Survey Tenders
Survey Tenders
STATE, DEPARTMENT OF USA Tender
Others
United States
Details: U.s. Department Of State
bureau Of International Narcotics And Law Enforcement Affairs (inl)
you Have Received This "personal Services Contractor” (psc) Solicitation Through The Department Of State (dos) Internet Site. If You Have Any Questions Regarding This Psc, You May Contact The Dos Official Named In This Solicitation. The Department Is Not Responsible For Any Data And/or Text Not Received When Retrieving This Document Electronically. Amendments To Solicitation Documents Generally Contain Information Critical To The Submission Of An Application.
position Title: Design, Monitoring And Evaluation (dme) Project Advisor
location: Mexico City, Mexico
salary Level: Fs-02 - $101,395 - $148,902 (equivalent Gs-14)
period Of Performance: The Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions.
issuance Date: January 13, 2025
closing Date: January 24, 2025
closing Time: 3:00 Pm Et
solicitation Number: Psc-25-014-inl
job Description: See Below
dear Prospective Offerors:
the Department Of State Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services For The Subject Position Under A Personal Services Contract, As Described In This Solicitation. Submittals Must Be In Accordance With The Attached Information At The Place And Time Specified. Applicants Interested In Applying For This Position Must Submit The Following Materials:
1. Form Sf 171 (completed And Signed)
2. Complete Resume. In Order To Fully Evaluate Your Offer Your Resume Must Include:
a. Paid A Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For Any Overseas Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements.
b. Specific Duties Performed That Fully Detail The Level And Complexity Of The Work.
c. Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s).
d. Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments.
e. U.s. Citizenship
note: Resume Must Contain Explicit Information To Make A Valid Determination That The Candidate Meets The Experience Requirements As Stated In This Solicitation. This Information Needs To Be Clearly Identified In The Resume. Failure To Provide Explicit Information To Determine Qualifications For The Position Will Result In Loss Of Full Consideration.
3. Evaluation Factor Document Specifically Addressing: Each Of The Evaluation Factors Shown In The Solicitation Below. Responses Must Be Limited To 500 Words Per Evaluation Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored.
note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Receive That Are Relevant To Each Factor.
4. Professional References: Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References.
additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Complete Applications Must Be Emailed To:
dominique Chittum, U.s. Department Of State, Inl/ex/gapp, Chittumda@state.gov
sincerely,
margaret Renee Gaudreau
contracting Officer, U.s. Department Of State
subject
a Solicitation For A Personal Services Contractor (psc), Department Of State (dos), Bureau For International Narcotics And Law Enforcement Affairs (inl).
the United States Government (usg), Represented By The Dos, Seeks Applications From Us Citizens Interested In Providing Psc Services As Described In This Solicitation.
pre-award Ethical Responsibilities Of Psc (jun 2011)
this Solicitation May Result In The Award Of One Or More Personal Services Contracts As Defined In Far 2.101. Prior To Contract Award, All Offerors Or Quotes Must Advise The Cognizant Contracting Officer If They Have A Personal Conflict Of Interest, Such As A Financial Conflict, That Would Prevent Them From Either Meeting The Requirements Of The Clause Entitled, “post-award Ethical Responsibilities Of Personal Services Contractors,” Or Otherwise Objectively Performing Their Contractual Duties Upon Contract Award.
how To Apply
offerors Proposal Shall Be In Accordance With The Requirements Stated In This Solicitation At The Place And Time Specified. A Proposal Will Be Determined Non-responsive And Ineligible For Consideration Unless All Required Documents And Information Are Included In The Submission. Offerors Shall Ensure Their Resume Demonstrates Their Possession Of The Minimum Qualifications Outlined In This Solicitation, As Well As Their Ability To Fulfill All Required Duties. The Government Is Not Responsible For Any Costs Incurred By The Offeror During The Solicitation Process.
note Regarding Government Obligations For This Solicitation
this Solicitation In No Way Obligates The Department Of State To Award A Psc Contract, Nor Does It Commit The Department Of State To Pay Any Cost Incurred In The Preparation And Submission Of The Application.
proposals Must Include The Following And Not Exceed Twenty (20) Pages (additional Pages Will Not Be Accepted Or Reviewed):
1. Form Sf 171 (completed And Signed)
2. Resume
3. Evaluation Factor Responses
4. Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References.
note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. Additional Documents Submitted Beyond The Requirements Will Not Be Accepted Or Reviewed.
*** One Pdf Attachment Is Highly Recommended
veteran’s Preference
veteran’s Preference Is Not Applicable To This Position Therefore Do Not Submit Dd-214.
all Qualified Applicants Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Nondisqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor.
equal Employment Opportunity Policy - The United States Government Does Not Discriminate In Employment On The Basis Of Race, Color, Religion, Sex (including Pregnancy And Gender Identity), National Origin, Political Affiliation, Sexual Orientation, Marital Status, Disability, Genetic Information, Age, Membership In An Employee Organization, Retaliation, Parental Status, Military Service Or Other Non-merit Factor.
submit Proposal Via E-mail To The Attention Of:
inl/dominique Chittum
e-mail: Chittumda@state.gov
direct Questions Regarding This Solicitation To:
inl/dominique Chittum
e-mail: Chittumda@state.gov
inl Will Not Accept Proposals Beyond The Closing Time/date; Unless It Can Be Determined Dos Mishandled The Proposal.
general Statement Of The Purpose Of This Contract
mission Of The U.s. Department Of State: The U.s. Department Of State Is The Lead Institution For The Conduct Of American Diplomacy And The Secretary Of State Is The President’s Principal Foreign Policy Advisor. The Department Of State’s Mission Is To Advance U.s. National Security Interests, Fight Terrorism, Protect U.s. Interests Abroad, And Implement Foreign Policy Initiatives That Build A Freer, Prosperous, And Secure World.
mission Of The Bureau Of International Narcotics And Law Enforcement Affairs Inl): Inl Is Under The Under Secretary For Democracy And Human Rights (j) And Works To Keep Americans Safe At Home By Countering International Crime, Illegal Drugs, And Instability Abroad. Inl Helps Countries Deliver Justice And Fairness By Strengthening Their Police, Courts, And Corrections Systems. These Efforts Reduce The Amount Of Crime And Illegal Drugs Reaching U.s. Shores.
this Position Is Located In The Inl Section Of The U.s. Embassy In Mexico City. The Purpose Of This Personal Services Contract (psc) Is To Provide Strategic Guidance, Management, And Technical Support To Ensure The Successful Planning, Implementation, Monitoring, And Evaluation Of Inl Mexico Projects And Measure Them Against Overarching Inl Goals. This Role Will Integrate Design And Evaluation Expertise With Project Management Skills To Enhance Project Effectiveness, Efficiency, And Impact. The Position Will Report To The Us Direct Hire Foreign Service Officer Policy Unit Chief And Work Closely With Project Teams, Stakeholders, And Partners To Ensure The Successful Delivery Of Project Objectives. The Psc Will Oversee And Mentor The Design, Monitoring, And Evaluation Specialists, And Lead The Design And Implementation Of Policies, Processes, And Guidance On Project And Program Dme Such That Inl-mexico Foreign Assistance Projects And Programs Are Maximally Effective And Meet Inl Dme Requirements.
duties & Responsibilities
under The Direct Supervision Of The Policy Unit Chief Or His/her Designee, The Dme Project Advisor Will Perform The Following Duties:
1. Provide Direction, Oversight, And Supervision Of Dme Staff (consisting Of Up To 5 Locally Employed Staff (le Staff), And 2 Third Party Contractors (tpcs) That Work On The Team As Monitoring And Evaluation Specialists), And Serve As The Direct Superior Of The One Le Staff M&e Supervisor.
2. Lead The Development Of Evaluations, Indicators, Surveys, And Learning Practices For Inl-mexico Projects And Programs And Goals.
3. Ensure Robust Project Management Practices Throughout The Project Lifecycle.
4. Design And Update Policies, Processes, And Systems For Effective Project And Program Review.
5. Collaborate With Inl-mexico Staff And Leadership To Gain Support For Dme Processes.
6. Design And Maintain Systems For Accurate And Efficient Reporting To Meet Standard And Ad-hoc Requirements.
7. Support Project Proposal Development, Including Needs Assessments, Theory Of Change, And Logical Frameworks.
8. Ensure Alignment Of Project Goals With Organizational And Department Priorities.
9. Assist Implementing Partners In Reporting Valid And Useful Information In Inl’s Systems Of Record.
10. Analyze And Report On Project Data To Recommend Performance Improvements.
11. Develop Relationships With Government Of Mexico Officials And Provide Technical Assistance To Improve Data Capacity.
12. Prepare And Present Reports On Indicator Performance And Findings To Stakeholders.
13. Review And Assess Monitoring Approaches, Indicators, And Evaluation Methods In Project Applications.
14. Serve As A Liaison To Dme Teams In Other Inl Overseas Sections And In Washington.
15. Conduct And Document Program And Project Level Reviews And Identify Needs For Course Correction.
16. Serve As Contracting Officer’s Representative (cor) On Dme Related Contracts (i.e. Field Research, Project Level Studies).
