The Led Board Should Be Mounted Into An Aluminum Cooling Plate Integrated Into The Plastic Housing And Neat Losses Should Be Directly Transported Out Of The Housing. O Environmental Protection Shall Be Minimum Ip65. O Front Lens Covers To Be Tinted As Per The Aspect Color (red/yellow/green); Transparent Lenses Are Not Acceptable. O All Module Lens Diameters Shall Be 300mm And 200mm O The Design Of The Module Should Ensure Efficient Removal Of Heat From The Hermetically Sealed Casing. O Symbols For Arrows Shall Be Done By Principle As The Full Ball Using A Central Light With A Polycarbonate Dynamic Mask In Between Two Lenses. O The Leds Shall Be A Minimum 4th Generation Or Latest Generation, If Such Is Available. O The Signal Light Emitted From The Central Optical Source Should Be Homogenous, And Shall Give A Uniform Optical Signal. No Visible Dark Spots Are Allowed To Appear In The Event Of Failure Of One Or More Diodes O The Light Source Shall Consist Of No More Than Three Pieces Of High Flux Leds Combined At The Center Of The Lens. O The Led Should Be High Flux Providing A Very High Light Output And Supplied By A Special Designed Constant Current Dc Switch Mode Power Supply With High Efficiency. O Leds Distributed In The Inner Surface Of The Lens Are Not Acceptable Page 8 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. O The Luminous Intensity Issued By The Leds For The 300 Diameters Shall Exceed 400 Candelas O Phantom Class 5 According To European Norm En12368 The Electrical Connections Shall Be Of First Quality Bearing Repetitive Connections And Dismantlement O The Electrical Wires Shall Be Of First Quality, Flexible, And Shall Be Specified For A Temperature 40 Degree Centigrade Up To 65 Degree Centigrade O The Operating Voltage Of The Led Signal Head Should Be 196 To 265 Volts, 50 Hz. O The Led Semiconductor Shall Be Al Ingap For Red And Amber And Ingan For Green O Power Consumption Should Be Less Than 9w Per Aspect. O The Lifetime For The Led Shall Exceed 5 Years 1.5) Video Sensor The Sensor Shall Be Video Type With 360° View Of The Intersection. It Shall Be Above Ground, Installed At Least Nine Meters From The Ground To Avoid Being Stolen And Be Free From Damage Caused By Road Repairs And Wear And Tear From Vehicles. It Shall Be Easy To Install And Almost Maintenance Free, Requiring Only A Few Minutes Spent. It Shall Have Video Analytics Detection Detecting All Objects Including Vru (vulnerable Road User) On Crosswalk And The Center Part Of The Intersection. It Shall Be Able To Do Pedestrian Counting And Detection For Green/red Timing Extension And Eliminate The Use Of Pedestrian Push Button. It Shall Be Able To Work In Network Adaptive Mode. • Camera Technical Specification: O Single Camera Vehicle, Cyclist And Pedestrian Detection And Counting Highway Counting And Monitoring O Resolution: 5mp (2560 X 1920 Pixels) Cmos Power Over O Ethernet O Connectivity Single Cate Cable For Power And Data A O Dimensions 9.9 Diameter X 7.9"" (25 X 20.1 Cm) O Environmental: 29°f To +165°f ( 34°c To +74°c) 0 To 95% Non Condensing O Rugged Environmentally Sealed, No Aim No Focus • Edge Processor Specification O Detector /0: Ts1, Ts2, 170/2070, Or Its Interface Connectivity Wide Area Network (wan) And Built In 3g Modem O Dimensions: 8.5'" X 11.5' X 175 (206 X 29 X 4.5 Cm) O Environmental: 29°f To 165°f ( 34°c To 74°c) O Power 120/240 Vac 50/60 Hz O Consumption: 35w Nominal O Regulatory: Fcc Class A O Unlimited Cloud Storage • Software Specification O Windows Based Application O Available Reports Like Volume, Turning Movement Counts, Length Based Classification, Incidents, Red And Green Occupancy, Red And Green Arrivals, And Speed So That Users Can Monitor, Analyze, And Fine Tune An Intersection O Site Alerts (all System Events Loss Of Visibility, Flash, And Volume Exceeded) And Zone Alerts (volume Exceeded And Zone Activated By Email O Automatic Reporting By Email 1.6) Signal Intersection Wiring Ties Or Other Means Shall Support All Wiring So That No Stress Is Applied To Any Connection. No Cable Shall Exert Pressure Against Any Unprotected Edge Of Metal With Equipment In Normal Use. All Wiring Shall Be Color Coded Or Number Coded Whichever Is Applicable. 1.7) Signal Poles Furnishing And Installing Traffic Signal Poles, Footings And Foundations Shall Conform To Department Of Public Works And Highways Specifications. • Material And Loading O Type A Poles Shall Be Designed To Support On The End Of The Cantilever Section A Total Of Four (4) 3 Aspect 300mm Diameter Signal Heads, Each With A Target Board, With The Aspects Aligned Vertically Plus A 3 Aspect 200mm Signal Head On The Pole Section. O Type B, C, And D Poles Shall Be Designed To Support Three (3) 3 Aspect 200mm Diameter Signal Heads, Each With A Target Board. • Finish O All Steel Surfaces Shall Be Hot Dip Galvanized And Free From Rough Edges Or Sharp Projections. The Top Of The Poles Shall Be Sealed Off To Prevent Ingress Of Water. A Hole Or Holes Shall Be Made At The Side Of The Lowest Part Of The Pole To Allow Any Water, Which Accidentally Enters The Pole To Escape To The Exterior. O Mounting Bolts And Nuts Shall Be Adequately Treated To Resist Rust And Corrosion Either Above Or Underground. • Installation O Type B Or D Poles May Be Cast Directly In A Concrete Base (instead Of Bolted Down) If It Can Be Shown That The Required Footing For A Standard Bolt Down Type Installation Is Not Appropriate For The Site Conditions. Page 9 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 1.8) Software And System Design Integration This System Software Will Be Installed In The Control And Command Center Building, Where It Will Communicate With All Communication Elements At The Site (signalized Intersections). To Ensure Seamless Operation Between Field Components And The System Components Inside The Command And Control Center Building, System Design And Integration Must Be Meticulously Planned And Executed. The System Software Will Interface With All Communication Elements At The Signalized Intersections, Enabling Real Time Data Exchange And Control. 1.9) Traffic Regulatory, Warning And Guide Signs Regulatory/warning/guide Signs Shall Be Installed To Complement Traffic Signals. Signs Shall Be Of Department Of Public Works And Highways (dpwh) Standard. (reference: Dpwh Highway Safety Design Standards, Part 2: Road Signs And Pavement Markings Manual) 1.10) Pavement Markings Pavement Markings Shall Be Installed To Complement Traffic Signals. Pavement Markings Shall Be Of Department Of Public Works And Highways (dpwh) Standards. (reference: Dpwh Highway Safety Design Standards, Part 2: Road Signs And Pavement Markings Manual) 2.0) Closed Circuit Television (cctv) System The System Shall Be A Stand Alone That Is Capable Of Being Linked To A Site Wide System. A Typical Cctv System For A Building Should Comprise Color Cameras, Lenses, Monitors, Pan Tilt Zoom Cameras And Controllers, And All Necessary Cables And Accessories For A Fully Functional System. The Cctv Camera Installed Shall Be Capable Of Allowing The Operator To The Following: Freeze Any Of The Cameras On The Monitor Or Bypass Any Of The Cameras; Operate The Three Functions For Each Camera Using Pan/tilt/zoom Remote Controller And Lens Remote Controller; And Zoom The Desired Areas. The Cctv Camera Installed For A Particular Purpose: For Identification: The Object Shall Be At Least 120% Of The Screen Height. The ""head Shoulder Image"" View Shall Have A Picture Quality And Detail Sufficient To Identify A Person. For Monitoring: The Object Shall Be At Least Of The Screen Height. This View Shall Be Used To Monitor The+f255 Number, Direction And Speed Of Movement Of People Or Objects Across A Wide Area. For License Plate Identification: The Displayed Image Of The Vehicle Shall Not Be Less Than 50% Of The Monitor/screen Height, For Clear Viewing/identification. 2.1) Storage Area Network 3u, Single Controller, 256ch (2mbps) Record+playback With Direct Steaming Mode, Erasure Encoding And Vraid 2.0 Technologies Ensure Data Integrity Even When 2 Hdds In A Single Raid Are Error Prone. If The Number Of Error Hdd Exceeds Redundant Limit, Other Hdds Can Still Be Read And Written, 16*18t Enterprise Hdd(sata) Included, Redundant Power Supply, Not Support Jbod Expansion 2.2) Ptz Camera O Image Sensor: 1/2.8"" Cmos O Resolution: 1920 X 1080 O Compression: H.265+/h.265/h.264+/h.264 Codec O Color: 0.005lux/f1.6, B/w:0.001lux/f1.6 O Optical Zoom: 25x, Digital Zoom:16x O 3d Dnr O True Wdr O Ultra Low Light O Poe+&12vdc O Smart Detection 2.3) License Plate Recognition Camera O Image Sensor: 1/1.8"" Progressive Scan Cmos O Image Resolution: 2688 X 1520 O 25fps/50fps O 8 32mm/5.3 13mm Motorized Zoom Lens O Color: 0.001 Lux @ (f1.2, Agc On) O Electronic Shutter Speed: 1/25 S To 1/100,000 S O Supports Slow Shutter O Supports Poe O Supports Wiegand O Video Compression: H.265/h.264/mjpeg O Sdk/isapi O Protection Grade: Ip67/ik10 O Built In White Light Or Ir 850mmled 2.4) Fixed Camera (facial Recognition) O Image Sensor: 1/1.8” 4 Megapixel Progressive Cmos O Effective Pixels: 2688 (h) X 1520 (v) O Video Compression: H.265, H.264, H.264b, Mjpeg O Rom: 4gb Page 10 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. O Ram 2gb O Ir Distance: Distance Up To 120m (393.70 Ft) O Max Aperture: F1.6 2.5) Fisheye Camera Image Sensor – 1/1.7” 12 Megapixel Progressive Scan Cmos Effective Pixels – 4000(h)x3000(v), Ram/rom – 1024mb/128mb Scanning System – Progressive Other Analytics – (40 Zones, Tamper, Shake Cancel, Surveillance, Presence, Abandoned & Removed Objects, Object Class, Calibration, Speed, Direction, Loitering + People Surveillance & Counting Lines, Color Signature (per Channel) Utility Combox With 6 Gang Extension, Mounting Materials Brackets & Plates Wall Or Pole Mount With 6” X 1.5” Gi Pipe & Stainless Strap (including Wires Royal Cord Size 18 & Stp Cables) And Services Lens Focal Length 5.4 Mm–135 Mm Max. Aperture F1.6 F3.5 Field Of View H: 58.7°–3.1°; V: 33.2°–1.7°; D: 67.3°–3.9° Optical Zoom 25x Focus Control Auto/semi Auto/manual Close Focus Distance 0.1 M–1.5 M (0.32 Ft–4.92 Ft) Iris Control Auto/manual Detect 1655 M (5429.79 Ft) Observe 657 M (2155.51 Ft) Recognize 331 M (1085.96 Ft) Identify 166 M (544.62 Ft) 3.0) Command And Control Center 3.1) Video Wall Monitor • 55*™,1080p,500cd/m, Bezelwidth:3.5mm, Direct Lit Led Backlight • Input: Vgax1/dvix1/dpx1/hdmix1/usbx1 • Output: Dpx1/hdmix1 • Support 4k Input And Loop Up To 30 Screens With Hdmi/dp Interface • Support Vesa 3.2) Workstation • Workstation Desktop Pc With 32"" Led Monitors (6th Generation I7) W/ Win 10 Os • Cad Application Server Xeon Quad Core 2.53ghz (1333mhz, Form Factor • Eia 22"" Rack (1u), Cache Memory, Intel 3400 Chipset • Workstation Tables And Chairs • Ups 500va/, Input 230v With Lcd Display 3.3) Decoder • Supports Output: 16*hdmi/8*bnc, Input: 1*vga/1*dvi, Odd Hdmi Support 3840*2160@30hz, Decoding Capacity 24mp@30fps: 8 Ch, 12mp@20fps: 16 Ch, 8mp@30fps: 32 Ch, 5mp@30fps: 48 Ch, 3mp@30fps: 80 Ch, 1080p@30fps/3 Mbps: 128 Ch, Max 36 Division 3.4) Keyboard • 128x64 Led Dot Matrix Screen, Ptz And Tv Wall Control, 4 Axis Joystick 3.5) Firewall • Description: 1u Rack Mount, 6xfixed Fe/ge Tx Ports, Fixed Single Psu • Port Type And Quantity: 6 X Fixed Fe/ge Tx Ports, 2 X Usb, 1 X Rj45 Console Port Performance: 4g(firewall), 3.4g (enable Ngfw) • Connections Per Second: 68000/s (firewall), 12000/s (enable Ngfw) • Ipsec Vpn Default Tunnel: 1000 • Concurrent Connections: 1.2 Million • Power Supply: 1xfixed Redundant Psus • Operating Voltage: 100 240vac, 50 60hz 4.0) Communication Network 4.1) Fiber Optics (backbone) • 24 Core Single Mode Os2 Fiber Optic Cable Figure 8 (outdoor) 4.2) Transceiver • Transceiver: Uplink From Access Switch To Access Switch O Compatible With The Ieee 802.3z 1000base Lx Standard, Operates On Standard Single Mode Fiber Optic Link Spans Of Up To 10 Km And Up To 550 M On Any Multimode Fibers • Transceiver: Uplink From Access Switch To Distribution Switch To Core Switch O Supports A Link Length Of 10 Kilometers On Standard Single Mode Fiber (smf, G.652). 4.3) Access Switch Page 11 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. • Built For Harsh Environment And Temperature Range ( 40° To 75°c). • Every Unit Is Conformal Coated. • Hardened For Vibration, Shock, Surge, And Electrical Noise Immunity • Four 10 Gigabit Or Four 1 Gigabit Ethernet Uplink Ports Provide Multiple Resilient Design Options • Complies With Multi Industry Specifications For Industrial Automation, Its, And Electrical Substation Environments. • Improves Uptime, Performance, And Safety Of Industrial Systems And Equipment Compact 1 Rack Unit Design With Dual Led Feature Allowing Easy Monitoring And Troubleshooting Even When Reverse Mounting Based On Cabling Requirements. • Fanless, Convection Cooled With No Moving Parts For Extended Durability. • Ieee 1588v2 Ptp (both Power Profile And Default Profile Are Supported). • Alarm 1/0 For Monitoring And Signaling To External Equipment. • Connects New Wireless Access Point (802.11n And 802.11ac). • Enables New Hd Ip Cameras. • Provide High Speed, Low Latency Connectivity For Plcs, Controllers And Associated 1/0 Devices. • Allows Supervisory Control And Data Acquisition (scada) Connectivity. • Provides Introduction Of New Bandwidth Hungry Applications In The Industrial Space. • Line Rate, Low Latency Forwarding With Advanced Hardware Assisted Features (such As Nat, Ieee1588v2). Supports Very Delay Sensitive Applications And Time Sensitive Networks. • Delivers Multiple Rings And Redundant Ring Topology For New Network Configurations. • Extends Geographical Scalability Where Longer Distance Connectivity Is Required. 4.4) Distribution Switch And Core Switch • Intel® 2.4 Ghz X86 Cpu With Up To 120 Gb Of Usb 3.0 Or Up To 960 Gb Of Sata Ssd Storage For Container Based Application Hosting • Up To 6.4 Tbps Switching Capacity With Up To 2 Bpps Of Forwarding Performance • Up To 32 Nonblocking 100 Gigabit Ethernet Qsfp28 Ports • Up To 32 Nonblocking 40 Gigabit Ethernet Qsfp+ Ports • Up To 48 Nonblocking 25 Gigabit Ethernet Sfp28 Ports • Up To 48 Nonblocking 10 Gigabit Ethernet Sfp+ Ports • Platinum Rated Ac/dc Power Supplies • Up To 512,000 Flexible Netflow (fnf) Entries In Hardware • Up To 36 Mb Of Unified Buffer Per Asic • Up To 212,000 Routing Entries (ipv4/pv6) For High End Campus Core And Aggregation Deployments • Ipv6 Support In Hardware, Providing Wire Rate Forwarding For Ipv6 Network • Ieee 802.1ba Av Bridging (avb) Built In To Provide A Better Av Experience Through Improved Time Synchronization And Qos • Precision Time Protocol (ptp; Ieee 1588v2) Provides Accurate Clock Synchronization With Sub Microsecond Accuracy, Making It Suitable For Distribution And Synchronization Of Time And Frequency Over The Network • Dual Stack Support For Ipv4/ipv6 And Dynamic Hardware Forwarding Table Allocations, For Ease Of Ipv4 To Ipv6 Migration • Support For Both Static And Dynamic Nat And Port Address Translation • Scalable Routing (ipv4, Ipv6, And Multicast) Tables And Layer 2 Tables • Highest Wireless Scale For Wi Fi 6 And 802.11ac Wave 2 Access Points Supported On A Single Switch • Support For Aes 256 With The Powerful Macsec 256 Bit Encryption Algorithm Available On All Models • Trustworthy Solutions: Secure Unique Device Identification (sudi) Support For Plug And Play, Enabling Tamper Proof Device Identity Capability, Which Secures Zero Touch Provisioning By Allowing Your Device To Show A Certificate To The Server To Be Able To Get Onto Your Network Note: > The Bidding Must Be Complete Bid And Lot Base > Upon 30% Accomplishment Allowed For Progressive Billing Page 12 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Traffic Signalization And Cctv Synchronization. Delivery Of The Goods Is Required 180 Calendar Days. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting March 1, 2025 12:00 Noon From The Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 75,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On 3/10/2025 10:00:00am At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 24, 2025 9:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 24, 2025 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. Page 13 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date28 Apr 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Federal Acquisition Circular 2023-01. this Solicitation Is Set-aside For Small Businesses (sb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 339112, With A Small Business Size Standard Of 1000 Employees. the Fsc/psc Is 6515. network Contracting Office (nco) 9 On Behalf Of Va Tennessee Valley Healthcare System (tvhs) Is Seeking To Purchase Brand Name Or Equal Unit Dose Packaging Machine . all Interested Companies Shall Provide Quotations For The Following: delivery And Shall Be Completed No Later Than July 1, 2025. fob: Destination place Of Performance/place Of Delivery address: alvin C. York Veterans Administration Medical Center 3400 Lebanon Pike murfreesboro, Tn 37129 nashville Va Medical Center 1310 24th Avenue South nashville, Tn 37212 country: united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Items far 52.212-3, Offerors Representations And Certifications Commercial Items offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Items Oct 2018. far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Jan 2021. all Quoters Shall Submit The Below Items. Non-compliance To The Below Items With This Requirement May Result In Disqualification Of The Quote. only One Quote. Quote Shall Be On Offeror S Company Letterhead, In Pdf Format And Emailed To Daymeion.brantley@va.gov Nlt 04/28/2025 At 10:00 Am Cst. The Solicitation Number, 36c24925q0232 Unit Dose Packaging Machine Must Be Referenced In The Subject Line. product Information Brochure With Specifications And User Manual Shall Accompany Quote. offeror Must Submit Certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above. quote Must Reflect Anticipated Delivery Date. letters Of Authorization (loa) Shall Be Included With Offer. proof Of Sb Status Must Be Included With Offer. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: technical Or Quality price the Award Will Be Made To The Response Most Advantageous To The Government. responses Shall Contain Your Best Terms And Conditions. 52.211-6 Brand Name Or Equal (aug 1999) if An Item In This Solicitation Is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government's Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal" Products Must Meet Are Specified In The Solicitation. to Be Considered For Award, Offers Of "equal" Products, Including "equal" Products Of The Brand Name Manufacturer, Must (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modifications The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modifications. the Contracting Officer Will Evaluate "equal" Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An "equal" Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation. (end Of Provision) 52.212-1 Instructions To Offerors Commercial Items (jun 2020) (a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Solicitation. However, The Small Business Size Standard For A Concern Which Submits An Offer In Its Own Name, But Which Proposes To Furnish An Item Which It Did Not Itself Manufacture, Is 500 Employees. (b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show (1) The Solicitation Number; (2) The Time Specified In The Solicitation For Receipt Of Offers; (3) The Name, Address, And Telephone Number Of The Offeror; (4) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary; (5) Terms Of Any Express Warranty; (6) Price And Any Discount Terms; (7) "remit To" Address, If Different Than Mailing Address; (8) A Completed Copy Of The Representations And Certifications At Far 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically); (9) Acknowledgment Of Solicitation Amendments; (10) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And (11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. (c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation. (d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Offers. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender's Request And Expense, Unless They Are Destroyed During Pre-award Testing. (e) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Subpart 4.10 Of The Federal Acquisition Regulation), Or Alternative Commercial Items For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately. (f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers. (1) Offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Offers Or Revisions Are Due. (2)(i) Any Offer, Modification, Revision, Or Withdrawal Of An Offer Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And (a) If It Was Transmitted Through An Electronic Commerce Method Authorized By The Solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Working Day Prior To The Date Specified For Receipt Of Offers; Or (b) There Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Offers And Was Under The Government's Control Prior To The Time Set For Receipt Of Offers; Or (c) If This Solicitation Is A Request For Proposals, It Was The Only Proposal Received. (ii) However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted. (3) Acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Offer Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Offers Cannot Be Received At The Government Office Designated For Receipt Of Offers By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Offers Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume. (5) Offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. Oral Offers In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Offers, Offers May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Offers, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Offers. An Offer May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Offer. (g) Contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror's Initial Offer Shall Contain The Offeror's Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received. (h) Multiple Awards. The Government May Accept Any Item Or Group Of Items Of An Offer, Unless The Offeror Qualifies The Offer By Specific Limitations. Unless Otherwise Provided In The Schedule, Offers May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless The Offeror Specifies Otherwise In The Offer. (i) Availability Of Requirements Documents Cited In The Solicitation. (1)(i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained For A Fee By Submitting A Request To gsa Federal Supply Service Specifications Section suite 8100 470 East L'enfant Plaza, Sw washington, Dc 20407 telephone (202) 619-8925 facsimile (202) 619-8978. (ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Following Assist Websites: (i) Assist (https://assist.dla.mil/online/start/); (ii) Quick Search (http://quicksearch.dla.mil/); (iii) Assistdocs.com (http://assistdocs.com). (3) Documents Not Available From Assist May Be Ordered From The Department Of Defense Single Stock Point (dodssp) By? (i) Using The Assist Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii) Ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j) Unique Entity Identifier. (applies To All Offers That Exceed The Micro-purchase Threshold And Offers At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Offeror Shall Enter, In The Block With Its Name And Address On The Cover Page Of Its Offer, The Annotation Unique Entity Identifier Followed By The Unique Entity Identifier That Identifies The Offeror S Name And Address. The Offeror Also Shall Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Unique Entity Identifier. The Suffix Is Assigned At The Discretion Of The Offeror To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Offeror Does Not Have A Unique Entity Identifier, It Shall Contact The Entity Designated At Www.sam.gov For Unique Entity Identifier Establishment Directly To Obtain One. The Offeror Shall Indicate That It Is An Offeror For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Unique Entity Identifier. (k) [reserved] (l) Debriefing. If A Post-award Debriefing Is Given To Requesting Offerors, The Government Shall Disclose The Following Information, If Applicable: (1) The Agency's Evaluation Of The Significant Weak Or Deficient Factors In The Debriefed Offeror's Offer. (2) The Overall Evaluated Cost Or Price And Technical Rating Of The Successful And The Debriefed Offeror And Past Performance Information On The Debriefed Offeror. (3) The Overall Ranking Of All Offerors, When Any Ranking Was Developed By The Agency During Source Selection. (4) A Summary Of The Rationale For Award; (5) For Acquisitions Of Commercial Items, The Make And Model Of The Item To Be Delivered By The Successful Offeror. (6) Reasonable Responses To Relevant Questions Posed By The Debriefed Offeror As To Whether Source-selection Procedures Set Forth In The Solicitation, Applicable Regulations, And Other Applicable Authorities Were Followed By The Agency. 52.212-2 Evaluation Simplified Acquisition Procedures basis For Award. The Government Will Issue A Purchase Order To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Quotations: technical Or Quality price evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. price: The Government Will Evaluate The Price By Adding The Total Of All Line-item Prices. The Total Evaluated Price Will Be That Sum.> to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 10:00 Am Cst On 04/28/2025 At Daymeion.brantley@va.gov. solicitation Number, 36c24925q0232 Unit Dose Packaging Machine Must Be Referenced In The Subject Line And On The Cover Page Of The Quote. Non-compliance With This Requirement May Result In Disqualification Of The Quote. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. the Following Subparagraphs Of Far 52.212-5 Are Applicable: (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [] (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (sept 2006), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402). [] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (oct 2018) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (8) 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (oct 2015) (31 U.s.c. 6101 Note). [x] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)). [] (ii) Alternate I (mar 2020) Of 52.219-28. [] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755). [] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [x] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (july 2014) Of 52.222-35. [] (32)(i) 52.222-36, Equal Opportunity For Workers With Disabilities (jul 2014) (29 U.s.c. 793). [] (33) 52.222-37, Employment Reports On Veterans (feb 2016) (38 U.s.c. 4212). [] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [x] (44) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [x] (57) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (2) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [] (3) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). [] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). vaar 852.212-70 Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020) (a) The Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Following Provisions And Clauses That Have Been Checked By The Contracting Officer Are Incorporated By Reference. [x] 852.203 70, Commercial Advertising. [] 852.209 70, Organizational Conflicts Of Interest. [x] 852.211 70, Equipment Operation And Maintenance Manuals. [] 852.214 71, Restrictions On Alternate Item(s). [] 852.214 72, Alternate Item(s). [note: This Is A Fillable Clause.] [] 852.214 73, Alternate Packaging And Packing. [] 852.214 74, Marking Of Bid Samples. [x] 852.215 70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors. [] 852.215 71, Evaluation Factor Commitments. [] 852.216 71, Economic Price Adjustment Of Contract Price(s) Based On A Price Index. [] 852.216 72, Proportional Economic Price Adjustment Of Contract Price(s) Based On A Price Index. [] 852.216 73, Economic Price Adjustment State Nursing Home Care For Veterans. [] 852.216 74, Economic Price Adjustment Medicaid Labor Rates. [] 852.216 75, Economic Price Adjustment Fuel Surcharge. [] 852.219 9, Va Small Business Subcontracting Plan Minimum Requirements. [x] 852.219 10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. [] 852.219 11, Va Notice Of Total Veteran-owned Small Business Set-aside. [] 852.222 70, Contract Work Hours And Safety Standards Nursing Home Care For Veterans. [] 852.228 70, Bond Premium Adjustment. [] 852.228 71, Indemnification And Insurance. [] 852.228 72, Assisting Service-disabled Veteran-owned And Veteran-owned Small Businesses In Obtaining Bonds. [x] 852.232 72, Electronic Submission Of Payment Requests. [x] 852.233 70, Protest Content/alternative Dispute Resolution. [x] 852.233 71, Alternate Protest Procedure. [] 852.237 70, Indemnification And Medical Liability Insurance. [x] 852.246 71, Rejected Goods. [] 852.246 72, Frozen Processed Foods. [] 852.246 73, Noncompliance With Packaging, Packing, And/or Marking Requirements. [] 852.270 1, Representatives Of Contracting Officers. [] 852.271 72, Time Spent By Counselee In Counseling Process. [] 852.271 73, Use And Publication Of Counseling Results. [] 852.271 74, Inspection. [] 852.271 75, Extension Of Contract Period. [x] 852.273 70, Late Offers. [] 852.273 71, Alternative Negotiation Techniques. [] 852.273 72, Alternative Evaluation. [] 852.273 73, Evaluation Health-care Resources. [] 852.273 74, Award Without Exchanges. (b) All Requests For Quotations, Solicitations, And Contracts For Commercial Item Services To Be Provided To Beneficiaries Must Include The Following Clause: [] 852.237 74, Nondiscrimination In Service Delivery. (end Of Clause) vaar 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) (a) This Solicitation Includes Vaar 852.219-10 Va Notice Of Total Service- Disabled Veteran-owned Small Business Set-aside. (b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records, Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) the Following Clauses Are Hereby Incorporated By Reference (by Citation Number, Title, And Date) In Accordance With The Clause At Far "52.252-2 Clauses Incorporated By Reference" Contained In This Document. See Far 52.252-2 For An Internet Address (if Specified) For Electronic Access To The Full Text Of A Clause. (federal Acquisition Regulation (48 Cfr Chapter 1) far Number title date 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.232-40 providing Accelerated Payments To Small Business Subcontractors dec 2013 852.212-71 gray Market Items apr 2020 852.242-71 administrative Contracting Officer oct 2020 point Of Contact any Questions Or Concerns Regarding This Solicitation Shall Be Sent In Writing Only Via Email Addressed To Daymeion.brantley@va.gov Subject Line: 36c24925q0232 Unit Dose Packaging Machine. Questions Shall Be Submitted No Later Than 04/21/2025 @ 10:00 Am Cst. item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ vamc - Nashville Atp2 480 Canisters With Unit Dose Packaging (includes Replenishment Kit, Value $3,500 And 1 Case Of Paper & Ribbon) principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Atp2-480 Narrow local Stock Number: Atp2-480 Narrow 0002 1.00 ea __________________ __________________ atp2 Narrow Lower Packaging Unit For Atp 2 (includes 1 Rolling Tray And Cover) principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Atp2-320-npu local Stock Number: Atp2-320-npu 0003 1.00 ea __________________ __________________ one Ult Smarttrayrx System: Includes : Ult Smarttrayrx