17. Coordinate Site Visits For Data Quality Assessments Of Implementing Partners/organizations.
18. Serve As A Key Interlocutor Between The Dme Team And Inl Program Teams, Ensuring Adherence To Dme Requirements.
19. When Required, Perform The Role Of Duty Officer.
20. Perform Other Duties As Requested And Assigned That Are Directly Related To This Statement Of Work.
trainings & Distance Learning Courses
1. Completes All On-line Training Mandated By The Department Of State (e.g., Ct401 (counter Threat Awareness Training), Ethics) Within 120 Days Of Contract Start Date.
2. Completes The Mandatory Foreign Affairs Counter-threat (fact) Course (ct650) Prior To Deployment To Post.
3. Completes The Introduction To Working In An Embassy (pn113) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within The First Six (6) Months Of Arriving At Post.
4. Completes The Inl Pre-deployment Program (prep) Course Prior To Deployment To Post (unless Waived By The Inl Director Due To The Incumbent’s Past Experience Or Timing).
place Of Performance & Travel Requirements
the Place Of Performance For This Position Is Us Embassy Mexico City, Mexico. Travel Up To 25 Percent Of The Time To Regional Security Office (rso) Authorized Locations In Mexico, The United States, And Occasionally The Region Will Be Required.
relationships
the Dme Project Advisor Will Serve Under The Day-to-day Direction Of The Policy Unit Chief In Inl-mexico. This Position Supervises The Dme Team, Which Is Currently Five Le Staff.
the Contract Administrator Shall Be The Inl Contracting Officer In Washington. In No Instance Shall The Policy Unit Chief Or Any Other Individual Be Authorized To Alter Or Modify The Terms And Conditions Of The Contract Or Waive The Government's Requirements, Price, Delivery, Or Other Terms And Conditions. The Contracting Officer Must Authorize Such Changes In Writing.
the Policy Unit Chief Will Provide Yearly Performance Reviews To The Inl/ex/gapp Contracting Officer In Washington, D.c. To Contribute To The Incumbent’s Official Yearly Review.
complexity
this Position Involves Managing And Providing Dme Technical Expertise For A Wide Portfolio Of Programs And Projects In Inl-mexico Simultaneously. The Ability To Perform Complex Analysis, Explain Dme Concepts Clearly And Concisely, Meet Short Deadlines, Coordinate Between Many Stakeholders, And Multi-task Successfully Is Essential.
duties Are Significantly Varied And Require Many Different Unrelated Processes And Methods That Are Applied To A Broad Range Of Problems/situations That Require A Substantial Depth Of Analysis. Decisions That Must Be Made Involve Major Areas Of Uncertainty In Approach, Methodology, Interpretation And Evaluating Processes. There Are Continuing Changes In Programming, Dme Requirements, Partner Capacity For Dme, And Political Circumstances Enabling Or Restricting Programming And Dme Efforts. The Work Requires Developing New Techniques And Establishing Criteria. Incumbents Typically Identify And Develop Ways To Resolve Problems Or Cope With Issues Which Directly Affect The Ongoing Relationships With Partners And The Ability To Gather And Use Meaningful Results Data.
scope & Effectiveness
the Psc Performs Broad Range Of Tasks And Assignment Related To The Dme Of Inl’s Programs And Projects. Assignments For These Tasks May Often Be Self-generated And In Response To Broader Dme Needs, Requirements, And Efforts In Inl-mexico. Knowledge And Professional Experience Supporting Dme In International Development Contexts, Coupled With Subject Matter Familiarity With Inl’s Key Focus Areas, Is Necessary To Support The Results-based Management Of Inl-mexico’s Programming. An Effective Psc Will Also Contribute To Inl-mexico's And Inl’s Bureau-wide Culture Changes And Adoption Of Measures To Use Evidence And Data To Inform Policy And Programming.
period Of Performance
the Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions.
minimum Qualifications
1. U.s. Citizenship With The Ability To Obtain And Maintain Department Of State Secret Level Security Clearance, Medical Clearance, And Ethics Clearance (if Applicable). (security Clearance Upgrade To Top Secret Level May Be Required.)
2. Bachelor’s Degree From An Accredited Institution And A Minimum Of Five (5) Years Of Experience In Relevant Fields: Performing Design, Monitoring And Evaluation Duties Related To Foreign Assistance Programs; Project Management And Identifying Business Needs And Determining Solutions To Problems Related To Improving Implementation Of Dme; Or,
a. A Master’s Degree From An Accredited Institution And A Minimum Of Three (3) Years Of Experience In Relevant Fields: Performing Design, Monitoring And Evaluation Duties Related To Foreign Assistance Programs; Project Management And Identifying Business Needs And Determining Solutions To Problems Related To Improving Implementation Of Dme.
3. Active Project Management Professional (pmp) Certification Issued By The Project Management Institute (pmi).
4. A Minimum Of Two (2) Years Of Experience In A Supervisory Or Managerial Role, Leading And Managing A Team Of At Least Three Direct Reports.
5. Demonstrated Ability To Organize, Manage, And Present Complex Information In A Clear And Understandable Way.
6. Demonstrated Knowledge Of Monitoring And Evaluation Methodologies, Frameworks, And Best Practices.
evaluation Criteria
(used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors.) Offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored.
factor 1: Expertise In Design, Monitoring And Evaluation (20 Points)
demonstrated Expertise In Designing, Monitoring, And Evaluating Complex International Programs To Achieve Policy Goals. Demonstrated Familiarity With Results-based Project And Program Management Approaches, Including Knowledge Of Two Or More Monitoring, Evaluation, And Learning Approaches And Terminology. Demonstrated Ability To Articulate Root-causes Of Target Problems, Logical Theories Of Change, Intended Short- And Long-term Results Of Projects, And Valid Signals Of Change (indicators). Demonstrated Experience Supporting The Utilization Of Evidence, Findings, And Recommendations From Monitoring And Evaluation Effort To Change A Project Course. Experience With Foreign Assistance Projects Is Preferred But Not Required.
factor 2: Expertise In Project Management (20 Points)
demonstrated Experience With Diverse Project Types And Different Phases Of The Project Lifecycle. Proven Ability To Develop Comprehensive Project Proposals, Including Logical Frameworks And Theories Of Change. Demonstrated Experience In Financial Management, Including Budget Planning, Monitoring, And Reporting. Proficiency In Identifying Potential Project Risks And Developing Mitigation Strategies.
factor 3: Expertise In Business Analytics, Data Analytics, And Information
management Systems (15 Points)
demonstrated Expertise In Analyzing And Interpreting Data To Make Informed Decisions, Optimizing And Improving Dme Processes And Performance. Proven Expertise In Utilizing Data To Make Informed Decisions On A Project Or Program Success And Recommending Corrective Actions. Demonstrated Ability To Work With Current Technologies, To Research, Investigate, And Communicate Complex Issues In A Timely And Concise Manner, Orally And In Writing, And To Integrate Evidence Into Advice.
factor 4: Collaboration And Leadership (15 Points)
demonstrated Ability To Work Collaboratively With And Resolve Challenging Situations Among Different Offices, Agencies And Stakeholders. Demonstrated Successful Supervisory Experience In The Project Management Field, Of Personnel At Different Levels Of Knowledge And Specialization, Preferably In A Multicultural Environment. Demonstrated Experience In Effectively Coordinating And Managing Teams As They Work Across Multiple Projects With Competing Priorities Under Deadlines. The Ability To Speak And Write Spanish At A Professional Level Is Preferred.
basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. Failure To Specifically Address The Evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, Education, Training And/or Awards.
the Offeror Rating System Is As Follows:
evaluation Factors Have Been Assigned The Following Points:
factor #1 – 20
factor #2 – 20
factor #3 – 15
factor #4 – 15
total Possible – 70 Points
interview Performance – 30 Points
satisfactory Professional Reference Checks – Pass/fail (no Points Assigned)
past Performance Evaluation Of Applicant’s Ability To Perform Under The Contract. In Conducting The Evaluation, The U.s. Government Reserves The Right To Utilize All Evaluation Information Available At The Time Of Evaluation, Whether Provided By The Applicant Or Obtained From Other Sources.
total Possible Points: 100
the Most Qualified Candidates May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Inl Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Applications (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Applicant's Writing, Presentation, And Communication Skills. In The Event That An Applicant Has Fully Demonstrated His/her Qualifications And There Are No Other Competitive Applicants, Inl Reserves The Right To Forego The Interview Process. Professional References Will Be Evaluated For Applicants Being Considered For Selection.
compensation (base Pay)
this Position Has Been Designated At The Fs-02 Equivalent Level ($101,395 - $148,902 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries, Including Any Recruitment Supplemental Pay That Exceeds The Listed Pay Range, Will Not Be Entertained Or Negotiated.
for Award, Inl Will Negotiate For This Contract Based On The Market Value As Outlined Above And Overall Experience Relevant To The Solicitation Requirements.
benefits & Allowances
as A Matter Of Policy, Inl Normally Authorizes The Following Benefits And Allowances
benefits - If Applicable
• Employee's Fica/medicare Contribution
• Contribution Toward Health And Life Insurance
• Pay Comparability Adjustment
• Annual Increase
• Eligibility For Worker's Compensation
• Annual, Sick And Home Leave
• 401k Plan
• Medvac (provided By Dos Med)
allowances In Accordance With Department Of State Standardized Regulations (dssr) - If Applicable
• Temporary Quarters Subsistence Allowance (tqsa) Or Per Diem Upon Arrival At Post
• Housing Allowance
• Post Allowance
• Supplemental Post Allowance
• Maintenance Allowance (sma)
• Education Allowance
• Educational Travel (full-time United States Based Secondary)
• Post Hardship Differential
• Danger Pay
• Shipment Of Hhe, Uab, Pov And Consumables
Closing Date24 Jan 2025
Tender AmountRefer Documents
Monastery Nad Ohri Tender
Civil And Construction...+1Civil Works Others
Czech Republic
Details: The subject of the contract is the construction of a multi-purpose playground in the Petlérská Primary School complex in Klášterec Nad Ohří. The construction is located on plot no. 1704/169 in the area of the original playground, which will be demolished, and in its place a new multi-purpose sports field measuring 38 x 21 meters will be created, designed for sports such as volleyball, football, streetball, five-a-side football and tennis, according to the planning application prepared by Linhart, Ltd. The playground will be fenced with a fence with a total height of 4 m. Up to a height of 1 m, the fencing will be made partly of wooden planks. Welded 2D fence panels with a wire diameter of 6.8 mm and 5.6 mm will be placed above them. The fencing will be anchored to concrete footings and a concrete belt made of cast formwork. The posts are square in cross-section, measuring 80x80 mm. The playground is bordered on two sides by an access path made of interlocking paving stones. The terrain will be leveled using a 1:2 slope. The slope will be formed mainly from the existing base, which will be created during the preparatory work, and approximately 16 m3 of soil will be brought in for grassing. The existing basketball hoops will be carefully dismantled and handed over to the investor for further use. The construction is designed so as not to negatively affect the surrounding buildings and land. The drainage system ensures the drainage of rainwater in the form of a seepage, which ensures the protection of the surroundings from excessive moisture. The new fencing is complemented by two gates with a width of 2,530 mm. One entrance is connected to the existing interlocking paving area, while the other is connected to a new paved interlocking paving area. The solution also includes a paved area for the installation of four benches and one waste bin with a protective canopy, all at the investor's choice. The pitch has a new permeable polyurethane surface with a thickness of 11 mm, which is laid on a two-layer asphalt base Ako 8 and Ako 16, both layers 40 mm thick. Concrete foundations measuring 700 x 700 x 800 mm are designed for the installation of volleyball and tennis posts with a diameter of 89 mm. These foundations will ensure sufficient stability and strength of the posts during their use. A steel casing with a diameter of 102 mm and a wall thickness of 4 mm will be concreted into the concrete foundations, into which the columns will be inserted. This construction allows for easy assembly and disassembly of the columns, which contributes to the flexibility of using the multi-purpose sports center for various types of sports. Access and arrival to the construction site is via the existing road. For details, see the Pd and the Bill of Quantities. The Contractor's delivery includes, in addition to the work specified in the Bill of Quantities, the provision of the following activities: * Execution of the work according to the Bill of Quantities, in accordance with valid permits, according to valid standards and regulations, including the expected work related to the subject of the work (e.g. washing and cleaning of roads, transportation of materials and mechanization, etc.). * Engineering Activities of the Contractor for the Entire Duration of the Contract Until the Time of Handing Over the Communication to Its User Back into Use, I.e. Including Cooperation in the Acceptance Procedure and the Handover of All Necessary Documents of the Completed Construction. * Appointment of the Authorized Person Responsible for the Implementation of the Construction - Civil Engineering Department. * Provision of the Necessary Technical and Documentary Documentation of the Construction, Waste Disposal in Accordance with Applicable Legal Regulations. All Documents Will Be Marked with the Name of the Construction and Will Be Handed Over After the Completion of the Construction. * Treatment of the Areas of All Construction Sites Affected by the Contractor's Activities, Unless Their Treatment is the Subject of the Contract, Including the Removal of Damage Caused by the Construction. * Before Commencing Construction Work, the Contractor Will Ensure the Marking and Protection of Engineering Networks and Underground Facilities on the Construction Site. * Before the start of the work, a photo documentation of the current state of adjacent buildings (e.g. buildings, fences and fence foundations), as well as land, will be taken. * Ensuring compliance with safety regulations. * Energy consumption and costs for the equipment of the construction site throughout the entire construction period, including the provision of secondary energy measurement. * Demarcation of the construction by a responsible surveyor, including a demarcation protocol, documentation of the actual implementation, geodetic survey of the completed construction. We require the processing of geodetic documentation also in the Jvf Dtm. "the preparation of the geodetic part of the documentation of the actual implementation of the construction or the geodetic basis for maintaining a digital technical map of the Ústí nad Labem region, containing the geometric, positional and height determination of the completed construction or technological equipment, will be prepared in accordance with § 5 A in the structure according to Annexes No. 3 and 4 of Decree No. 393/2020 Coll. On the Digital Technical Map (DTM Decree), as amended, in the currently valid version of the exchange format according to § 6 of the DTM Decree. The geodetic basis is prepared using the existing data of the digital technical map. The geodetic basis includes an assessment of the continuity of the result of the survey of the new state with the existing state.” * The completed construction will be handed over to the use of the city of Klášterec nad Ohří. For some of these activities, separate items are not listed in the Vv. The costs of ensuring the above will be included and allocated to individual items of construction work and thus to the total costs of the construction.
Closing Date20 Jan 2025
Tender AmountCZK 4.1 Million (USD 169.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: Amendment I (corrected Typos)
description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Design Contract With Services To Be Performed At The Charles George Va Medical Center At 1100 Tunnel Road, Asheville, Nc 28805. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb). This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf330s. The Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top. Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, “architect-engineer Qualifications.” Interested Firms Should Submit Their Current Sf330, Parts I And Ii, To Keith.hunter@va.gov. The Sf330s Are Due No Later Than 8:00 Am Est January 24, 2025.
scope Of Work: This Project Will Engage An Architectural Engineering Firm For Professional Architect/engineer (ae) Services Necessary To Design For The Replacement Of The Existing Air Handling Unit #11 Serving The Imaging Department In Buildings 47 At The Charles George Vamc, Asheville, Nc. Air Handling Unit, Supply And Return Fan, Heating/cooling Coils And Piping Shall Be Sized To Meet The Temperature And Air Exchange Needs Of Approximately 10,000 Square Feet Of Space. Work Includes Investigating The Site, Taking Calculation And Designing For The Replacement Of The Air Handling Unit, Structural Support, Fans, Coils Piping, And Control System. Project Also Involves Investigating And Sizing The Supply And Return Ductwork And Associates Variable Volume Supply Box And/or Constant Volume Supply Box. Ceilings And Walls May Need To Be Modified To Accommodate Removal Of Old Ductwork And Installation Of New Ductwork. The New System Will Replace The Existing System In The Exact Location. Design Includes Mechanical Engineering, Electrical Engineering, Structural Engineering And Architectural Disciplines.
requirements:
the Ae Selected Is Expected To:
part Ia – Preparation Of Existing Conditions And Conceptual Design – Investigative Services: Preparation Of Existing Conditions Plan And Conceptual Design Which Includes Site Investigation For Architectural, Mechanical, Electrical, And Environmental Hazards Such As Suspect Asbestos Containing Material (acm). Work Will Consist Of Ae Personnel Removing Ceiling Tile(s) And Tracing Ductwork, Electrical, And Plumbing Above Ceilings. Perform Project Site Investigation In Accordance With The ‘site Investigations’ Section Of This Scope Of Work.
physically Survey As Well As Review Record Drawings Of The Existing Building. Inform Co/cor Of Supplemental Information Gathering That May Be Required.
conduct On-site Work Session With User Group And Other Members Of The Integrated Project Team To Discuss Conceptual Options.
describe All Measures Available To Achieve The Project Objectives, Including The Benefits And Drawbacks Of Each Measure, To Guide Decisions By The Facility During Schematic Design. The Decision Of Which Alternatives To Select For The Construction Project Rests With The Va.
develop And Describe A Construction Strategy That Allows Existing Functions To Continue During Construction. Develop This Strategy In Development Of Construction Documents.
participate In A Conference Call After Va Has Completed Schematic Design Review
ae Shall Review Needs Identified By The Ipt For The Area Under Consideration For Design And Provide Recommendations. In Addition, The Project Shall Be Phased To Minimize The Impact To The Medical Center Operations And Patient Care. Prior To Submission Of Schematic Design Material, The Ae Shall Meet With The Vamc’s Cor To Discuss Proposed Phasing Requirements For The Project. These Phasing Requirements Shall Describe The General Sequence Of The Project Work, Estimated Project Duration, And What Va Constraints Will Exist That Will Influence The Contractor's Approach To The Construction Project. The Ae Shall Be Responsible For Documenting The Phasing Requirements.
the Ae Shall Make Site Visits As Required To Determine Existing As-built Conditions Affecting This Project. Information, Including Drawings And Other Documentation, Provided To The Ae Shall Be Used As Reference Only. The Ae Is Responsible For Verifying All Existing Site Conditions To Include But Not Be Limited To Crawling In Crawlspaces, Looking Above Ceilings And The Building Penthouse.
coordinate Visits With The Cor As Assigned At The Ntp. The Ae Shall Arrange For And Oversee The Performance Of Such Investigations Necessary For The Proper Design Of The Project. Autocad Background Drawings Shall Be Provided By The Va Upon Request If Available And Shall Be Used As Reference Only. The Ae Shall Field Verify Every Aspect That Relates To The Project.