Docking Station, Ult Smarttrayrx Client, Scanner, Touch Screen, Biometric, Ups, Adjustable Leg Kit, & 3 Ult Smarttrayrx-64 Trays principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Ult-100 local Stock Number: Ult-100 0004 1.00 ea __________________ __________________ canister Calibration Kit Including The Avf-1 principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Cck local Stock Number: Cck 0005 20.00 ea __________________ __________________ atp2 - Adjustable Canister (pinned) principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Acp local Stock Number: Acp 0006 1.00 ea __________________ __________________ atp Autosense Smart Drawer Assembly With 16 Autosense Smart Canisters With Mircochips For New Atp 2 Only principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Atp2 local Stock Number: Atp2 0007 1.00 ea __________________ __________________ parata Perl 1 (2 License) - 2 Users, 2 Bag/sec Transport, 1.5 Bags/sec C&r, 19" Spools principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Parata Perl local Stock Number: Parata Perl 0008 1.00 ea __________________ __________________ on Site Implementation And Installation Training Package For Atp Series principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Atp Series local Stock Number: Atp Series 0009 1.00 ea __________________ __________________ perl - Installation And Training principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Implementation - Perl local Stock Number: Implementation - Perl 0010 1.00 ea __________________ __________________ atp 2 Equipment Interface To Pharmacy Information System, Includes Interface To Pyxis Dispensing Cabinets principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Atp 2 local Stock Number: Atp 2 0011 1.00 ea __________________ __________________ removal Of Equipment - Pharmopack principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Removal local Stock Number: Removal 0012 1.00 ea __________________ __________________ 6 Month Service Agreement For Parata Perl 1 (2 License) - Goes Into Effect After Initial 6 Month Warranty Period principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Sma Perl local Stock Number: Sma Perl 0013 1.00 ea __________________ __________________ 3-day Training At Tcgrx Training Center Includes Lunch And Refreshments. Travel And Accommodation Not Included principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Biomed Training local Stock Number: Biomed Training 0014 1.00 ea __________________ __________________ shipping principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Shipping - Fss local Stock Number: Shipping - Fss 0015 1.00 ea __________________ __________________ vamc - Murfreesboro Atp2 480 Canisters With Unit Dose Packaging (includes Replenishment Kit, Value $3,500 And 1 Case Of Paper & Ribbon) principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Atp2-480 Narrow local Stock Number: Atp2-480 Narrow 0016 1.00 ea __________________ __________________ atp2 Narrow Lower Packaging Unit For Atp 2 (includes 1 Rolling Tray And Cover) principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Atp2-320-npu local Stock Number: Atp2-320-npu 0017 1.00 ea __________________ __________________ one Ult Smarttrayrx System: Includes : Ult Smarttrayrx Docking Station, Ult Smarttrayrx Client, Scanner, Touch Screen, Biometric, Ups, Adjustable Leg Kit, & 3 Ult Smarttrayrx-64 Trays principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Ult-100 local Stock Number: Ult-100 0018 1.00 ea __________________ __________________ canister Calibration Kit Including The Avf-1 principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Cck local Stock Number: Cck 0019 20.00 ea __________________ __________________ atp2 - Adjustable Canister (pinned) principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Acp local Stock Number: Acp 0020 1.00 ea __________________ __________________ atp Autosense Smart Drawer Assembly With 16 Autosense Smart Canisters With Microchips For New Atp 2 Only principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Atp 2 local Stock Number: Atp 2 0021 1.00 ea __________________ __________________ parata Perl 1 (2 License) - 2 Users, 2 Bag/sec Transport, 1.5 Bags/sec C&r, 19" Spools principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Parata Perl 1 local Stock Number: Parata Perl 1 0022 1.00 ea __________________ __________________ on Site Implementation And Installation Training Package For Atp Series principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Implementation local Stock Number: Implementation 0023 1.00 ea __________________ __________________ perl - Installation And Training principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Implementation - Perl local Stock Number: Implementation - Perl 0024 1.00 ea __________________ __________________ atp 2 Equipment Interface To Pharmacy Information System, Includes Interface To Pyxis Dispensing Cabinets principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Ic - Atp 2 local Stock Number: Ic - Atp 2 0025 1.00 ea __________________ __________________ 6 Month Service Agreement For Parata Perl 1 (2 License) - Goes Into Effect After Initial 6 Month Warranty Period. principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Sma Perl local Stock Number: Sma Perl 0026 1.00 ea __________________ __________________ removal Of Equipment - Pharmopack principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Removal local Stock Number: Removal 0027 1.00 ea __________________ __________________ 3-day Training At Tcgrx Training Center Includes Lunch And Refreshments. Travel And Accommodation Not Included principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Biomed Training local Stock Number: Biomed Training 0028 1.00 ea __________________ __________________ shipping principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies manufacturer Part Number (mpn): Shipping - Fss local Stock Number: Shipping - Fss grand Total __________________ salient Characteristics the System Will Need To Have The Ability To Communicate With Vista Use Hl7 Messaging. packager Will Have A Touch Screen For Navigation As An All-in-one, With Biometric Scanning For User Login packager Cannot Exceed The Following Dimensions Due To Space Limitations: 48 Width, 90 Height, 48 Deep. This Space Has The Necessary Data And Power Requirements In Pharmacy. There Is Not Space Sufficient In Any Other Location In Current Pharmacy Design. packager Must Fit Through Pharmacy Door (46 Width And 83 Height) must Have At Least 400-canister Capacity. must Include A Special Tablet System Or Sts. packager Shall Have A Dual Tray System Allowing Users To Pre-fill Or Stage Two Trays At A Time, Providing Continuous Dispensing Of Non-canister Medications. the Packaging System Shall Have Software Features Allowing Users To Use A Different Ndc If The Primary Ndc For An Order Has Ran Out Of Inventory; To Pause A Batch During A Production Run To Work On Another Batch Allowing Users To Come Back To The Paused Batch And Pick Up Where It Left Off; Group Or Daisy Chain Canisters Together To Reduce Refill Rates For High Volume Or Large Pill; Skip A Med If Un Available Then Removing It From The Order Staging It As Separate Order When Inventory Is Available; And Allow Users To Separate An Order With Multiple Patients Into Separate Orders At The Packager Level packager Shall Have A Swappable Lower Packaging Unit For Onsite Redundancy To Eliminate Downtime. packaging System Will Use A Clamp And Seal System To Efficiently Seal Pre-folded Paper With A Serrated Edge To Ensure Pouches Are Produced With Less Errors And Make It Easy To Access Medications. packager Shall Have Auto-correcting Motor Bases Preventing Jams While Dispensing From Canisters. system Shall Have Reporting Capabilities Giving Users The Ability To Check User Metrics And Run Audit Reports. system Shall Have Self-calibration Canister Kits For Canisters (ability To Modify Canisters To Fit Different Shape And Size Medications Without Replacing Canister) system Shall Have A Set Of Universal, Manually Adjustable Canisters Allowing The Pharmacy Staff To Calibrate Canister For New Ndc S Without The Need To Swap Out Canister Parts. system Shall Have Automatic Canister Recognition Chip System Available, Which Will Enable Any Canister To Be Seated In Any Location In The Packager. system Shall Have The Ability To Change Pouch Sizes To Fit Different Sized Medications. system Shall Be Able To Print Custom Labels (color Included) packages Produced From System Shall Be Individually Packaged And At A Minimum Contain: Drug Name, Dose, Dosage Form, Lot Number, Expiration Date, And Bcma Compatible Barcode/ 2-d Printing Options. system Must Be Compatible With Windows 10 package Must Be Most Current Version Of Software And/or System. system Must Have Hl7 Interface With Pharmacy System Cerner / Vista/ Automated Dispensing Cabinets. systems First Year S Software Licensing Is Included In Initial Purchase system Shall Have A Pouch Verification System That Can Verify Label And Contents Of Each Packet To Improve Accuracy And Efficiency. pouch Verification System Shall Be Able To Produce A Cut And Rolled Group Of Medications By Patient, Facility, Or Hour Of Administration. company Will Provide At Minimum 3 Days Of Training On Both Campuses For Staff To Be Adequately Trained. statement Of Work general Information introduction this Document Is Intended To Replace The Current Contract Packager Carefusion Pyxisâ® Pharmopack . The Carefusion Pyxisâ® Pharmopack Has Reached End Of Life (eol) For Parts And Support Of The Technology. scope Of Work replace Current Packager Which Will No Longer Have Parts Or Support Available For Repair Work From The Manufacturer. Enhance Patient Safety By Also Providing A Pouch Verification System. it Attaches To And Communicates Across Local Area Networks Both Locally And At Remote, Community Based Outpatient Clinics (cboc). The System Will Seamlessly Communicate With Existing Automated Dispensing Cabinet Equipment In All Patient Care Areas To Support Adequate Drug Storage Within Tvhs. period Of Performance delivery Is Required By July 1, 2025, For Installation And Connection To Vista. The Devices Must Be Ready For Use By August 1, 2025, For Testing And Evaluation That The Devices Are Ready For Use. place Of Performance pharmacy Automated Medication Packager And Pouch Verification System Is Needed At Multiple Locations At Tvhs. Current Site Locations Are Listed Below: nashville Va Medical Center Alvin C. York Va Medical Center 1310 24th Avenue South 3400 Lebanon Pike nashville, Tn 37212-2637 Murfreesboro, Tn 37129-1237 specific Requirements/tasks the Automated Pill Packaging Device Will Be Updated To A Windows 10 Operating System Meet Oit Requirement And Be Able To Communicate With Vista And Pharmacy Automated Dispensing Cabinets. This Will Allow Pharmacy To Resume The Automated 24-hour Filling Of Inpatient Patient S Medications And Increase Patient Safety. The Packager Shall Also Include A Pouch Verification System. two Devices Will Be Necessary For Both Nashville And Murfreesboro Campuses the Medication Packager Will Interface With Vista To Receive Patient Orders For Solid Dosage Forms For Patient Use. each Medication Will Be Dispensed In An Individual Unit Dose Package each Package Must Have (at A Minimum: Drug Name, Dose, Dosage Form, Lot Number, Expiration Date, Bcma Compatible Barcode.) the Medication Packager Will Have The Ability To Print Current Inventory Reports, Expiring Drug Reports, Drug Usage Reports. the Medication Packager Will Have A Special Tablet System (sts) Tray And Half-tablet Support For Non-canistered Medications. the Medication Packager Will Have The Capacity For At Least 400 Canisters. the Medication Packager Will Have Infrared Light Detection Of Tablet To Ensure Unit Dose Packages Have Been Filled. the System Will Have The Ability To Print Custom Labels (color Included). packages Are Available In More Than One Size. the Medication Packager Will Have A Touchscreen Display And Input. the Medication Packager Will Have Automatic Canister Recognition Chip Available Which Will Enable That Any Canister May Be Seated In Any Location In The Packager. the Medication Packager Shall Have A Canister Calibration Kit To Manipulate Canisters To Fit The Facilities Evolving Formulary the System Shall Come With Removable Main Frame (packaging Unit) To Decrease Downtime. the System Shall Come With A Redundant (back Up) Main Frame the System Shall Have Easy Access To Allow For Cleaning system Will Be Most Current Version Available system Will Be Able To Interface With Automated Dispensing Machines (adms: Pyxis And/or Omnicell) pouch Verification System Shall Be Able To Verify Label And Contents Of Each Packet To Improve Accuracy And Efficiency pouch Verification System Shall Be Able To Produce A Cut And Rolled Group Of Medications By Patient, Facility, Or Hour Of Administration delivery Or Deliverables the Contractor Shall Deliver An Inventory Of Installed Operation Units Throughout All Tvhs Listing The Unit Location, Unit Configuration And Unit Monthly Cost Prior To Or Concurrent With Invoicing For Those Units. This Shall Be Delivered Monthly Not Later Than Concurrent With Invoicing. work At The Government Site Shall Not Take Place On Federal Holidays Or Weekends Unless Directed By The Contracting Officer (co). The Exception To This Is In The Case Of Medical Necessity, As Determined By The Chief Of Pharmacy Or Delegated Pharmacy Staff. the Eleven Federal Holidays Observed By The Federal Government Are: New Year S Day; Martin Luther King, Jr. S Birthday; Washington S Birthday; Memorial Day; Juneteenth; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; Christmas Day, And Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday. special Considerations the Contractor Shall Not Be Entitled To Monthly Invoice Payment For Work Unless The Equipment Install, Confirmed Working With Limited Connection Issues And Training Has Completed. Upon The Completion Of Installation Of Equipment One Good Faith Payment Shall Be Received. contractor Responsibility the Contractor Shall Provide Enough Cat5 Data Line To Support Manipulation And Connection Of Devices To Existing Computer Port Connections, And Uninterruptable Power Supplies (ups) And/or Surge Suppressor Devices For All Equipment Not Already So Buffered. all Information And Data Related To This Project That The Contractor Gathers Or Obtains Shall Be Both Protected From Unauthorized Release And Considered The Property Of The Government. The Contracting Officer Will Be The Sole Authorized Official To Release Verbally Or In Writing, Any Data, The Draft Deliverables, The Final Deliverables, Or Any Other Written Or Printed Materials Pertaining To This Contract. Press Releases, Marketing Material, Or Any Other Printed Or Electronic Documentation Related To This Project, Must Not Be Publicized Without The Written Approval Of The Contracting Officer. government Responsibility the Government Will Provide Contractor Access To An Intact, Operational Data Network And Server Host Site Capable Of Effectively Supporting Day To Day Operation Of The Pyxisâ® System. The Government Will Also Furnish Connectivity Via Computer Ports For Those Patient Care Areas Receiving Deployed Equipment And Not Currently Having An Adequate Connection. Power (emergency Red Plug) And Network Receptacles For Operation Of The Devices Will Also Be Provided By The Government. the Government Will Obtain The Vista Interface License Required To Allow Non-va Vender Technology Communications With Va Systems.