perform Photographic Documentation During Investigative Services; Files Are To Be Maintained For Future Reference Of Existing Conditions For Construction Documents And Unforeseen Unit Costing Basis.
the Contractor Shall Prepare Digital Photo Documentation Of Construction Work, Including Sites, Buildings, And Field Activities. Digital Photos Shall Be Submitted In Jpeg Format To The Project Website, And To A Resolution Sufficient And Appropriate For The Type Of Work Photographed. The Contractor Shall Provide An Index For Each Set Of Photographs Submitted Identifying The Contractor, Base, Facility, Project Number, Date, And A Brief Description. The Contractor Shall Coordinate Photography Of Any Kind Through The Cor.
the Ae Shall Complete All Necessary Site Investigations Prior To The 15% Schematic Design Submission.
part Ib – Preparation Of Contract Drawings And Specifications – Design Development: Preparation And Submission Of Construction Bid Documents, Interim Design Document Submittals, And The Final Construction Bid Documents At The Completion Of The Design Development Process In Accordance With The ‘design Package Submission Schedule’ Section. Design Document Packages Shall Contain A Complete Set Of Documents As Specified In The ‘design Requirements/submissions’ Section Of This Statement Of Work (sow). The Ae Shall Develop A Design Necessary To Meet The Requirements In The ‘project Scope’ Section Of This Sow. Design Shall Include Engineering Services Rendered Necessary By Va (veterans Affairs) At The End Of Part Ia Investigative Services Within The Construction Cost Parameters.
design And Produce Construction Documents For Implementation Of The Selected Alternatives.
submittals Must Include The Components Listed On The A/e Submission Instructions For Minor And Nrm Construction Program Https://www.cfm.va.gov/til/ae/aesubmin.doc.
submittal Register - Provide A List To The Va Of Technical Submittals That Will Be Required.
intended For Long-term Use, The Project Design Specifications Must Provide, To The Maximum Extent Practicable, A Final Product Of Enduring Quality; Energy And Water Efficient; Environmentally Conscious; Functional And Requiring Low Maintenance; Durable; Flexible For Changing Uses; Universally Accessible; Sustainable; Operationally Cost Effective; Compliant With Appropriate Codes, Statutes, And Vha Requirements.
construction Documents Must Be Complete, Clear, Specific, Accurate, Coordinated Between Disciplines, Quantifiable, And Explicit In Quality Expectations For Suitable Materials, Systems, And Workmanship.
throughout The Design Phases Of The Project, The A/e Shall Work Closely With The Cor And Integrated Project Team To Ascertain And Confirm All Project Requirements.
the Contractor Shall Attend Meetings And Teleconferences To Discuss Technical Requirements, Issues, And Project Progress And Status As Required. The Contractor Shall Prepare, And Submit For Review, Presentation Materials For Meetings And An Agenda. The Contractor Shall Be Responsible For Taking Meeting Minutes, Prepare And Submit Minutes For All Meetings Attended No Later Than 3 Business Days, With The Exception Of The Ipt Meetings As Discussed In Previous Paragraph, After The Meeting Has Occurred. The Minutes Shall Be Sent To The Contracting Officer And Cor For Coordination And Approval Prior To Distribution.
the Ae Shall Provide An Evaluation, Cost Estimate And Conceptual Plans To Determine The Feasibility Of Completing The Project Within Project Budget. Disadvantages And Advantages Shall Be Provided Including Impacts To Patient Care/medical Center Operations And Order Of Magnitude Cost Estimates (with Cost Of Patient Care Factored Into The Economy/feasibility)
part Ii – Construction Period Services: Review And Provide Concise Recommendations On All Submittals, Shop Drawings, Product Data, Samples, Rfis, Change Order Proposals, Etc. In Accordance With ‘construction Period Services’ Section Of This Sow. Services Shall Include Providing Record Drawings Based On Finalized Contractor Red-line As-builts.
assist In Answering Questions And Provide Clarifications As Deemed Necessary By The Contracting Officer Or Cor During Solicitation And Issuing Any Addendums, Revise Drawings/specifications, Etc. Necessary To Fully And Completely Address Questions Any And All Questions Submitted By The Cor, Contracting Officer And Awarded Construction Contractor.
serve As An Advisor And Provide Assistance To The Va To Determine Whether The Contractor Or Subcontractor Meets Technical Qualification Requirements, Assist In The Review Of Contractor Proposals For Technical Acceptability, Support By Written Recommendations Of Any Problems Or Litigation Encountered In Past Performance Based On First-hand Knowledge.
review All Submissions And Provide Concise Direction To The Va. Provide Direction Within 5 Business Days Upon Request For Shop Drawings, Product Data, Installation Instructions, Samples, Etc. Provide Direction Within 5 Business Days For Rfi’s And Change Order Proposals. Changes To Contract Documents Based On Errors And Omissions In Design Will Be At No Cost To The Va To Include Cost Estimates For The Change. The Co Shall Make The Final Determination On What Is Or Is Not An Error Or Omission.
provide Commissioning For All Affected Systems.
prepare Record Drawings Based On Contractor Red-line As-built Drawings With Correspondence Performed During Construction. The Ae Shall Provide A Set Of Updated Drawings And Specifications On Cd Within 20 Business Days Of Construction Contract Completion To The Cor.
the Ae Shall Function As The Commissioning Agent For All Necessary Commissioning Actions. The Ae Shall Provide Testing, Inspection And Reporting Services During Construction. The Ae Must Conduct A Site Visit, At Least Once A Month, During Each Phase Of The Project, And Must Be Present For Every Test Or Inspection And To Document The Outcome.
part Iii – Construction Period Site Visits: Visit The Site At The Request Of The Va In Accordance With Section ‘site Visits’ In This Sow. The Ae Shall Respond On Site Within An 8-hour Period When Requested. The Total Number Of Site Visits During The Construction Period Is Estimated To Be Five (5) For This Project, Which May Be Finalized After Selection Of The Ae And During Negotiation Of The Proposal. Each Site Visit Shall Be Documented Through A Field Report Denoting The Purpose And Results Of The Site Visit.
make Site Visits On Requests Of The Va And Prepare Documented Field Reports Denoting The Purpose And Results Of The Site Visit, To Include Agreed Upon Changes In Design As Determined Necessary During The Construction. Visits Made Based On Errors And Omissions In Design Will Be At No Cost To The Va.
participate In Partial/final Acceptance Inspections (in-wall, Above Ceiling, And Final) As Scheduled And Generate Punch List Items For Completion. Inspections Shall Cover Quality Of Installations And Locations/placement Of Items In Accordance With The Contract Documents. The Punch List Shall Reference The Contract Documents For Specific Deficiencies (i.e. Specification Section, Drawing Detail, Etc.).
attend The Pre-bid And Pre-construction Conference To Review And Confirm Project Scope.
during Construction, Allow For A Minimum Of Site Visits As Negotiated For The Contract, As Directed And Scheduled By The Cor.
offerors Will Be Evaluated On The Following Criteria:
the Submitted Sf330’s Shall Be A Maximum Of 30 Total Pages. All Necessary Information To Meet The 5 Criterions Shall Be Contained Within Those 30 Pages As The Evaluation Will Stop At The End Of Page 30.
the Submitted Sf330s Will Be Evaluated On The Following Criteria:
this Acquisition Will Be In Accordance With Far Part 36.602-1 And Vaar Part 836.601-1. The Following Evaluation Criteria Will Be Used To Evaluate Sf330 Technical Proposals:
the Architect/engineer (ae) Must Demonstrate Its Qualifications With Respect To The Published Evaluation Criteria For All Services. Evaluation Criteria (1) Through (4) Are Considered The Most Important And Listed In Descending Order Of Importance; Criteria (5) Is Significantly Less Importance Than (1) Through (4) But The Associated Value Of 1 Through 4 Are In A Declining Value And Order Of Importance. Criterion (1) Is The Highest With Criterion (5) Being The Lowest.
(1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services;
(2) Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design;
(3) Capacity To Accomplish The Work In The Required Time;
(4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules;
(5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; If Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project.
criterion 1 - Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines – Architectural, Electrical, Mechanical, And Structural Design.
submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf330 Part 1 Section G.
criterion 2 - Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design. Offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Like Those Anticipated Under This Contract About:
special Knowledge Of Mechanical, Electrical And Structural Engineering.
experience Working In And Around An Operational Hospital
specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team.
submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Example Projects Shall Note Project’s Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf330 Part 1, Section F Item 25 “firms From Section C Involved In This Project,” Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. Additionally, Firms Are Required To Return And Submit The Attachment B Titled Criterion 2 Format, Which Will Clearly Demonstrate Specific Experiences And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Specifically List Similar Scoped Projects Covering The Previous 10 Years And Clearly Show Participation. (see Sf330 Part I Section G, But Not Excluding Other Information Provided On The Sf330 And Supporting Documentation.)
note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower.
all Information For Criterion 2 Should Be Submitted In Part 1, Section F Of The Sf330. The Government Will Not Consider Information Submitted In Addition To Part 2, Section F In Evaluating Criterion 2.
criterion 3 - Capacity To Accomplish The Work In The Required Time. Firms/teams Will Be Evaluated In Terms Of Their Ability To Plan For And Manage Work Under The Contract And Capacity To Accomplish The Work In The Required Time.
submission Requirements: Describe The Firm’s Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm’s Capacity To Accomplish Multiple Projects Simultaneously. Additionally, Prospective Contractors Are Required To Provide A List Of Current Projects With A Design Fee Of Greater Than $25,000 Currently Being Designed In The Firm’s Office. Indicate The Availability Of The Proposed Project Team (including Sub-consultants) For The Specified Contract Performance Period In Terms Of: (1.) Both The Average And Maximum Number Of Projects Being Worked Simultaneously For The Previous Twelve (12) Month Period, For Each Key Personnel Member, (2.) The Number Of Projects Currently Being Worked By Each Key Personnel Member Identified In The Sf330, And (3.) The Number Of Projects That Could Be Added To Workload, Given Size And Complexity.
criterion 4 - Past Performance – Offerors Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 1 Projects And May Include Other Information Provided By The Firm, Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower.
note: Past Performance Information For Projects Listed Under Criterion 1.
project Recency: A Project Will Be Considered Recent Only If Performance Was Completed Within Five (5) Years Of The Date Of Issuance Of This Public Announcement. Ongoing Projects Will Not Be Considered As No Accurate Performance Record Can Exist For Work Not Yet Completed.
submission Requirements: Submit A Completed The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Submit No Less Than Three (3) And No More Than Five (5) Past Performance References For Recent And Relevant Projects Identified On Sf330 Part I Section F. Completed Ppqs Should Be Submitted With Your Sf330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment A), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) If It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 6, Attn: Samantha Cahill Via Email At Keith Hunter Via Email At Keith.hunter@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other Ae Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation.
criterion 5 - Location In The General Geographical Area (asheville, Nc) And Knowledge Of The (asheville, Nc); Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. Provided That The Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Contract, Firms/teams Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract.
submission Requirements: Indicate Firm’s/team’s Location, Including Main Offices, Branch Offices, And Any Sub Consultant’s Offices, As Well As Demonstrate How This Will Be Advantageous To The Government.
selection Interview:
discussions/interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews Will Be Asked A Series Of Established Questions. Elaborate Presentations Are Not Desired, But Selected Firms Should Be Prepared To Present A Summary Of Their Qualifications And Similar Projects To The Evaluation Team. Firms Selected To Move To This Stage Of The Evaluation Will Be Limited To A 30 Minute Time Block.
general Information:
all Design And Work Will Conform To The Current Edition Of The Va Master Specifications And Va Design Standards As Published At The Following Site: Www.cfm.va.gov; Asme, Osha, Ibc 2009, Nfpa And Nec Building Codes And Standards. Coordinate All Work Through The Contracting Officer’s Representative (cor) Of Facilities Management Service. Contractor Is Responsible For All Cleanups And Refuse Disposal Throughout The Construction Period. The Ae Firm Will Prepare Drawings And Specifications In Enough Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Construction Work. Microsoft Project Scheduling And Management Software Will Be Used By Both The Ae And Contractors To Allow For Regular Tracking Of Schedules And Work By The Va Medical Center. Schedules With Ms Project Will Be Regularly Sent To The Cor Upon Project Initiation And Whenever Significant Changes Occur In The Schedule. The Estimated Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The Ae Will Provide An Initial Estimate Of Cost To Perform The Above Work And Will Design Only Those Items That Can Be Provided Within The Cost Limitation. The Estimated Cost Of Construction (ecc) Shall Only Be Provided To The Contractor In Which A Formal Proposal Is Sought For The Purposes Of Providing A Proposal. The Medical Center Must Remain Operational Throughout The Construction Period And A Detailed Sequence Of Work Will Be Provided By The Ae To Minimize Impact Of The Construction. The Ae Will Provide Documents At Each Submission As Indicated In The Statement Of Work. The Naics Code For This Procurement Will Be 541330, Engineering Services. The Current Small Business Size Standard For 541330 Is $25.5 Million.
design Costs: All Offerors Are Advised That In Accordance With Vaar 836.606-71(a) The Total Cost Of The Architect Or Engineer Services Contracted For Must Not Exceed Six Percent (6%) Of The Estimated Cost Of The Construction Project Plus Any Fees For Related Services And Activities. Additionally, Far 52.236-22 Design Within Funding Limitations, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Rated A-e Firm(s) Selected In Accordance With The Outlined Process.
limitations On Subcontracting: In Accordance With Vaar 852.219-73, Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Business And 13 Cfr 125.6, A Service-disabled Veteran-owned Small Business Concern (sdvosb) Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50% Of The Amount Paid By The Government To Firms That Are Not Similarly Situated. Firms That Are “similarly Situated” Are Those That Are Also Cve-registered Sdvosbs.
requirement For Electronic Submission
unless Paper Offers Are Specifically Authorized, All Responses To This Pre-solicitation Notice Must Be Submitted Electronically As Described Below. The Only Acceptable Paper Form For This Requirement Is The Receipt Of Past Performance Questionnaires. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award For The Contract Due To Non-compliance With The Terms Of The Solicitation. You Must Submit Your Electronic Offer, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below.
in Addition, Contractors Are Notified Of The Award Via An Electronic Notice Of Award E-mail. The Award Document Will Be Attached To The Notice Of Award E-mail.
acceptable Electronic Formats(software) For Submission Of Offers
files Readable Using The Current Microsoft* Office Version Products: Word, Excel, Powerpoint, Or Access. Spreadsheet Documents Must Be Sent In A Format That Includes All Formulas, Macro, And Format Information. Print Or Scan Images Of Spreadsheets Are Not Acceptable. Please See Security Note Below For Caution Regarding Use Of Macros. When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files)
files In Adobe* Pdf (portable Document Format) Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater.
another Electronic Format. If You Wish To Submit An Offer Using Another Format Than Those Described In These Instructions, E-mail The Contracting Officer/specialist Who Issued The Solicitation. Please Submit Your Request At Least Five (5) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer.
please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns.
e-mail Submission Procedures: For Simplicity In This Guidance, All Submissions In Response To A Solicitation Will Be Referred To As Offers.
subject Line:include The Solicitation Number, Name Of Company, And Closing Date Of Solicitation.
size:maximum Size Of The E-mail Message Shall Not Exceed Ten (10) Megabytes.the Sf330, In Its Entirety, Shall Not Exceed One Email Of 5mb. The Sf330 (not Including Past Performance Questionnaires) Are Limited To 30 Pages. If The Page Limits Are Exceeded, The Pages In Excess Of The Limit Will Not Be Read Nor Considered. Only One Email Is Permitted Unless Otherwise Stated In This Paragraph Or In Writing By The Contract Officer Submitting The Solicitation. Due To Va It Security Protocols, Email Submissions Are Limited To 10mb Per Email. Furthermore, It Is The Sole Responsibility Of The Prospective Firms To Confirm Receipt Of Their Submission In Its Entirety Prior To The Closing Date And Time Of Their Submission In Response To This Synopsis.
security Issues, Late Bids, Unreadable Offers
late Submission Of Offers Is Outlined At Far Parts 52.212-1(f), 52.214-7, And 52.215-1(c)(3). Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission.
please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers.
to Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus, Or Which Are Otherwise Unreadable Will Be Treated As “unreadable” Pursuant To Far Parts 14.406 And Far 15.207(c).
the Virus Scanning Software Used By Our E-mail Systems Cannot Always Distinguish A Macro From A Virus. Therefore, Sending A Macro Embedded In An E-mail Message Or An E-mail Attachment May Cause The E-mail Offer To Be Quarantined. You May Send Both The Spreadsheet And The Spreadsheet Saved In Pdf Format To Ensure That Your Proposal Is Readable.
password Protecting Your Submission Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Individuals.
important Notice: Apparent Successful Offerors Must Apply For And Receive Verification From The Small Business Administration (sba) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Enough To Establish Appropriate Status, Offerors Must Be Both Visible And Verified By The Small Business Administration (sba) At The Time Of Submission Of Offers And At The Time Of Award. Failure To Be Both Verified By Sba And Visible On Vetcert At The Time Of Submission Of Offers And At The Time Of Award Will Result In The Offeror’s Proposal Being Deemed Non-compliant. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Sba Verification Of Their Sdvosb Status If They Have Not Already Done So.
important Addendum To 852.219-73 Va Notice Of Service-disabled Veteran-owned Small Business Set Aside: Va’s Vendor Information Pages (vip) Database Is No Longer Active. Small Business Administration Will Now Verify Sdvosb Status. Offerors Must Be Listed On Sba’s Veteran Small Business Certification (vetcert) Database At Https://veterans.certify.sba.gov/.
852.219-73 Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses.
as Prescribed In 819.7011, Insert The Following Clause:
va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022)
(a) Definition. For The Department Of Veterans Affairs, “service-disabled Veteran-owned Small Business Concern Or Sdvosb”:
(1) Means A Small Business Concern -
(i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition);
(ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran.
(iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document.
(iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And
(v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause.
(2) The Term “service-disabled Veteran” Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16).
(3) The Term “small Business Concern” Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632).
(4) The Term “small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities” Has The Meaning Given The Term “small Business Concern Owned And Controlled By Service-disabled Veterans” Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause).
(b) General.
(1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award.
(3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences.
(c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70.
(d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or “similarly Situated” (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows:
(1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract
(2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs.