â  all Government Personnel Involved With The Installation, Configuration, And Day-to-day Operation Of The Packager And Verifications System Will Be Properly Trained On The System S Operation And Current On Training Necessary For The Protection Of Sensitive Information While Using The Devices. security Requirements medication Packaging And Pouch Verification Devices Will Communicate Over Network Connections Considered Secure As Measured Against Department Of Veterans Affairs National, Regional, And Local Guidelines. The Contracted Maintenance Requirement Of The Automated Medication Packager And Pouch Verification System Will Allow And Require Remote Access To The Various Systems By Each Vendors Technical Personnel. Vendor Will Set Up An Account With The Department Of Veterans Affairs That Permits Communication With The Local System Via Virtual Private Network (vpn). During Specific Critical Situations Or Under Circumstances Considered Catastrophic, Communication Via Modem May Be Permitted By The Facility Iso Only. the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vha Policy.â  the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vha Information That Are Not Specifically Tied To Or Authorized By The Contract.â  the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â  records this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, Regardless Of The Medium In Which The Record Exists. a Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. â  the Term Federal Record: includes Veterans Health Administration (vha)/ Va Tennessee Valley Healthcare System (va Tvhs) Records.â  does Not Include Personal Materials. applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vha Contract. may Include Deliverables And Documentation Associated With Deliverables. contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â  in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â  in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â  va Tvhs And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Va Tvhs Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va Tvhs. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The Contract. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Vha Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The Contract Vehicle. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). the Vha/va Tvhs Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Vha Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This Contract, And Require Written Subcontractor Acknowledgment Of Same.â  the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Vha/ Va Tvhs Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: Notice Of Sources Sought The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses (sdvosb), Veteran Owned Small Businesses (vosb), And Small Businesses Interested And Capable Of Providing The Services Requested, As Well As Any Large Businesses. The Results From This Source Sought Notice Will Be Used To Determine The Appropriate Set-aside. The Intended Contract Is A Firm-fixed Price Service Contract. The Department Of Veterans Affairs, Nco20 Is Looking For Vendor Sources For The Following Requirement: A Blanket Purchase Order (base + 4 Option Years) For Urinalysis Testing See Attachments For More Information: Attachment A: V20 Estimated Urinalysis Test List Volume Attachment B: V20 Participating Medical Centers And Pocs Attachment C: V20 Bpa Price List (must Be Filled Out) Required Information In Your Response To Sources Sought: In Order To Be Considered A Valid Source That Can Impact The Set-aside Determination Of A Possible Future Solicitation, Potential Contractors Shall Provide, At A Minimum, The Following Information To Peter.park2@va.gov By Below Response Deadline: 1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Uei. Provide Any Existing Gsa/fss Contract Number This Requirement Can Be Fulfilled Under. 2) Please Identify Your Company S Size In Comparison To The Anticipated North American Industry Classification System (naics) Code 334516 Analytical Laboratory Instrument Manufacturing. To Be Considered A Small Business Your Company Must Have Less Than 1,000 Employees. This Notice Is To Determine The Marketplace For This Specific Requirement. Please Check One Of The Following: [ ] Yes [ ] No Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No Veteran Owned Small Business (vosb) [ ] Yes [ ] No Small Business Manufacturers [ ] Yes [ ] No All Other Small Business (sb) [ ] Yes [ ] No Other Than Small Business 3) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Provide A Sba Certification And Be Registered With U.s. Small Business Administration Veteran Small Business Certification (vetcert) Located At Https://veterans.certify.sba.gov/. 4) Only Authorized Service Representatives/providers Of The Manufacturer Will Be Considered. No Used, Refurbished, Remanufactured, Or Counterfeit Parts Will Be Allowed. Please Provide A Proof Of Authorized Service Provider Letter From Manufacturer. 5) Please Complete The Attached Price List (attachment C). This Is Not A Quote. 6) Capabilities Statement Addressing The Requirements In The Statement Of Work To Include: References For Similar Services Currently Being Provided Or Previously Provided At The Required Service Levels As Outlined In The Statement Of Work. The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam). Service Address: Various Stations In Nco 20 See Attachment Point Of Contact: Peter Park Contracting Officer Peter.park2@va.gov Response Deadline: 12/20/2024 By 3:00pm Pacific Time Statement Of Work: Bpa For Visn 20 Cprr Urinalysis Testing Bpa Language The Government Will Award A Cprr Bpa To A Single Contractor For Urinalysis Testing. Contractor Agrees To The Following Terms Of The Bpa Exclusively With Visn 20 And Awarded In The Final Bpa. Under This Agreement, The Bpa Holder Shall Provide Cprr Urinalysis Testing For All Visn20 Medical Facilities. The Vha Facilities Within Visn20 Listed On This Bpa Are Authorized To Order Any Item Listed On The Price/cost Schedule At The Listed Price. No Items May Be Ordered Off This Bpa Unless They Are Listed On The Price/cost Schedule. Additional, Related Items May Be Added Without Further Competition To The Price/cost Schedule With The Award Of A Modification By The Administering Contracting Officer (co). The Administering Co Is The Only Vha Employee Authorized To Modify This Bpa. Obligation Of Funds This Bpa Does Not Obligate Any Funds. The Government Is Only Obligated To The Extent Of Authorized Task Orders Issued Under This Bpa. Period Of Agreement This Bpa Is Effective From The Date Of Award For A Period Of 5 Years. Option To Extend The Term Of The Bpa The Government May Extend The Term Of This Bpa For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. By Written Notice To The Contractor At Any Time Prior To The Expiration Of The Bpa, Provided That The Government Shall Give The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Bpa Expires. The Preliminary Notice Does Not Commit The Government To An Extension. Prices And Terms Visn20 Has Provided An Estimated Annual Volume By Test As Reflected In Attachment A. Pricing Is Based On The Average Annual Test Volume. The Government Estimates The Volumes As Listed In Attachment A But Does Not Guarantee Volumes As Listed; They Are Estimates Only And The Government Doesn T Guarantee That All Listed Stations Will Participate In The Bpa. The Government Estimates, But Does Not Guarantee, That Individual Bpa Orders Placed Against This Agreement May Reach $825,000.00/per Order. This Order Limit May Be Increased By Mutual Agreement Of The Parties As Necessary, In Whole Or Part. The Authorized Ceiling Limit Of The Agreement Is Set At $4,500,000.00 Over The Period Covered By The Agreement; This Ceiling Is Also Not A Guarantee. The Ceiling Limit May Also Be Raised In Association With Order Limit Increases Or Other Conditions Which, By Mutual Agreement Of The Parties, Maybe Considered Necessary. Authorization For Individual Task Orders Above The Stated Task Order And/or Ceiling Limits Must Be Coordinated Through The Contracting Officer Before Larger Valued Orders Can Be Issued And Prior To Commencement Of Work. All Unauthorized Work, Regardless Of Amount, Will Be Processed Through The Ratification Process. Price/cost Schedule Estimated Quantities And Pricing Per Facility Order Placement All Properly Warranted Cos Serving Visn20 Are Authorized To Place Orders Under This Bpa. Task Orders Will Be Placed Against This Bpa Using Outlook Email Messages, Electronic Data Interchange (edi), Fax Internet Portal, Paper Or Oral Communications. Delivery Order Oversight Each Ordering Location Will Designate A Contracting Officer's Representative (cor) Or Poc (if Dollar Amounts Warrant A Cor, And Subject To Co Approval), Who Will Be Responsible For Verifying Contract Compliance And Certify Invoices. Requirement Specifications / Statement Of Work Scope: The Contractor Shall Provide Automated Clinical Laboratory Urinalysis Testing For Urine Dipstick Chemistries, Urine Microscopic Analysis, And Body Fluid Analysis (as Applicable) To Produce Cost Per Reportable Results (cprr) For The Locations Listed Below. Installation And Operational Training Will Be Provided By The Vendor At The Government S Facility. Vendor Will Provide Field Service Support. Vendor Will Also Supply Government With Sufficient Supplies, Reagents, And Training To Execute The Urinalysis Analyzer In The Performance Of The Testing Listed For Each Site Based On Estimated Patient Results Per Month. Equipment Will Be Defined By The Facility. Participating Locations: Alaska Va Healthcare System: 1201 North Muldoon Road, Anchorage, Ak 99504 Boise Va Medical Center: 500 West Fort Street. Boise, Id 83702 Eugene Health Care Center: 3355 Chad Dr., Eugene, Or 97408 Va Portland Health Care System: 3710 Sw U.s. Veterans Hospital Road, Portland, Or 97239 Roseburg Va Health Care System: 913 Nw Garden Valley Blvd., Roseburg, Or 97471 Va Southern Oregon Rehabilitation Center: 8495 Crater Lake Hwy., White City, Or 97503 Va Puget Sound Health Care System - American Lake Division: 9600 Veterans Dr Southwest, Tacoma, Wa 98493 Va Puget Sound Health Care System: 1660 S. Columbian Way, Seattle, Wa 98108 Mann-grandstaff Va Medical Center: 4815 N. Assembly Street, Spokane, Wa 99205 Jonathan M. Wainwright Memorial Va Medical Center: 77 Wainwright Drive, Walla Walla, Wa 99362 Map And Locations For Medical Centers And Clinics Within The Visn 20 Northwest Network Can Be Found At The Following Link: Https://www.va.gov/directory/guide/region.asp?id=1020. General Requirements: Leased (cost Per Reportable Result) Equipment. All Related Consumables And Supplies. All Necessary Service To Keep Equipment In Manufacturer's Operating Conditions, Both Preventive Maintenance And Emergency Repairs. Training For Personnel Operating Equipment. Cost Per Reportable Result Cprr: Cost Per Patient Reportable Result (cprr): As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers - Contractors Are Required To Provide A Price For A Reportable Patient Result. The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5-year Equipment Use, (2) All Reagents, Standards, Vendor Provided Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories, And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation Of A Patient Reportable Result. This Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution; Repeat And Confirmatory Testing Required To Produce A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi). (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation And Removal Of Equipment At No Additional Charge. Parameters: The Calculation For Price And Quantity Of Reagents In The Annual List Included In The Contract As Based On An Estimated Annual Number Of Reportable Results Provided By The Government. The Annual Quantities Of Supplies Shall Be Sufficient For Testing As Long As The Reportable Results Are Submitted In Compliance With The Following Parameters: Numbers Of Reportable Results Actually Performed By The Government Are Within Ten Percent Of The Annual Estimated Reportable Results As Indicated By The Annual Supply List. Use Of The Instrument(s) Are In Accordance With Instrument Usage Information Provided By Government (primary, Back-up Or Alternate). Test Volumes Are Determined By The Government. No More Than 10 Percent Repeats. Two Levels Of Quality Control To Be Run As Required By The Manufacturer Every Test Day. Calibrators For Periodic Calibration Checks And Demand To Validate Systems Following Major Repair Or Resolution Of Negative Quality Control Trends. Adjustments: The Government And Vendor Will Conduct Ongoing Reviews No Less Than Annually To Monitor Contract Performance Against Agreed Upon Efficiencies, Operational Assumptions, And Product Utilization (cppr Parameters). The Vendor Will Notify The Government When Such Reviews Indicate An Adjustment To The Quarterly Standing Order Shipments May Be Required. The Government Will Cooperate With The Vendor In The Conduct Of The Reviews. Vendor, Their Personnel, And Their Sub Vendors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.839.201 Contract Clause For Information And Technology Security. Equipment: Vendor Will Provide Urinalysis Analyzer(s) For Lease To Meet Visn20 Facilities Usage Needs. Installation: The Vendor Shall Deliver And Install All Rented Or Purchased Equipment Under This Contract After An Order Is Placed. Equipment Shall Be Installed Within 30 Business Days After Receipt Of Order. Equipment Shall Not Be Considered Installed Until Va Employee Certifies That The Equipment Is Properly Functioning And Has The Necessary Supplies To Perform Its Required Function. The Vendor Shall Maintain A Record Of Installation To Include: Location, Model Number, Serial Number, And Date Of Installation. Removal: The Vendor Shall Un-install And Remove All Rented Equipment Under This Bpa From The Requesting Facility Upon Request. Equipment Shall Be Removed Within 30 Days Of Request. Equipment Shall Be Considered Removed Upon A Va Employee Certification That The Equipment And All Accessories Have Been Taken By An Employee Of The Vendor And There Is No Disruption And /or Damage To The Surrounding Area. The Vendor Shall Maintain A Record Of Removal To Include: Location, Model Number, Serial Number, And Date Of Removal. Equipment Requirements: Vendor Shall Provide Urinalysis Systems That Meet The Following Requirements: Instrument Shall Include Chemical Analysis Of Urine (to Include Bilirubin, Urobilinogen, Ph, Specific Gravity, Glucose, Protein, Blood, Nitrites, Ketones And Leukoesterase) Without Interference From Urines With Common Abnormal Colors (red, Orange, Etc.). Instrument Shall Also Identify Formed Elements Including But Not Limited To, Red Blood Cells, White Blood Cells, Epithelial Cells (differentiating Transitional, Renal, And Squamous) Crystals, Casts, Bacteria, And Yeast Without The Need To Consistently Verify With Manual Microscopy. There Must Be A Direct, Automated Specimen Pathway Between The Chemistry Urinalysis Specimen Sampling And Testing And The Microscopic Urinalysis Sampling And Testing. Equipment Shall Provide Accurate Test Assay Results For Sample Specimens Up To The Manufacturer's Defined Maximum Tests Per Hour Without Excessive Malfunctions, Breakdowns, Or Service Calls. Instrumentation Shall Have Auto Reflex Testing Capability For Specimens Which Require Sediment Analysis. System Shall Have A Minimum Throughput Of 60 Samples Per Hour On The Microscopic Side. The Instrument Shall Have Customer Defined Rule Criteria To Reduce The Number Of Manual Reviews And Off-line Testing Required By The Operator. The System Shall Have The Ability For Auto-validation, Should The Facility Choose To Auto Validate Results. Instrument Shall Auto-classify Formed Elements With Limited Review By The Operator. Microscopic Analysis Must Be Fully Quantitative. Microscopic Analysis Must Have The Ability For The Instrument To Identify Cellular Microscopic