(4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs.
(5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
x By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
__by The End Of The Performance Period For Each Order Issued Under The Contract.
(f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program.
(h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment).
(end Clause)
Closing Date24 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Description: Sources Sought Notice
important: Read This Notice In Its Entirety Before Responding. Services Are Sporadic And No Routine Schedule Or Quantity Can Be Firmly Identified
the Department Of Veterans Affairs (va), Network Contracting Office (nco) 23, On Behalf Of The Sioux Falls Sd Va Hospital, Is Seeking Information And Potential Sources For Onsite Licensed General Surgeon Gastroenterology Services. The Period Of Performance Will Be For One Year And Includes Four (4) One-year Option Periods.
the Contractor Shall Provide Onsite Licensed General Surgeon Gastroenterology Services In Accordance With The Terms, Conditions, And Specifications Contained Herein To Beneficiaries Of The Department Of Veteran Affairs (va), Sioux Falls Va Health Care System (vahcs). The Total Number Of Hours Required Is 416 Hours Annually. Services May Be Required On A 24-hour Per Day, Seven Days Per Week Basis, Including Holidays And Weekends. On Call Services May Be Required. See Attached Performance Work Statement (pws) For Additional Information.
the Naics For This Requirement Is 561320 Temporary Help Services, Which Has A Small Business Size Standard Of $34.0 Million. It Is The Intent Of The Va To Issue A Single Award, Firm Fixed Price Contract.
this Is A Sources Sought Notice Only. This Sources Sought Notice Will Be Used To Obtain Information Regarding The Provision Of F Onsite Licensed General Surgeon Gastroenterology Services From Potential Vendors, Identify Potential Vendors That Would Be Interested And Capable Of Providing Onsite Licensed General Surgeon Gastroenterology Services Within The Requested Timeframe, And To Assist The Contracting Officer In Making A Set-aside Determination. This Source Sought Notice And Any Responses Are For Market Research Purposes Only And Shall Not Be Considered An Obligation On The Part Of The Government To Acquire Any Services.
this Source Sought Notice Is Not A Solicitation, And No Contractual Arrangement Will Be Made As A Result. Vendors Are Advised That No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of A Contractor Submission To This Sources Sought Notice Or The Government's Use Of Such Information. All Costs Associated With Responding To This Sources Sought Notice Are Solely At The Responding Vendors Expense. The Government Reserves The Right To Reject, In Whole Or In Part, Any Vendor's Input Resulting From This Sources Sought Notice. Information Submitted In Response To This Sources Sought Notice Will Not Be Returned.
all Submitted Information Should Be Unclassified Or Non-proprietary. Vendors Are Solely Responsible For Properly Marking And Clearly Identifying Any Proprietary Information Or Trade Secrets Contained With Its Response. The Government Will Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Marked And Clearly Identified.
by Responding To This Sources Sought Notice, The Vendor Provides The Government Permission To Share Its Submitted Capabilities And Contact Information With Other Government Organizations In Relationship To Similar Requirements For Market Research Purposes. To Be Considered Complete, Responses To This Sources Sought Notice Shall Include The Information Below.
provide A Brief Description Of The Company Background, Experience In Providing Onsite Licensed General Surgeon Gastroenterology Services As The Prime Contractor/subcontractor, Socioeconomic Status, Past Performance With Government Contracts, And Contractor Sam Uei Number.
indicate If Subcontractors/partners Be Used For Any Part Of The Delivery Of Onsite Licensed General Surgeon Gastroenterology Services? If Yes, Specify The Duties Of The Prime Contractor And Any Subcontractors/partners.
if Company Is A Veteran And/or Small Business, Indicate If Able To Comply With The Limitations On Subcontracting At 13 Cfr 125.6, Which States That For Services A Small Business Concern Must Agree That It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated.
include Copy Of Small Business Administration Verification At Veteran Small Business Certification (sba.gov) If Claiming Veteran-owned Small Business Or Service-disabled Veteran-owned Small Business Socioeconomic Status As Prime Contractor Or For Any Subcontractors/partners.
provide A Copy Of Current Certificate Of Liability Insurance In Vendor S Name.
all Interested Parties, Regardless Of Socioeconomic Status, Capable Of Providing The Required Onsite Licensed General Surgeon Gastroenterology Services Above Shall Submit A Response Via Email To The Contracting Specialist At Tina.bernad@va.gov No Later Than January 3, 2025, 11:00 A.m. Central Time.
performance Work Statement
onsite General Surgeon Gastroenterology Services
general:
services Provided: The Contractor Shall Provide Board Certified/board Eligible General Surgery Physician Services Onsite In Accordance With The Specifications Contained Herein To Beneficiaries Of The Va And The Royal C. Johnson Veterans Memorial Hospital (sioux Falls Va).
place Of Performance: Contractor Shall Furnish Services At The Royal C. Johnson Veterans Memorial Hospital (sioux Falls Va), 2501 W 22nd St, Sioux Falls, Sd 57105.
authority: Title 38 Usc 8153, Health Care Resources (hcr) Sharing Authority. Remember To Identify The Federal Acquisition Regulation (far) Parts Used (far 12 In Combination With 13, 15 And/or Va Acquisition Regulation (vaar) Part 873)
policy/directives/handbooks. The Contractor Shall Be Subject To The Following Policies, Including Any Subsequent Updates During The Period Of Performance. The Policies Listed Below Can Be Accessed Electronically At The Following: Va Publications Vha Publications
va Directive 1663: Health Care Resources (hcr) Contracting Buying Title 38 U.s.c. 8153
1.4.2. Vha Directive 1003.04: Vha Patient Advocacy
vha Directive 1065: Productivity And Staffing Guidance For Specialty Provider Group Practice
vha Directive 1088(1): Communicating Test Results To Providers And Patients
vha Directive 1100.18: Reporting And Responding To State Licensing Boards
vha Directive 1100.20: Credentialing Of Health Care Providers
vha Directive 1100.21: Privileging
vha Directive 1192.01: Seasonal Influenza Vaccination Program For Vha Health Care Personnel
vha Directive 1220(1): Facility Procedure Complexity Designation Requirements To Perform Invasive Procedures In Any Clinical Setting
vha Directive 1400.01: (not Applicable, Please Remove)
vha Directive 1605.01: Privacy And Release Of Information
vha Directive 1907.01: Vha Health Information Management And Health Records
vha Handbook 1100.17: National Practitioner Data Bank (npdb) Reports
vha Handbook 1400.04: (not Applicable, Please Remove)
privacy Act Of 1974 (5 U.s.c. 552a) As Amended: Http://www.justice.gov/oip/foia_updates/vol_xvii_4/page2.htm
acronyms/definitions: Terms Used In This Contract Shall Be Interpreted As Follows Unless The Context Expressly Requires A Different Construction And/or Interpretation. In Case Of A Conflict In Language Between The Definitions And Other Sections Of This Contract, The Language In This Section Shall Govern.
abs: American Board Of Surgery Http://www.absurgery.org/
acgme: Accreditation Council For Graduate Medical Education
acls: Advanced Cardiac Life Support
ajic: American Journal For Infection Control
aql: Acceptable Quality Level
baa: Business Associate Agreement
bba: Balanced Budget Act
bls: Basic Life Support
cdc: Centers For Disease Control And Prevention
cdr: Contract Deficiency Report
ceu: Certified Education Unit
clinical Privileging: Clinical Privileging Is The Process By Which A Practitioner, Licensed For Independent Practice; E.g., Without Supervision, Direction, Required Sponsor, Preceptor, Mandatory Collaboration, Etc.; Is Permitted By Law And The Facility To Practice Independently, To Provide Specific Medical Or Other Patient Care Services Within The Scope Of The Individual S License, Based Upon The Individual S Clinical Competence As Determined By Peer References, Professional Experience, Health Status, Education, Training And Licensure. Clinical Privileges Must Be Facility-specific And Provider-specific, And Within Available Resources.
cme: Continuing Medical Education
cmp: Civil Monetary Penalty
cms: Centers For Medicare And Medicaid Services
co: Contracting Officer: The Person Executing This Contract On Behalf Of The Government With The Authority To Enter Into And Administer Contracts And Make Related Determinations And Findings.
coi: Conflict Of Interest
cor: Contracting Officer S Representative: A Person Appointed By The Co To Take Necessary Action To Ensure The Contractor Performs In Accordance With And Adheres To The Specifications Contained In The Contract And To Protect The Interest Of The Government. The Cor Shall Report To The Co Promptly Any Indication Of Non-compliance In Order That Appropriate Action Can Be Taken.
cos: Chief Of Staff
cpars: Contractor Performance Assessment Reporting System
credentialing: Credentialing Is The Process Of Obtaining, Verifying, And Assessing The Qualifications Of A Health Care Provider To Provide Care Or Services In Or For The Va Health Care System. Credentials Are Documented Evidence Of Licensure, Education, Training, Experience Or Other Qualifications.
dea: Drug Enforcement Agency
ehr: Electronic Health Record - Electronic Health Record System Used By The Va
epa: Environmental Protection Agency
fapiis: Federal Awardee Performance And Integrity Information System
far: Federal Acquisition Regulation
foia: Freedom Of Information Act
fppe: Focused Provider Practice Evaluation
fsmb: Federation Of State Medical Boards
fte: Full Time Equivalent: Va S Standard Definition Is For Full Time Working The Equivalent Of 80 Hours Every Two Weeks, 2080 Hours Per Year. Â however, Providers May Propose Using Their Standard Fte Definition.
hhs: Department Of Health And Human Services
hicpac: Hospital Infection Practices Advisory Committee
hipaa: Health Insurance Portability And Accountability Act
igra: Interferon-gamma Release Assays
iso: Information Security Officer
key Personnel: The Individuals Specified In This Contract Who Are Essential To Work Performance.
mri: Magnetic Resonance Imaging
mst: Military Sexual Trauma
npi: National Provider Identifier. Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers).
nppes: National Plan And Provider Enumeration System
nso: National Surgery Office
ogc: Office Of General Counsel
oig: Office Of Inspector General
oppe: Ongoing Provider Practice Evaluation
or: Operating Room
pop: Period Of Performance
ppd: Purified Protein Derivative
ppirs: Past Performance Information Retrieval System
pws: Performance Work Statement
qa/qi: Quality Assurance/quality Improvement
qm/pi: Quality Management/performance Improvement
qasp: Quality Assurance Surveillance Plan
rfp: Request For Proposal
scs: Specialty Care Services
ssac: Sole Source Affiliate Contract
tjc: The Joint Commission
tst: Tuberculosis Skin Test
usc: United States Code
va: Department Of Veterans Affairs
va-fsc: Va Financial Services Center
vaar: Va Acquisition Regulation
vetpro: Is Vha S Mandatory Credentialing Software Platform To Document The Credentialing Of Vha Health Care Providers. This System Facilitates Completion Of A Uniform, Accurate And Complete Credentials File.
vha: Veterans Health Administration
vista: Veterans Integrated Systems Technology Architecture
qualifications:
staff/facility
license: The Contractor S Physician(s) Assigned By The Contractor To Perform The Services Covered By This Contract Shall Have A Current License To Practice Medicine In Any State, Territory, Or Commonwealth Of The United States Or The District Of Columbia) When Services Are Performed Onsite On Va Property.
all Licenses Held By The Key Personnel Working On This Contract Shall Be Full And Unrestricted Licenses. Contractor S Physician(s) Who Have Current, Full And Unrestricted Licenses In One Or More States, But Who Have, Or Ever Had, A License Restricted, Suspended, Revoked, Voluntarily Revoked, Voluntarily Surrendered Pending Action Or Denied Upon Application Will Not Be Considered For The Purposes Of This Contract.
board Certification: All Contractor S Physician(s) Shall Be Board Certified/board Eligible By The Abs Http://www.absurgery.org/, And Be Currently Certified In Bls, Acls Or Equivalency. All Continuing Education Courses Required For Maintaining Certification Must Be Kept Up To Date At All Times. Documentation Verifying Current Certification Shall Be Provided By The Contractor To The Va Cor On An Annual Basis For Each Year Of Contract Performance.
credentialing And Privileging: Credentialing And Privileging Is To Be Done In Accordance With The Provisions Of Vha Directive 1100.20 And Vha Directive 1100.21 Referenced Above. The Contractor Is Responsible To Ensure That Proposed Physician(s) Possesses The Requisite Credentials Enabling The Granting Of Privileges. No Services Shall Be Provided By Any Contractor S Physician(s) Prior To Obtaining Approval By The Facility Medical Executive Board And Medical Center Director.
if A Contractor S Physician(s) And/or Other Contract Provider(s) Are Not Credentialed And Privileged Or Has Credentials/privileges Suspended Or Revoked, The Contractor Shall Furnish An Acceptable Substitute Without Any Additional Cost To The Government.
technical Proficiency: Contractor S Physician(s) Shall Be Technically Proficient In The Skills Necessary To Fulfill The Government S Requirements, Including The Ability To Speak, Understand, Read And Write English Fluently. Contractor Shall Provide Documents Upon Request Of The Co/cor To Verify Current And Ongoing Competency, Skills, Certification And/or Licensure Related To The Provision Of Care, Treatment And/or Services Performed. Contractor Shall Provide Verifiable Evidence Of All Educational And Training Experiences Including Any Gaps In Educational History For All Contractor S Physician(s) And Contractor S Physician(s) Shall Be Responsible For Abiding By The Facility's Medical Staff By-laws, Rules, And Regulations (referenced Herein) That Govern Medical Staff Behavior.
continuing Medical Education (cme)/ Certified Education Unit (ceu) Requirements: Contractor Shall Provide The Cor Copies Of Current Cmes As Required Or Requested By The Facility. Contractor S Physician(s) Registered Or Certified By National/medical Associations Shall Continue To Meet The Minimum Standards For Cme To Remain Current. Contractor Shall Report Cme Hours To The Credentials Office For Tracking. These Documents Are Required For Both Privileging And Re-privileging. Failure To Provide Shall Result In Loss Of Privileges For Contractor S Physician(s).
training (acls, Bls, Ehr And Va Mandatory): Contractor Shall Meet All Va Educational Requirements And Mandatory Course Requirements Defined Herein; All Training Must Be Completed By The Contractor S Physician(s) As Required By The Va. Other Training May Become Required. Va Will Communicate Any Changes To The Training Requirement To The Contractor.
training
frequency
annual Hours
acls/bls
as Necessary To Maintain Certification.
active Threat Training
annually
30 Minutes
blood Administration: Complication
annually
30 Minutes
ehr
annually
2 Hours
government Ethics
annually
30 Minutes
hospice And Palliative Care For Va Clinicians
annually
30 Minutes
military Sexual Trauma (mst) For Medical Providers
annually
30 Minutes
moderate Sedation In-service Training
annually
30 Minutes
pact Act 2022 Toxic Exposure Screening (tes)
annually
30 Minutes
patient Abuse
annually
30 Minutes
patient Rights
annually
30 Minutes
patient Safety
annually
30 Minutes
prevention/management Of Disruptive Behavior/violence Prevention Level I
annually
30 Minutes
prevention Of Workplace Harassment/no Fear Act
annually
30 Minutes
suicide Prevention: Suicide Risk Management Training For Clinicians
annually
30 Minutes
sux Infection Control And Blood Borne Pathogens
annually
30 Minutes
va Core Values Training (icare Recommitment)
annually
30 Minutes
va Privacy And Information Security Awareness And Rules Of Behavior
annually
30 Minutes
vha Mri Safety Training Level 1 Training (all Who Enter Mri Suites)
annually
30 Minutes
vha Privacy And Hipaa Focused Training
annually
30 Minutes
vista Imaging
one Time
30 Minutes
radiation Safety
annually
30 Minutes
standard Infection Control Measures (ppd, Immunizations, Etc.): Contractor Shall Provide Proof Of The Following For Physicians Within Five (5) Calendar Days After Contract Award And Prior To The First Duty Shift To The Cor And Co. Tests Shall Be Current Within The Past Year.
tuberculosis Testing: Contractor Shall Provide Proof Of A Negative Tuberculosis Skin Test (tst) Or Interferon-gamma Release Assays (igra) For All Contractor S Physician(s) Upon Hire In Accordance With Cdc Guidance. (this Is Applicable To All Health Care Workers). A Negative Chest Radiographic Report For Active Tuberculosis Shall Be Provided In Cases Of Positive Tst Or Igra Results.
measles, Mumps, & Rubella Testing: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
varicella: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
acellular Pertussis: Contractors Shall Provide Proof Of 1 Dose Of Tdap Vaccination For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
influenza: Contractors Shall Provide Proof That All Contractor Physicians Have Received The Annual Influenza Vaccine Unless It Is Contraindicated. If The Contractor Physician Has A Medical Contraindication To The Vaccine They Shall Be Required To Wear A Mask During The Influenza Season. {this Is Applicable To All Health Care Workers}.
covid-19: Contractors Shall Comply With Vha Supplemental Contract Requirements For Combatting Covid-19 {this Is Applicable To All Health Care Workers}. See Section D Attachment.
osha Regulation Concerning Occupational Exposure To Bloodborne Pathogens: Contractor Shall Provide Evidence Of Completing And Passing Generic Self-study Blood-borne Pathogen Training For All Contractor S Physician(s) {this Is Applicable To All Health Care Workers}; Provide Their Own Hepatitis B Vaccination Series And Hepatitisâ b Surface Antigen Test Resultsâ following The Hepatitis B Vaccination Series; Maintain An Exposure Determination And Control Plan; Maintain Required Records; And Ensure That Proper Follow-up Evaluation Is Provided Following An Exposure Incident.
the Facility Shall Notify The Contractor Of Any Significant Communicable Disease Exposures As Appropriate. Contractor Shall Adhere To Current Cdc/hicpac Guideline For Infection Control In Health Care Personnel (as Published In American Journal For Infection Control - Ajic 1998; 26:289-354 Http://www.cdc.gov/hicpac/pdf/infectcontrol98.pdf) For Disease Control. Contractor Shall Provide Follow Up Documentation Of Clearance To Return To The Workplace Prior To Their Return.
npi: Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers). The Contractor Shall Have Or Obtain Appropriate Npi And If Pertinent The Taxonomy Code Confirmation Notice Issued By The Cms Nppes Be Provided To The Co With The Proposal.
dea: Contractor Shall Provide Copy Of Current Dea Certificate.