Components And Provide Reviewable Digital Images. Instrument Must Offer Limited To No Carryover From Sample To Sample To Reduce Interference. Instrument Must Have The Ability To Continuously Feed At Least 300 Chemistry Strips Without Operator Re-load. Time From Standby To Operation Processing Samples Is Less Than 3 Minutes. Time Required For Routine Maintenance Activities Shall Take Less Than 30 Minutes Daily And Less Than 30 Minutes Weekly/monthly. All Testing Shall Be Fda Approved, Including Body Fluids If Available. Current Waste Stream Analysis And Sds (safety Data Sheets) Shall Be Provided To All Locations. Editable Electronic Copy In Clsi (clinical And Laboratory Standards Institute) Format Of Operating Procedures Shall Be Furnished With Each Instrument Supplied To All Participating Facilities. Testing Shall Include Current Laboratory Assays, But The Va Reserves The Right To Add Additional Tests To Test Menu. Protocols In Place For Various Degrees Of Urine Turbidity. A Selection Of Instruments Will Be Available Based On Volume, Test Menu Needs And Throughput Requirements Of Each Individual Facility. Instrument Shall Allow Patient Sample To Be Used For Repeats Or Reruns On The Same Or Different Instrument. All Instruments Must Be New (non-refurbished) Equipment. Contractor Shall Provide All Upgrades To The Equipment Hardware And Operating System Software, At No Additional Cost To The Government. (note Current Va Security Regulations Require Windows Based Operating Systems Be Windows 10 Or Higher). Instruments That Have The Ability To Have Access To The Internet Must Follow Va It Security Policies. The Internet Access Must Be Verified And Adhered To Before And During All Internet Access. Contractor S Software Is Required To Be Compatible And Interface Immediately Upon Award With Governmental Systems Which Include Cprs, Vista, And Cerner. Contractor Must Provide Evidence With Their Solicitation Response That Their Software Is Already Accepted For Use By Vha It Systems. All Equipment Shall Come With Any Required Accessories To Perform Normal Duties, To Include But Not Limited To, Properly Programmed Printers And Monitors, And Ups. The Analyzers Will Be Va Laboratory Information System (lis) Interfaceable, And The Vendor Will Supply Lis Specifications And Assist With The Interface Connections. Operation Of Software Uses Minimal Computer Strokes To Move From Testing To Reagent To Data Analysis Or/and Other Screens. Size Of Instrumentation Shall Be No More Than 65 W X 21 D. If Stand Is Required, It Is Included In The Contract At No Additional Cost. Upgrades Shall Be Delivered And Installed Within 60 Days Of Issuance To The Commercial Market. An Operator's Manual Shall Be Furnished With Each Instrument Supplied To Va And Updates To Manual Shall Be Provided In A Timely Manner. Uptime Guarantee/ Performance Penalty: Vendor Agrees That All Equipment Provided Shall Be Operable And Available For Use No Less Than 98% Of Operational Time Per Month. Each Instrument At Site Shall Be Computed Separately. Operational Time Is 24 Hours Per Day 7 Days A Week. Downtime Is Defined As When The Vendor Is Not Able To Produce Clinically Acceptable Results On The System Monitor And Will Be Computed From The Time The Government Notified The Hotline During Normal Working Hours Until The Field Service Engineer Returns The Instrument To The Government And The Government Can Produce Acceptable Clinical Results. Scheduled Maintenance Is Excluded From Downtime. Method Validations: Once The Instrument Has Been Installed According To The Vendor Specifications At The Government Location The Vendor Will Supply A Technical Representative To Perform Method Validation Studies During All Equipment Installations At All Facilities. The Method Validations Will Be Completed To Include The Necessary Studies Required For Clinical Laboratory Information Act (clia), College Of American Pathologist (cap) And Department Of Veterans Affairs (va) Regulatory Agencies And Shall Include Precision, Linearity And Current System To New System Correlations As Well As Establishment Of Normal And Therapeutic Ranges. The Va Will Not Accept Equipment Until It Passes All Validation Testing. Validation Testing Will Be Conducted On The Facilities Primary And Secondary Testing Methods. The Va Will Provide All The Samples Necessary For The Validation Studies. Maintenance And Repairs: Vendor Shall Provide Preventative And Corrective Maintenance Per Manufacturer's Recommendation. This Shall Include Software Upgrades And Parts And Labor, To Maintain All Urinalysis Equipment And Accessories. At A Minimum, Preventative Maintenance Shall Be Twice Annually, Beginning Six (6) Months After Installation. Vendor Will Furnish All Transportation, Equipment, Tools And Labor To Accomplish The Required Maintenance. Emergency Repairs Shall Be Performed After Initial Telephone Notification That The Equipment Is Inoperative. The Field Service Representative Will Call To Schedule Onsite Service Within 2 Hours Of Notification From Technical Assistance Hotline If Necessary. The Vendor Shall Provide The Government With A Designated Point Of Contact And Telephone Number And Shall Make Arrangements To Enable His Maintenance Representative To Receive Such Notification. Telephone Service Support Shall Be Available 24 Hours/day,7days A Week. Onsite Field Service Support Shall Be Available Monday- Friday 8am- 4:30 Pm (local Time). Onsite Repairs Shall Be Initiated Within 24 Hours Of First Notification From Technical Hotline To Field Service Engineer. Efforts Shall Be Made By The Vendor To Minimize Disruption To Governments And Employees (i.e. Reschedule If Work Interferes With Normal Operation, Access Equipment When Convenient To The Needs Of The Va, Etc.) Vendor Shall Maintain Cleanliness Of Work Area And Minimize Dust And Contaminants To Areas Adjacent To The Job Site. Vendor Shall Furnish A Malfunction Incident Report To The Installation Upon Completion Of Repair Call Within 2 Business Days After The Completion Of Work. The Report Shall Include As A Minimum The Following: Date And Time Notified. Date And Time Of Arrival. Serial Number, Type And Model Number(s) Of Equipment. Time Spent For Repair. Description Of Malfunction And Repair. Proof Of Repair That Included Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. Each Instrument Provided By The Vendor Shall Maintain An Uptime Of 98% In Each Month Of The Term Of The Agreement. During The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 5% Or Greater Of The Normal Working Days In One Calendar Month, It Is The Responsibility Of The Vendor To Immediately Replace The Broken Laboratory Equipment With New Equipment At No Additional Cost To The Government. The Responsibility For Maintaining The Equipment Furnished In Operating Condition In Accordance To Manufacturer's Instruction, Shall Solely Be The Responsibility Of The Vendor. The Contractor Shall Not Leave A Service Call Open Pending Verification That Repairs Are Completed By The Contractor's Maintenance Personnel. For Each Instrument Provided, The Vendor Shall Treat Each Notification For An Emergency/repair Service Call Form The Government As A Separate And New Service Call. The Following Are Guaranteed Throughout The Life Of This Contract: Priority Scheduling Of Requests For Service. Unlimited Emergency Service. No Charges For Labor, Travel Or Any Other Related Expenses. Unlimited Parts. No Charge For Replacement Parts Which Become Marginal Or Defective Due To Normal Use During Agreement Period. Factory Authorized Product Updates And Modifications. Installed At No Additional Charge For Improved Product Performance And Reliability. Factory Trained And Authorized Service Engineers. Continual Upgrading And Certification Of Engineers In Latest Instrument Technology. Training: With The Exception Of Specific Training Requirements Stated Herein, Which Shall Have Precedence; Vendor Shall Provide "operator" Training In Accordance With The Terms, Conditions, And Provisions Of The Vendor's Existing Federal Supply Service Contract. Listed Below Are The Training Requirements: The Vendor Shall Provide, At No Cost To The Government, On-site Training And Key Operator Training For At Least 2 Operators Per Instrument Per Site. Provide Initial In-depth Training For Two Key Operators At The Facility And For Each Individual Instrument Provided. Provide Annual Training For One Va Equipment Operator, Per Each Instrument, For The Participating Medical Center. Provide On-site Vendor Operator Training For All Personnel Who Will Run Instrument With Training Provided For All Applicable Shifts. The Vendor Shall Have An On-going Training Program For Employees By The Technical Service Representatives On Any New Products Or Updates On The Product Lines. All Materials For Training Will Be Provided At No Additional Cost To The Government. The Vendor Will Provide Competency Assessment Protocols For Use At Each Site Consistent With Federal (clia) And Cap Training Requirements. Reagents, Controls And Supplies: Routine Reagents, Controls And Disposables (supplies) For Chemical And Microscopic Urinalysis Testing Shall Be Provided By The Vendor And Shall Adhere To The Following Requirements. Reagents Including Controls And Disposables Shall Be Identified Prior To Delivery. Reagents Including Controls And Disposables To Be Listed In A Separate Table. The Table Should Include Annual Reagent Volumes, Costs, And Shipping Charges For Each Quarterly Standing Order Delivery. Reagent Manufacturer Shelf Life Shall Be No Less Than 12 Months. Reagents For The Analyzer Are Marked For Easy Recognition By The Operator And Shall Contain The Appropriate Facility Purchase Order Number In The Delivery Address. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Order. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By The Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Delivery Shall Be Within Four (4) Business Days Of The Prior Agreed Upon Shipment Date Or It Shall Be Considered Late. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. Consumables Will Be Provided On Demand As Needed If The Consumable Allotments Are Insufficient To Meet The Needs Of The Facility. Vendor Shall Supply All Changes To The Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes And Shall Be Coordinated With The Va Facility Point Of Contact To Implement The Changes In Accordance With Manufacturer's Recommendations. Space Availability: All Proposed Urinalysis Equipment Must Fit The Existing Space At Each Visn 20 P&lms Facility's, Without The Need For Renovation Work. Small Scale Re-arrangement Of Furniture Is Acceptable. Fitting Existing Space Shall Include Conforming To The Current Structural Parameters Of Each Lab, In Each Facility, In Terms Of Delivery, Installation And Lab Space. (i.e., Equipment Size, Weight, Packaged Size For Delivery, Electrical/voltage). Special Requirements: In Addition To The General Requirements For The Urinalysis Cprr Requirements Stated Above, The Contractor Shall Meet The Following Special Requirements: Equipment Shall Have A Fully Established Va Veterans Health Information Systems And Technology Architecture (vista) Computer System And Cerner Interface Program Via Data Innovations Middleware, With All Downloads/software Necessary To Transfer Data Into Patient Files In Va Vista And Cerner Computer Systems Via Data Innovations Middleware, At No Additional Cost To Va. Provide Bi-directional Interface With Data Innovations And Appropriate Quality Control Analysis System And All Components Necessary To Interface With Va Vista And Cerner Computer System. The Contractor Shall Provide An Auto Verification Package Through Data Innovations For Validation Utilizing The Instrument Manager Which Includes Rules And Technical Support For The Duration Of This Contract. Contractor Shall Assist In The Establishment, Testing, Deployment, And Troubleshooting In The Full Capacity Of The Middleware Before Implementation Date. The Contractor Is Responsible For Verifying Any Software Upgrades With The Instrument During Its Life, Will Be Compatible With Data Innovations Middleware. Contractor Shall Provide Automated, Walk-away Urinalysis Chemistry Analyzer With Peripherals With Direct, Automated Sample Pathway To An Automated, Walk-away Microscopic Urinalysis Analyzer With Peripherals For Sampling And Testing. Shall Provide Data Backup. Systems Shall Provide Ease Of Use (uncomplicated Menus), With Minimal Maintenance Required. Shall Provide Flexibility In Test Volumes. Shall Be Easy To Troubleshoot. Provide Extended Expiration Date Of Supplies. Uninterruptible Power Supply (surge Protection, Battery Backup) Provided By Vendor For All Associated Electrical Instruments And Ancillary Components Excluding Printer. Provide A Water System, If Required. If A Printer Is Required To Produce Patient Or Qc Reports, One Shall Be Provided Per System And Replaced If Broken. Cessation Of Testing: If, For Any Reason, Contractor Ceases Testing Of Any Urinalysis Assays, The Contractor Must Notify The Va Contracting Office And Laboratories, 60 Calendar Days Prior To The Change. Until A New Solicitation Can Be Issued, Or The Problem Resolved, The Contractor Shall Be Held Liable For All Costs If Performance Is Ceased, As The Lab Facility May Have To Resort To Outsourcing The Tests In Order To Continue Patient Care. The Vendor Will Be Responsible For The Following: Cost Per Reportable Result Program Reagents, Controls And Supplies: Routine Reagents And Disposables. Reagents Including Controls And Disposables To Be Listed In Separate Table. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Agreement. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. The Quality Of The Products Shall Be High Enough To Satisfy Proficiency Testing Standards Of The College Of American Pathologists (cap) And The Joint Commission (tjc). Changes In Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes Will Be Approved By The Vendor In Accordance With Manufacturer's Recommendations. Additional Reagents, If Required, Will Be Provided By The Vendor At No Additional Charge. The Government Will Be Responsible For The Following: Cost Per Reportable Result Program: Cppr Periodic Payments: Refer To Attachment A For Volumes. Test Description Estimated Volume Per Year Price Per Reportable. During The Agreement The Government Will Report By The 10th Of Each Month, To The Vendor In Writing Or Electronically, The Number Of Reportable Results Generated In The Previous Month. The Vendor Will Invoice The Government Based On The Report Of Reportable Tests. Laboratory Manager Or Designee Will Act As Contracting Officer Representative (cotr) For This Contract. Security: Returning Leased Equipment Constitutes A Risk. Va Employees Must Sanitize Va Sensitive Information Residing On Leased Equipment Before Releasing That Equipment From Direct Va Control, Or The Media Will Not Be Returned Upon Termination Of The Contract. Per Visn 20 Va Information Security Policies, No Hard Drives Or Computer Disks Containing Va Patient Information Will Be Removed From Va Facilities. At The Time Of Turn-in Or Removal Due To Failure, The Va Facility Will Remove All Sensitive Data From Information Systems Storage Devices Or Render The Data From These Systems Unreadable. No Federal Information Processing Equipment Will Be Discontinued From Rental/lease Or Exchange Without Compliance With This Require. Contract Personnel Will Not Have Direct Access To A Va System Or Va Sensitive Information. All Work/maintenance Will Be Accomplished By Va Laboratory Personnel As An Intermediary. If Contract Leased/purchased Equipment Contains Sensitive Information (pii/phi) To Be Directly Uploaded To/downloaded From Va Systems, A Mou/isa Shall Be Established Between The Vendor And Va. Unidirectional, Deidentified Data From Contract Leased/purchased Equipment To The Va Network Shall Be Protected In Accordance With Established Va Security Policy. Quality Assurance Monitoring: The Contractor Service Requirements Are Summarized Into Performance Objectives That Relate Directly To Mission Essential Items. The Performance Thresholds Briefly Describe The Minimum Acceptable Levels Of Service Required For Each Requirement. These Thresholds Are Critical To Mission Success. Information And Information System Security/privacy General Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. Access To Va Information And Va Information Systems A Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. Custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. The Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor's Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. Va Information Custodial Language Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor's Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va's Information Is Returned To The Va Or Destroyed In Accordance With Va's Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. Prior To Termination Or Completion Of This Contract, Contractor/ Subcontractor Must Not Destroy Information Received From Va, Or Gathered/ Created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations, And Policies In This Contract. The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. If A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. The Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. The Contractor/subcontractor's Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va's Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va's Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. Notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. For Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor. Information System Design And Development Information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. The Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. The Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default "program Files" Directory And Silently Install And Uninstall. Applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. The Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. The Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. The Contractor/subcontractor Agrees To: Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: The Systems Of Records (sor); And The Design, Development, Or Operation Work That The Contractor/ Subcontractor Is To Perform Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. In The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. "operation Of A System Of Records" Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. "record" Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person's Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. "system Of Records" Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual. The Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As "systems"), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. The Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 10 Days. When The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 10 Days. All Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. Information System Hosting, Operation, Maintenance, Or Use For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerablity Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor's Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va's Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor's Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government- Owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. The Contractor/subcontractor's System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va's Poa&m Management Process. The Contractor/subcontractor Must Use Va's Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/ Subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re- Authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. The Contractor/subcontractor Must Conduct An Annual Self Assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. Va Prohibits The Installation And Use Of Personally-owned Or Contractor/ Subcontractor- Owned Equipment Or Software On Va's Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va- Approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/ Subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: Vendor Must Accept The System Without The Drive; Va's Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; The Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And Any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre- Approved And Described In The Purchase Order Or Contract. A Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. Security Incident Investigation The Term "security Incident" Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/ Subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/ Subcontractor Has Access. To The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. Liquidated Damages For Data Breach Consistent With The Requirements Of 38 U.s.c. 5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. The Contractor/subcontractor Shall Provide Notice To Va Of A "security Incident" As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: Nature Of The Event (loss, Theft, Unauthorized Access); Description Of The Event, Including: Date Of Occurrence; Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; Number Of Individuals Affected Or Potentially Affected; Names Of Individuals Or Groups Affected Or Potentially Affected; Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; Amount Of Time The Data Has Been Out Of Va Control; The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); Known Misuses Of Data Containing Sensitive Personal Information, If Any; Assessment Of The Potential Harm To The Affected Individuals; Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $42.00 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: Notification; One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; Data Breach Analysis; Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. Security Controls Compliance Testing On A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day's Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. Training All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document - E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] The Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Laboratory Equipment and Services
United States
Closing Date6 Mar 2025
Tender AmountRefer Documents 
Details: B.3 Performance Work Statement b.3.1 Overview contractor Shall Provide All Labor, Supplies, Equipment, Maintenance, Information Technology, Transportation, And Supervision Necessary To Provide Cytogenetic Reference Laboratory Services To The William S. Middleton M Memorial Veterans Hospital Located In Madison, Wi. Cytogenetic Laboratory Services Include, But Are Not Limited To: Specimen Preparation And Storage; Transportation Of Clinical Laboratory Specimens, Performance Of Analytical Testing; Reporting Of Analytical Test Results; And Consultative Services. b.3.2 Start Of Work Meeting the Contractor Shall Attend A Three (3) Hour Start Of Work Meeting To Be Held Via Teleconference Within Fifteen (15) Business Days Following Contract Award. The Contractor Shall Have The Following Representation At The Start Of Work Meeting: customer Service Representative contracting Representative lead Pathologist the Contractor Will Be Given At Least A Ten (10) Business Day Notice Of The Time, Date And Location Of The Start Of Work Meeting. The Contractor Will Be Limited To Five Individuals Representing The Contractor At The Start Of Work Meeting Due To Limited Space. Three (3) Days Following The Receipt Of The Government S Start Of Work Meeting Notification, The Contractor Shall Provide The Names, Titles And Email Addresses Of The Individuals That Will Be Attending The Start Of Work Meeting To The Contracting Officer. b.3.3 Qualifications/requirements Of Laboratory & Contractor Personnel b.3.3.1 Laboratory b.3.3.1.1 Contractor Must Have At Least Three (3) Years Of Experience In Providing Rapid Response And Cytogenetic Laboratory Testing Services. b.3.3.1.2 Contractor, Including All Subcontractor(s), Must Continuously Hold A Certificate Of Compliance Or Certificate Of Accreditation From The Centers For Medicare & Medicaid Services As Meeting The Requirements Of The Clinical Laboratory Improvement Amendments Of 1988 Or Must Demonstrate Accreditation By A Regulatory Agency(s) With Deemed Status From The Centers For Medicare & Medicaid Services, E.g. The College Of American Pathologists, And/or Other State Regulatory Agencies, As Appropriate, And As Mandated By Federal And State Statutes. The Reference Laboratory (ies) Must Maintain Valid Certifications During The Entire Performance Period Of This Contract. b.3.3.1.3 Upon Reissued Or Re-certification, The Contractor Must Supply A Copy Of The Certifications Referenced In Section B.3.1.1.2 To The Contracting Officer S Representative Assigned To The Contract. The Above Documents Must Also Be Supplied For Each Reference Laboratory That Is A Subcontractor Of The Primary Contractor. b.3.3.1.4 Contractor Must Notify Immediately The Contracting Officer S Representative (cor), In Writing, Upon Loss Of Any Required Certification, Accreditation Or Licensure. b.3.3.1.5 Contractor Shall Maintain Safety And Health Standards Consistent With The Requirements Set Forth By The Occupational, Health, And Safety Administration (osha), And The Center For Disease Control (cdc) And Prevention. b.3.3.2 Personnel b.3.3.2.1 Contractor Shall Ensure All Testing And Supervisory Personnel At All Contractor-owned, Affiliate, Or Subcontracted Laboratories Assigned To Work Under This Contract Meet And Maintain The Applicable Personnel Qualifications Set Forth Under The Clinical Laboratory Improvement Amendments (clia) Of 1988 Regulations, The College Of American Pathology (cap) Accreditation Standards, Or Other Accrediting Organizations And State Standards. b.3.3.2.2 Contractor Shall Ensure Its Employees Have The Ability To Perform The Applicable Duties Consistent With Their License And Certification. b.3.3.2.3 Personnel Assigned By The Contractor To Perform The Services Covered By This Contract Shall Be Proficient In Written And Spoken English (38 Usc 7402). b.3.3.2.4 Any New Requirements For Mandatory Education And/or Competency Reassessment, Which Occur During The Contract Period, Shall Be Completed/documented By The Individual Contractor Employee(s) And Available Upon Request. b.3.3.2.5 Contractor/subcontractor Couriers Entering Any Government Facility Must Be Attired In A Contractor/subcontractor Issued Uniform That Bears The Name Of The Contractor/subcontractor S Company. In Addition, The Contractor/subcontractor Representative Shall Prominently Display A Contractor-issued Identification Badge. b.3.4 Specimen Preparation And Storage For Reference Testing Specimens b.3.4.1 Contractor Shall Provide The Government Facility With Its Commercial Laboratory Reference Test Manual (hard Copy) To Ensure That The Collection And Storage Of Specimens Are In Accordance With Contractor S Requirements. b.3.4.2 If The Contractor Requires Specialized Specimen Collection Containers/media, The Contractor Shall Supply The Government Facility With The Appropriate Collection Container/media And Safety Data Sheets (sds) To Ensure Proper Specimen Integrity And Chemical Spill Clean-up Efforts. b.3.4.2 Contractor Shall Be Responsible For Storing Specimens In Such A Manner To Ensure The Integrity Of The Specimen. b.3.5 Specimen Transportation/testing Laboratory Locations b.3.5.1 The Contractor Shall Be Responsible For All Services Related To The Transportation Of The Specimens From The Madison Va Medical Center To The Commercial Testing Laboratory. b.3.5.2 The Contractor/subcontractor Shall Have At Least One (1) Year Of Experience In Providing Transportation Of Biomedical Material Transportation Services. b.3.5.3 Due To The Critical Importance Of Maintaining The Viability Of The Specimen Cells, The Specimen Must Arrive At The Contractor S Testing Laboratory Within Eight (8) Hours Of The Telephone Request By The Government Facility. b.3.5.4 The Government Will Request Specimen Transportation Services Via Telephone To The Contractor Or Designee On An As Needed Basis, Monday Through Friday, 8:00 Am 4:30pm. The Contractor Shall Provide Same Day Specimen Pickup As Requested By The Government Facility. Historically, The Madison Va Medical Center Requests Specimens Testing Services Three (3) Times A Week And Sends Out 1 To 2 Packages Each Time. b.3.5.5 The Contractor Shall Implement And Maintain Specimen Transportation In Accordance With The Transportation Plan Submitted With The Offer For The Transportation Of Specimens From The Madison Va Medical Center To The Testing Laboratory. b.3.5.6 The Contractor Shall Receive A Copy Of The Orders Following Notification By The Government. The Orders Will Be Provided Via A Secure Fax To The Contractor. Contractor S Fax Machine To Receive These Orders Shall Be In A Secure Location. The Orders Will Contain At A Minimum The Following Information: b.3.5.6.1 Patient S Full Name b. 3.5.6.2 Patient S Identification Number, E.g. Social Security Number (ssn) b. 3.5.6.3 Physician S Name b. 3.5.6.4 Test(s) Ordered b. 3.5.6.5 Date/time Of Specimen Collection b. 3.5.6.6 Specimen Type b.3.5.7 The Contractor Shall Have Laboratory Personnel Available On Saturday To Accept/process Specimens, For When A Telephone Request Is Initiated On A Friday. b.3.6 Specimen Testing b.3.6.1 The Contractor And/or Subcontractor Shall Provide The Full Range Of Clinical And/or Anatomic Pathology Diagnostic Testing Capabilities To Execute All Required Tests As Annotated In Attachment 1. Contractor Shall Make Available The Following Test Information: b.3.6.1.1 Requisition Form Requirements b.3.6.1.2 Alphabetized Test Name List b.3.6.1.3 Test Order Code b.3.6.1.4 Specimen Collection And Preservation Requirements b.3.6.1.5 Test Method Employed (indicate If Testing Performed In Duplicate) b.3.6.1.6 Test Reference Intervals Adjusted For Age, Sex Or Race, When Required b.3.6.1.7 Test Specific Sensitivity, Specificity And Interferences, When Required b.3.6.1.8 Test Critical Values, If Any b.3.6.1.9 Policy For Critical Value Notification b.3.6.1.10 Cpt Coding b.3.6.1.11 Test Turnaround Times (minimum And Maximum Times Indicated); Where The Turnaround Time Is Defined As The Time Between Receipt Of Specimen By The Contractor And Receipt Of Results By A Government Facility. b.3.6.1.12 Schedule Of Test Performance (specific Days Of Week Indicated) b.3.6.1.13 Location Of Test Performance By Test Name (i.e. Name Of Primary Laboratory, Name Of Separate Branch/division Of Primary Lab, Name And Address Of Secondary (sub-contracted) Laboratory Must Be Cited) b.3.6.2 Preliminary Result Interpretation the Contractor Shall Provide Preliminary Test Result Interpretation Of Ordered Test And Provide Guidance To Untested Portion Of Tests Provide Recommendations. The Contractor Shall Provide Recommendations For Reflex Testing And/or Cancellation Of Government Requested Testing. b.3.6.3 Contractor Shall Notify The Contracting Officer And The Cor Of Any Test Information Modifications No Later Than Two Weeks Prior To The Implementation Date Of The Test Change. b.3.6.4 Any New Test(s) Not Listed In Attachment 1 Must Be Added To The Contract Through A Formal Contract Modification By The Contracting Officer Prior To Specimen Being Tested. The Contractor Will Not Be Reimbursed For Any Services/testing Requested By Anyone Other Than The Contracting Officer Through A Formal Contract Modification. b.3.6.5 All Reference Laboratory Testing Shall Be Executed In Accordance With Standard Industry Practices. It Is Preferred That Test Methods Are Fda Approved. Any Non-fda Approved Method Being Performed Shall Have A Disclaimer And Documented Validation Plan. Upon Request, The Validation Plan And Validation Results Shall Be Made Available To The Cor Or Designee. b.3.6.6 The Contractor Shall Ensure The Accurate And Timely Performance Of Laboratory Testing Services. b.3.7 Specimen Retention b.3.7.1 The Contractor Shall Store The Specimens A Minimum Of Three (3) Days After The Test Is Reported Or In Accordance With The Retention Requirements Of Their Regulatory Body, Whichever, Is Longer, In The Event That Subsequent Action Is Necessitated, E.g. Problem Solving And/or Repeat Testing. b.3.7.2 All Anatomic Pathology Materials (e.g., Histology Blocks, Slides Or Other Anatomic Pathology Material) Generated By The Va Shall Be Returned Within 7 Calendar Days After Final Report Is Issued. b.3.8 Reporting Of Results b.3.8.1 Contractor Shall Provide Timely And Appropriate Testing Of Patient Specimens As Requested By The Government Facility. Due To The Criticality Of The Diagnostic Information That Results From This Testing, The Turnaround Time (defined As The Time From Receipt Of The Specimen In The Testing Laboratory To The Receipt Of Test Results By The Madison Va Facility And Based On Specimen Type), Shall Be Minimal And Are Defined In Attachment 1. b.3.8.2 A Final Report Of Laboratory Testing Results Must Be Issued As A Printed Hard Copy. Contractor Shall Deliver The Reports Without An Additional Charge By Expedited Overnight Courier Shipping, Mailing And/or Transportation Services By Hand Within 24 Hours, Or By Telephone Facsimile To A Protected Machine Identified To The Contractor By The Va. Contractor S Fax Machine To Transmit The Test Results Shall Be In A Secure Location. Delivery By Electronic Mail I.e. Ms Outlook, Etc. Is Prohibited. b.3.8.3 Each Test Report Shall, At Minimum, Include The Following Information: b.3.8.3.1 Patient's Full Name b.3.8.3.2 Patient S Identification Number, E.g. Social Security Number (ssn) b.3.8.3.3 Physician S Name (if Supplied) b.3.8.3.4 Government Laboratory Accession Number (if Supplied) b.3.8.3.5 Submitting Facility Name b.3.8.3.6 Submitting Facility Account Number b.3.8.3.7 Patient's Location (clinic/ward) (if Supplied) b.3.8.3.8 Test(s) Ordered b.3.8.3.9 Date/time Of Specimen Collection (when Available) b.3.8.3.10 Day And Time Specimen Was Received At The Testing Facility b.3.8.3.11 Date/time Test Completed b.3.8.3.12 Test Result b.3.8.3.13 Reference Intervals (adjusted For Age, Sex Or Race, When Appropriate) b.3.8.3.14 Toxic And Therapeutic Ranges, If Applicable b.3.8.3.15 Flagged Abnormal Results b.3.8.3.16 Reference Laboratory Accession Number b.3.8.3.17 Name And Address Of Testing Laboratory b.3.8.3.18 Any Other Information The Laboratory Has That May Indicate A Questionable Validity Of Test Results. b.3.8.3.19 Specimen Inadequacy Shall Be Reported With Documentation Supporting Its Unsuitability For Testing. b.3.8.4 Test Results Determined By The Contractor To Be Critical, Shall Be Communicated By Telephone To A Designated Government Contact Person(s) At The Originating Government Laboratory Facility Upon Verification Of The Critical Test Result. The Telephonic Report Shall Be Followed By A Final Report Issued As A Printed (hard) Copy As Required In B.3.8.2.. b.3.9 Customer Service b.3.9.1 Contractor Shall Provide Customer Service Monday Friday 8:00am 4:30pm & Saturday 8:00am Noon., That Is Accessible By Telephone Service To Assist Government Staff For Tracking And Resolving Related Issues/problems That May Arise In The Performance Under This Contract. b.3.9.2 The Contractor Shall Notify The Originating Laboratory By Telephone Of Specimens Cancelled Due To Unacceptability For Reasons Relating To Volume, Specimen Container, Identification, Loss Of Specimen, Etc. Government Notification Shall Be Provided Within 24 Hours From When The Specimen Was Received At The Testing Laboratory. b.3.10 Consultative Services/utilization Reports b.3.10.1 Contractor Shall Provide Professional Consultative Services That Are Consistent With The Services Offered Commercially To Other Customers At No Cost To The Government. These Services May Include Consultations By Laboratory Professionals Or Experienced Physicians/phd On Test Or Methodology Selection Or Test Result Interpretation. b.3.10.2 Contractor Shall Provide Direct Communication With The Government Pathologist And Provide Additional Assistance In The Interpretation, Recommendation Of Additional Testing And Assist In The Diagnosis Of Clinical Illnesses. b.3.10.3 Contractor Shall Provide, To The Cor, A Monthly Report Detailing The Date And Time Of Specimen Receipt At The Testing Laboratory. b.4 Special Contract Requirements b.4.1 Services b.4.1.1 The Services Specified Herein May Be Changed By Written Modification To This Contract. The Va Contracting Officer Will Prepare The Modification (reference Far Clause 52.212-4(c), Changes) And, Prior To Becoming Effective, Shall Be Signed By Both Parties. Only The Contracting Officer Is Authorized To Make Commitments Or Issue Changes That Affect Price, Quantity, Or Quality Of Performance Of This Contract. In The Event The Contractor Effects Any Such Change At The Direction Of Any Person Other Than The Contracting Officer, The Change Shall Be Considered Unauthorized And No Adjustment Will Be Made In The Contract Price To Cover Any Increase In Costs Incurred As A Result Thereof. b.4.1.2 This Is A Non-personal Services Contract As Defined In Far 37.101. There Is No Employer-employee Relationship Between The Government And The Contractor Or The Contractor S Employee(s). Contractor Personnel Are Not Subject To The Supervision And Control Of A Government Officer Or Employee. Supervisory Functions Such As Hiring, Firing, Directing, And Counseling Of Contractor Personnel Are Not Performed By The Government. The Healthcare Contractor Who Furnishes Services Under This Contract Is Subject To Government Technical Oversight Of The Services. The Government Retains The Right To Reject Services For Contractual Non-performance. b.4.1.3 The Government May Evaluate The Quality Of Professional And Administrative Services Provided, But Retains No Control Over The Medical, Professional Aspects Of Services Rendered. b.4.1.4 Contractor Is Required To Maintain Medical Liability Insurance For The Duration Of This Contract. Medical Liability Insurance Shall Cover The Contractor For Services In All States Where Services Are Rendered By The Contractor. Contractor Shall Indemnify The Government For Any Liability Producing Act Or Omission By The Contractor, Its Employees And Agents Occurring During Contract Performance. b.4.1.5 Contractor Shall, In Writing, Keep The Contracting Officer Informed Of Any Unusual Circumstances In Conjunction With The Contract. b.4.1.6 Contractor Shall Not, Under Any Circumstances, Furnish Reports Directly To Patients. b.4.2 Term Of Contract b.4.2.1 This Contract Is Effective For A Base Period Of One (1) Year From The Effective Date Of Award. The Government, At Its Discretion, May Exercise Up To Four (4) Option Periods Of One (1) Year Each. The Contractor Shall Perform No Services After July 31st Of Each Year Until The Contracting Officer Authorizes Such Services In Writing. b.4.3 Availability Of Funds During A Continuing Resolution b.4.3.1 At The Beginning Of Each New Fiscal Year (october 1st) The Federal Government Or Parts Thereof May Be Operating Under A Continuing Resolution And Only Be Funded For A Limited Period Of Time Rather Than For The Entire Fiscal Year. If, At Any Time, Funds For This Contract Are Provided Under A Continuing Resolution (cr), Funds Will Only Be Available For Performance Under This Contract Up To And Including The Expiration Date Of The Cr, And Any Extension Thereof. The Government's Obligation For Performance Of This Contract Beyond That Date Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Payment May Arise For Performance Under This Contract Beyond The Expiration Date Of The Cr, And Any Extension Thereof, Until Funds Are Made Available To The Contracting Officer For Performance And Until The Contractor Receives Notice Of Availability. b.4.4 Federal Holidays b.4.4.1 Contractor Is Not Required To Provide Transportation Of Specimens On Federal Holidays. The 11 Holidays Observed By The Federal Government Are: New Year S Day (january 1st), Martin Luther King S Birthday (3rd Monday In January), Presidents Day (3rd Monday In February), Memorial Day (last Monday In May), Juneteenth (june 19th) Independence Day (july 4th), Labor Day (1st Monday In September), Columbus Day/indigenous Peoples Day (2nd Monday In October), Veterans Day (november 11), Thanksgiving Day (4th Thursday In November), Christmas Day (december 25th) And Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. b.4.4.2 When One Of The Above Designated Legal Holidays Falls On A Sunday, The Following Monday Will Be Observed As A Legal Holiday. When A Legal Holiday Falls On A Saturday, The Preceding Friday Is Observed As A Holiday By U.s. Government Agencies. b.4.5 Hhs/oig to Ensure That The Individuals Providing Services Under The Contract Have Not Engaged In Fraud Or Abuse Regarding Sections 1128 And 1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Health And Human Services - Office Of Inspector General (hhs/oig), List Of Excluded Individuals/entities On The Oig Website (www.hhs.gov/oig) For Each Person Providing Services Under This Contract. The Listed Parties And Entities May Not Receive Federal Health Care Program Payments Due To Fraud And/or Abuse Of The Medicare And Medicaid Programs. During The Performance Of This Contract The Contractor Is Prohibited From Using Any Individual Or Business Listed On The List Of Excluded Individuals/entities. Any Healthcare Provider Or Entity That Employ Or Enter Into Contracts With Excluded Individuals Or Entities May Have A Civil Monetary Penalty (cmp) Imposed Against Them. By Signing This Offer, The Contractor Certifies That All Persons Or Entities Listed In The Contractor S Proposal Have Been Compared Against The Oig List And Are Not Listed As Of The Date The Offer Was Signed. b.4.6 Record Keeping Contractor contractor Shall Establish A Record Keeping System Of All Tests Performed. b.4.7 Medical Records clinical Or Other Medical Records (i.e. Test Results) Of Va Veteran Patients Treated By Contractor Under This Contract Are Owned By The Va And The Contractor Is Not Authorized To Release Or Utilize This Data For Any Use Other Than Contract Performance. If Requested, Test Results Will Be Mailed To The Va At No Additional Cost To The Government. Mail Shall Be Sent In Accordance With Va Directive 6609, Mailing Of Sensitive Personal Information. Contractor May Obtain A Copy Of Va Directive 6609 At The Following Website: Http://www1.va.gov/vhapublications/index.cfm. If A Subpoena Or Court Order Is Received For The Production Of A Medical Record/test Result, The Contractor Shall Notify The Contracting Officer That A Subpoena Or Court Order Was Received. b.4.8 Confidentiality Of Patient Records b.4.8.1 The Contractor Is A Va Contractor And Will Assist In The Provision Of Health Care To Patients Seeking Such Care From Or Through Va. As Such, The Contractor Is Considered As Being Part Of The Department Health Care Activity. Contractor Is Considered To Be A Va Contractor For Purposes Of The Privacy Act, Title 5 U.s.c. 552a. Further, For The Purpose Of Va Records Access And Patient Confidentiality, Contractor Is Considered To Be A Va Contractor For The Following Provisions: Title 38 U.s.c. 5701, 5705, And 7332. Therefore, Contractor May Have Access, As Would Other Appropriate Components Of Va, To Patient Medical Records Including Patient Treatment Records Pertaining To Drug And Alcohol Abuse, Hiv, And Sickle Cell Anemia, To The Extent Necessary To Perform Its Contractual Responsibilities. However, Like Other Components Of The Department, And Not Withstanding Any Other Provisions Of The Sharing Agreement, The Contractor Is Restricted From Making Disclosures Of Va Records, Or Information Contained In Such Records, To Which It May Have Access, Except To The Extent That Explicit Disclosure Authority From Va Has Been Received Or Disclosure Is Required By Law. The Contractor Is Subject To The Same Penalties And Liabilities For Unauthorized Disclosures Of Such Records As Va. b.4.8.2 The Records Referred To Above Shall Be And Remain The Property Of Va And Shall Not Be Removed Or Transferred From Va Except In Accordance With U.s.c.551a (privacy Act), 38 U.s.c. 5701 (confidentiality Of Claimants Records), 5 U.s.c. 552 (foia), 38 U.s.c. 5705 (confidentiality Of Medical Quality Assurance Records) 38 U.s.c. 7332 (confidentiality Of Certain Medical Records) And Federal Laws, Rules And Regulations. Subject To Applicable Federal Confidentiality Or Privacy Laws, The Contractor, Or Their Designated Representatives, And Designated Representatives Of Federal Regulatory Agencies Having Jurisdiction Over Contractor, May Have Access To Va S Records, At Va S Place Of Business On Request During Normal Business Hours, To Inspect And Review And Make Copies Of Such Records. b.4.9 Hipaa Compliance contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). The Va Has Recognized Diagnostic Laboratory Facilities As Healthcare Providers And That The Phi Is Being Disclosed And/or Used For Treatment. Therefore, No Baa Is Required For Reference Laboratory Services. b.4.10 Designation Of Contract Representatives the Madison General Diagnostics Laboratory Supervisor Will Be Designated As The Contracting Officer Representative (cor) To Represent The Contracting Officer In Furnishing Guidance And Advice Regarding The Work Being Performed Under This Contract. The Cor Will Provide Technical Guidance, Verify Services Were Actually Performed, And Also Verify That Documentation For Services Performed Is Received Prior To Certifying Payment. The Foregoing Is Not To Be Construed As Authorization To Interpret Or Furnish Advice And Information To The Contractor Relative To The Financial Or Legal Aspects Of The Contract. Enforcement Of These Segments Is Vested In And Is The Responsibility Of The Contracting Officer. The Extent And Limitations Of The Cor Designation Will Be Provided In The Cor Delegation Memo. b.4.11 Contract Performance Monitoring b.4.11.1 Monitoring Of Contractor S Performance Shall Be Demonstrated Through Clinical And Administrative Record Reviews. Cor Will Be Responsible For Verifying Contract Compliance. Contracting Officer's Representative (cor) Will Designate Appropriate Va Personnel To Monitor Services Through One Or A Combination Of The Following Mechanisms: b.4.11.2 Departments Being Served Will Monitor Contractor Performance To Ensure That Services Called For In The Contract Have Been Received By Va In A Timely Manner. Any Incidents Of Contractor Noncompliance As Evidenced By The Monitoring Procedures Will Be Forwarded Immediately To The Contracting Officer. b.4.11.3 Documentation Of Services Performed Will Be Reviewed Prior To Certifying Payment. The Cor Will Perform Periodic Spot Checks And Document With The Using Service To Ensure Records Monitoring. Va Will Pay Only For Services Actually Provided, And In Strict Accordance With The Price Schedule/attachment A. Contract Monitoring And Recordkeeping Procedures Will Be Sufficient To Ensure Proper Payment And Allow Audit Verification That Services Were Provided. b.4.11.4 Departments Being Served, Through The Cor, Will Provide A Written Statement Annually To The Contracting Officer To Include A Summary Of Contractor Actions And A Statement That All Requirements Of The Contract Have Been Fulfilled As Agreed. This Summary Evaluation Will Be Submitted 45 Days Prior To Expiration Of Contract (and/or Prior To Election Of Option Year Renewals, If Applicable). b.4.12 Quality Assurance Monitoring b.4.12.1 Contractor Shall Maintain A Quality Assurance Program Related To Reference Laboratory Services Covered Under This Contract. b.4.12.2 Contractor Shall Also Participate In A Joint Quality Assurance Surveillance Program (qasp) With The Government Facility. This Program Must Minimally Address The Quality Aspects Representative To The Testing Process, I.e. Pre-analytical, Analytical And Post-analytical Variables And Include A Description Of Monitoring And Evaluation Activities. There Must Be A Mutually Agreed Upon Procedure For Responding To Issues, Problems And/or Concerns Identified By The Government With Details As To Whom And In What Timeframe The Matters Will Be Reconciled. The Issues That May Need To Be Addressed May Be General In Nature Or Specific To An Incident Or Event. The Contractor Will Meet Or Communicate With The Facility Staff For Process Review And Improvement Of Contract Performance On An As Needed Basis. b.4.12.3 Copies Of Licensure/certifications Are Also Required To Be Submitted Upon Request By The Va. b.4.12.4 Quality Factors That Va May Consider When Monitoring Quality Of Care May Include, But Are Not Limited To: Patient Medical Records, Security/privacy, Adverse Event Reporting, Turn-around Times, Timeliness To Customer Service Requests, Adherence To Transportation Requirements. b.4.12.5 These Monitoring Procedures And Disincentives For Contractor S Failure In Meeting These Tasks Are Further Illustrated In The Following Performance Requirements Summary Matrix: performance Objective tasks: performance standard acceptable (minimal) quality level (aql) monitoring method disincentives1 ensure The Safety And Integrity Of Bone Marrow Or Tissue Specimens no Loss Or Destruction Of Bone Marrow Or Tissue Specimens Iaw Pws B.3.4 99.5% Of The Time contractor Reporting; Government Inquiries. $572 For Each Bone Marrow Or Tissue Specimen Lost Or Destroyed Will Be Deducted From The Monthly Invoice. ensure The Safety And Integrity Of Peripheral Blood Specimens no Loss Or Destruction Of Peripheral Blood Specimens Iaw Pws B.3.4 98% Of The Time contractor Reporting; Government Inquiries. $71 For Each Peripheral Blood Specimen Lost Or Destroyed Will Be Deducted From The Monthly Invoice. transportation Of Bone all Bone Marrow Or 99.5% Of The 100% Inspection Of $572 For Each Bone Marrow Or 1 The Disincentives Above Are Based On The Va S Internal Costs Incurred When Additional Medical Procedures Or A Delay Of Healthcare Occurs Due To A Lost Or Destroyed Specimen. The Calculation Of Internal Costs Was Based On Cms Cpt Codes, Labor Costs And Patient Transportation Costs That Would Be Incurred If A Specimen Was To Be Recollected. marrow Or Tissue Specimens Within The Designated Timeframe tissue Specimens Are Transported To The Testing Facility Within 8 Hours Of Notification Iaw Pws B.3.5.3 time tat On 6 Randomly Selected Test Per Quarter tissue Specimen Lost Or Destroyed Will Be Deducted From The Monthly Invoice. transportation Of Peripheral Blood Specimens Within The Designated Timeframe all Peripheral Blood Specimens Are Transported To The Testing Facility Within 8 Hours Of Notification Iaw Pws B.3.5.3 98% Of The Time 100% Inspection Of Tat On 6 Randomly Selected Test Per Quarter $71 For Each Peripheral Blood Specimen Lost Or Destroyed Will Be Deducted From The Monthly Invoice. testing Services Will Be Performed In Accordance With The Defined Turnaround Times (tat) results Will Be Reported Within The Established Number Of Calendar Days Iaw Pws 3.8.1. 90% Of The Time. 100% Inspection Of The Tat On 6 Randomly Selected Tests Per Quarter 5% Of The Cost Of Each Test Result Reported Late Shall Be Deducted From The Monthly Invoice. b.4.12.6 If The Contractor Believes There Are Excusable Circumstances, The Contractor Shall Inform The Contracting Officer And The Cor And Provide A Detailed Explanation With The Excusable Delay Request. Excusable Circumstances May Result In Adjustment Of The Disincentives Established In The Performance Matrix Based Upon The Contracting Officer S Determination And Findings. b.4.13 Contractor Certification b.4.13.1 Citizenship-related Requirements: Contractor Must Adhere To And Return The Signed Certification Attachment 2 Found In Section D Of This Solicitation. This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecutions Under 18 U.s.c. 1001. b.4.14 Required Registration With Contractor Performance Assessment System (cpars) b.4.14.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed The Thresholds Outlined In Far Part 42.15, And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials Through The Past Performance Information Retrieval System (ppirs). The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To The Posting Of Each Report. To Fulfill This Requirement Va Uses An Online Database, The Contractor Performance Assessment Reporting System (cpars). The Cpars Database Information Is Uploaded To The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. b.4.14.2 Each Contractor Whose Contract Award Is Estimated To Exceed The Thresholds Outlined In Far Part 42.15 Is Required To Provide To The Contracting Officer Contact Information For The Contractor S Representative With Their Response To The Solicitation. The Contractor Is Responsible To Notify The Contracting Officer Of Any Change To The Contractor S Representative During The Contract Performance Period. Contractor S Representative Contact Information Consists Of A Name And Email Address. b.4.14.3 The Government Will Register The Contract Within Thirty Days After Contract Award. For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Intermediate Reports Will Be Filed Each Year Until The Last Year Of The Contract, When The Final Report Will Be Completed. Each Report Shall Be Forwarded In Cpars To The Contractor S Designated Representative For Comment. the Contractor S Representative Will Have Thirty Days To Submit Any Comments And Return The Report To The Va Contracting Officer. Failure By The Contractor To Respond Within Those Thirty Days Will Result In The Government S Evaluation Being Placed On File In Ppirs Without Contractor S Comments. [end Of Special Contract Requirements] b.5 Contract Security Requirements b.5.1 General b.5.1.1 Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. b.5.2 Contractor Personnel Security Requirements b.5.2.1 Failure To Comply With The Government S Personnel Security Requirements May Result In Termination Of The Contract For Default. b.5.2.2 Contractor And Its Subcontractors Shall Have A Current Process In Place For Conducting Employee Screening/background Checks As A Condition Of Employment With The Contractor Or Subcontractor. Contractor Shall Also Provide A Certification Memo Indicating That All Its Employees And Subcontractor Employees Having Access To Va Sensitive Information (ie. Laboratory Technicians And/or Technologists, Administrative Personnel) During The Performance Of This Contract Have Successfully Passed Through This Process To Their Standards. The Certification Memo Shall Be Provided To The Contracting Officer And Cor On An Annual Basis (employee Screening/background Checks Are Not Required To Be Re-conducted Annually). b.5.3 Security Training b.5.3.1 Due To The Increased Emphasis On Privacy And Information Security, The Following Special Contract Requirements Are Established And Hereby Made Part Of The Contract Entered Into With The Department Of Veterans Affairs. All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted To Va Information And Its Systems: b.5.3.2 Privacy & Information Security Training: Contractor And Their Sub-contractors Assigned Work Under The Contract Are Required To Receive Annual Training On Patient Privacy As Established By Hipaa Statues. Training Must Meet Vha S And/or The Department Of Health And Human Services Standards For Privacy Of Individually-identifiable Health Information. For Contractors And Sub-contractors Who Do Not Have Access To Vha Computer Systems, This Requirement Is Met By Receiving Vha National Privacy Training, Other Vha Approved Privacy Training, Or Contractor Furnished Training That Meets The Requirements Of The Hhs Standards. Contractor Shall Provide Certification To The Va Upon Request That All Employees And Sub-contractor Employees Assigned Work And/or Having Access To Protected Health Information Have Received Annual Training. b.5.3.3 Rules Of Behavior: Contractor Personnel Having Access To Va Systems Are Required To Read And Sign A Rules Of Behavior Statement, Which Outline Rules Of Behavior Related To Va Contracts. b.5.3.4 Failure To Complete Mandatory Annual Training And/or Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete. Information On Fulfilling The Training Requirements As Stated In Sections B.5.3.2 And B.5.3.3 Can Be Found At The Va Talent Management System (tms) At Https://www.tms.va.gov/secureauth35/. Once There, Follow The Steps To Create An Account, Launch The Mandatory Training, And Complete The Content. The Training Will Provide Information Regarding Privacy, Information Security, Rules Of Behavior, And Other Pertinent Topics Relevant To Work At The Va. If Any Difficulty Is Experienced While Creating An Account Or Completing The Mandatory Content, Contact The Va Mse Help Desk At 1.888.501.4917 Or Via Email At Vamsehelp@gpworldwide.com. b.5.3.5 As Va Routinely Reviews And Updates Policies And Procedures Covering Contractor Computer Access, Security Requirements May Change During The Term Of This Contract And New Policies And Procedures May Be Implemented Unilaterally During The Term Of This Contract. b.5.4 Va Information Custodial Language b.5.4.1 Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). b.5.4.2 Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor S Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va S Information Is Returned To The Va Or Destroyed In Accordance With Va S Sanitization Requirements. Va Reserves The Right To Conduct On-site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. b.5.4.3 Prior To Termination Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. b.5.4.4 The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Policies In This Contract. b.5.4.5 The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. b.5.4.6 If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. b.5.4.7 If A Vha Contract Is Terminated For Cause, Any Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. b.5.4.8 The Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. b.5.4.9 The Contractor/subcontractor S Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va S Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. b.5.4.10 Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va S Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. b.5.4.11 Notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. b.5.4.12 For Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Co And Cor. b.5.5 Information System Hosting, Operation, Maintenance, Or Use b.5.5.1 For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerability Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor S Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va S Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. b.5.5.2 Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. b.5.5.3 Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor S Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government-owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. b.5.5.4 The Contractor/subcontractor S System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va S Poa&m Management Process. The Contractor/subcontractor Must Use Va S Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re-authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, And Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. b.5.5.5 The Contractor/subcontractor Must Conduct An Annual Self-assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Co And The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. b.5.6 Security Incident Investigation b.5.6.1 The Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access. b.5.6.2 To The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. b.5.6.3 With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. b.5.6.4 In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. b.5.7 Liquidated Damages For Data Breach b.5.7.1 Consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. b.5.7.2 The Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. b.5.7.3 Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: b.5.7.3.1 Nature Of The Event (loss, Theft, Unauthorized Access); b.5.7.3.1 Description Of The Event, Including: b.5.7.3.1.1 Date Of Occurrence; b.5.7.3.1.2 Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; b.5.7.3.2 Number Of Individuals Affected Or Potentially Affected; b.5.7.3.3 Names Of Individuals Or Groups Affected Or Potentially Affected; b.5.7.3.4 Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; b.5.7.3.5 Amount Of Time The Data Has Been Out Of Va Control; b.5.7.3.6 The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); b.5.7.3.7 Known Misuses Of Data Containing Sensitive Personal Information, If Any; b.5.7.3.8 Assessment Of The Potential Harm To The Affected Individuals; b.5.7.3.9 Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And privacy Incidents, As Appropriate; And b.5.7.3.10 Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. b.5.7.4 Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $37.50 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: b.5.7.4.1 Notification; b.5.7.4.2 One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; b.5.7.4.3 Data Breach Analysis; b.5.7.4.4 Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; b.5.7.4.5 One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And b.5.7.4.6 Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. b.5.8 Security Controls Compliance Testing b.5.8.1 On A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With Ten (10) Business-day Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. b.5.9 Access To Va Information And Va Information Systems b.5.9.1 A Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order b.5.10 Va Sensitive Information & Data Security Requirements b.5.10.1 Paper, Plastic Or Other Similar Based Media Containing Va Sensitive Data That Is Not Sent To The Va Will Be Properly Disposed Of By The Contractor By Methods Such As Shredders With No Larger Than 1/8 Inch Width Cuts And Then Cross Cut. This Media Will Be Destroyed Such That Information May Not Be Retrieved. Media With Small Print, Such As Microfilm Will Be Completely Destroyed Such As To Render The Information Unrecoverable. b.5.10.2 The Contractor Will Take Due Diligence To Make Sure That Va Sensitive Information And Data That Is Viewed, Faxed Or Similarly Transmitted, Or Discussed Verbally Is Protected From Unapproved Disclosure. b.5.10.3 Va Sensitive Information And Data May Not Be Transmitted Across The Internet Unencrypted (including Email And Instant Messaging) And Must Be Protected By (va-vpn) Va Virtual Private Network And/or Va Approved Encryption Process (example: Pki Public Key Infrastructure). b.5.10.4 Va Sensitive Information May Not Reside On Non-va Systems Or Devices Unless Specifically Designated And Approved As Appropriate For The Terms Of The Contract. All Systems That Store Or Process Va Data Will Be Protected With Va Approved Encryption (typically Fisps 140-2 Compliant). b.5.10.5 Any Security Violations Or Suspected Violations Shall Be Immediately Reported To The Va Contracting Officer And The Assigned Va Information Security Officer (iso). [end Of Contract Security Requirements] [end Of Section B]
2731-2740 of 2746 archived Tenders