Conflict Of Interest (coi): The Contractor And All Contractor S Physician(s) Are Responsible For Identifying And Communicating To The Co And Cor Conflicts Of Interest At The Time Of Proposal And During The Entirety Of Contract Performance. At The Time Of Proposal, The Contractor Shall Provide A Statement Which Describes, In A Concise Manner, All Relevant Facts Concerning Any Past, Present, Or Currently Planned Interest (financial, Contractual, Organizational, Or Otherwise) Or Actual Or Potential Organizational Conflicts Of Interest Relating To The Services To Be Provided. The Contractor Shall Also Provide Statements Containing The Same Information For Any Identified Consultants Or Subcontractors Who Shall Provide Services. The Contractor Must Also Provide Relevant Facts That Show How It S Organizational And/or Management System Or Other Actions Would Avoid Or Mitigate Any Actual Or Potential Organizational Conflicts Of Interest. These Statements Shall Be In Response To The Vaar Provision 852.209-70 Organizational Conflicts Of Interest And Fully Outlined In Response To The Subject Attachment In Section D Of The Solicitation Document.
citizenship Related Requirements:
the Contractor Certifies That The Contractor Shall Comply With Any And All Legal Provisions Contained In The Immigration And Nationality Act Of 1952, As Amended; Its Related Laws And Regulations That Are Enforced By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor As These May Relate To Non-immigrant Foreign Nationals Working Under Contract Or Subcontract For The Contractor While Providing Services To Va Patient Referrals.
while Performing Services For The Va, The Contractor Shall Not Knowingly Employ, Contract Or Subcontract With An Illegal Alien; Foreign National Non-immigrant Who Is In Violation Their Status, As A Result Of Their Failure To Maintain Or Comply With The Terms And Conditions Of Their Admission Into The United States. Additionally, The Contractor Is Required To Comply With All E-verify Requirements Consistent With Executive Order 12989 And Any Related Pertinent Amendments, As Well As Applicable Far.
if The Contractor Fails To Comply With Any Requirements Outlined In The Preceding Paragraphs Or Its Agency Regulations, The Va May, At Its Discretion, Require That The Foreign National Who Failed To Maintain Their Legal Status In The United States Or Otherwise Failed To Comply With The Requirements Of The Laws Administered By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor, Shall Be Prohibited From Working At The Contractor S Place Of Business That Services Va Patient Referrals; Or Other Place Where The Contractor Provides Services To Veterans Who Have Been Referred By The Va; And Shall Form The Basis For Termination Of This Contract For Breach.
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 Prosecution Under 18 U.s.c. 1001.
the Contractor Agrees To Obtain A Similar Certification From Its Subcontractors. The Certification Shall Be Made As Part Of The Offerors Response To The Rfp Using The Subject Attachment In Section D Of The Solicitation Document.
annual Oig Statement: In Accordance With Hipaa And The Balanced Budget Act (bba) Of 1977, The Hhs Oig Has Established A List Of Parties And Entities Excluded From Federal Health Care Programs. Specifically, 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.
therefore, Contractor Shall Review The Hhs Oig List Of Excluded Individuals/entities On The Hhs Oig Web Site At Http://oig.hhs.gov/exclusions/index.asp To Ensure That The Proposed Contractor S Physician(s) Are Not Listed. Contractor Should Note That Any Excluded Individual Or Entity That Submits A Claim For Reimbursement To A Federal Health Care Program, Or Causes Such A Claim To Be Submitted, May Be Subject To A Civil Monetary Penalty (cmp) For Each Item Or Service Furnished During A Period That The Person Was Excluded And May Also Be Subject To Treble Damages For The Amount Claimed For Each Item Or Service. Cmp S May Also Be Imposed Against The Contractor That Employ Or Enter Into Contracts With Excluded Individuals To Provide Items Or Services To Federal Program Beneficiaries.
by Submitting Their Proposal, The Contractor Certifies That The Hhs Oig List Of Excluded Individuals/entities Has Been Reviewed And That The Contractors Are And/or Firm Is Not Listed As Of The Date The Offer/bid Was Signed.
clinical/professional Performance: The Qualifications Of Contractor Personnel Are Subject To Review By Facility Cos Or His/her Clinical Designee And Approval By The Medical Center Director As Provided In Vha Directive 1100.20 And Vha Directive 1100.21. Clinical/professional Performance Monitoring And Review Of All Clinical Personnel Covered By This Contract For Quality Purposes Will Be Provided By The Facility Cos And/or The Chief Of The Service Or His Designee. A Clinical Cor May Be Appointed, However, Only The Co Is Authorized To Consider Any Contract Modification Request And/or Make Changes To The Contract During The Administration Of The Resultant Contract.
non Personal Healthcare Services: The Parties Agree That The Contractor And All Contractor S Physician(s) Shall Not Be Considered Va Employees For Any Purpose.
indemnification: The Contractor Shall Be Liable For, And Shall Indemnify And Hold Harmless The Government Against, All Actions Or Claims For Loss Of Or Damage To Property Or The Injury Or Death Of Persons, Arising Out Of Or Resulting From The Fault, Negligence, Or Act Or Omission Of The Contractor, Its Agents, Or Employees.
prohibition Against Self-referral: Contractor S Physicians Are Prohibited From Referring Va Patients To Contractor S Or Their Own Practice(s).
inherent Government Functions: Contractor And Contractor S Physician(s) Shall Not Perform Inherently Governmental Functions. This Includes, But Is Not Limited To, Determination Of Agency Policy, Determination Of Federal Program Priorities For Budget Requests, Direction And Control Of Government Employees (outside A Clinical Context), Selection Or Non-selection Of Individuals For Federal Government Employment Including The Interviewing Of Individuals For Employment, Approval Of Position Descriptions And Performance Standards For Federal Employees, Approving Any Contractual Documents, Approval Of Federal Licensing Actions And Inspections, And/or Determination Of Budget Policy, Guidance, And Strategy.
employee Status: The Contractor Shall Be Responsible For Protecting Contractor S Physician(s) Furnishing Services. To Carry Out This Responsibility, The Contractor Shall Provide Or Certify That The Following Is Provided For All Their Staff Providing Services Under The Resultant Contract:
workers Compensation
professional Liability Insurance
health Examinations
income Tax Withholding, And
social Security Payments.
tort Liability: The Federal Tort Claims Act Does Not Cover Contractor Or Contractor S Physician(s). When A Contractor Or Contractor S Physician(s) Has Been Identified As A Provider In A Tort Claim, The Contractor Shall Be Responsible For Notifying Their Legal Counsel And/or Insurance Carrier. Any Settlement Or Judgment Arising From A Contractor S (or Contractor S Physician(s)) Action Or Non-action Shall Be The Responsibility Of The Contractor And/or Insurance Carrier.
key Personnel:
the Va Full Time Equivalent (fte) For The Services Required Is 416 Hours = .20 Va Fte.
the Minimum Number Of Board Certified/board Eligible General Surgery Physicians Required To Be Onsite Daily Is 1 To Be Onsite As Defined In Paragraph Hours Of Operation In This Section.
the Contractor Shall Be Responsible For Providing Coverage To The Va During Periods Of Vacancies Of The Contractor S Personnel Due To Sick Leave, Personal Leave, Vacations And Additional Coverage As Required. In The Event A Scheduled Physician Is Unable To Complete An Assigned Shift, The Contractor Shall Provide Replacement Physician Coverage Within 2 Hours And Notify The Cor Immediately Of The Schedule Change.
personnel Substitutions: During The First Ninety (90) Calendar Days Of Performance, The Contractor Shall Make No Substitutions Of Key Personnel Unless The Substitution Is Necessitated By Illness, Death Or Termination Of Employment. The Contractor Shall Notify The Co, In Writing, Within 7 Calendar Day(s) After The Occurrence Of Any Of These Events And Provide The Information Required Below. After 90 Days, The Contractor Shall Submit The Information Required Below To The Co At Least 60 Calendar Days Prior To Making Any Permanent Substitutions.
the Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitutions, Complete Resumes For The Proposed Substitutes, And Any Additional Information Requested By The Co. Proposed Substitutes Shall Have Comparable Qualifications To Those Of The Persons Being Replaced. The Co Will Notify The Contractor Within 7 Calendar Days After Receipt Of All Required Information Of The Decision On The Proposed Substitutes. The Contract Will Be Modified To Reflect Any Approved Changes Of Key Personnel.
for Temporary Substitutions Where The Key Person Shall Not Be Reporting To Work For 2 Consecutive Workdays Or More, The Contractor Shall Provide A Qualified Replacement For The Key Person. The Substitute Shall Have Comparable Qualifications To The Key Person. Any Period Exceeding Two Weeks Will Require The Procedure As Stated Above.
the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. Should The Va Cos Or Designee Show Documented Clinical Problems Or Continual Unprofessional Behavior/actions With Any Contractor S Physician(s), S/he May Request, Without Cause, Immediate Replacement Of Said Contractor S Physician(s). The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Physician(s) Conduct. The Final Arbiter On Questions Of Acceptability Is The Co.
contingency Plan: Because Continuity Of Care Is An Essential Part Of Facility S Medical Services, The Contractor Shall Have A Contingency Plan In Place To Be Utilized If The Contractor S Physician(s) Leaves Contractor S Employment Or Is Unable To Continue Performance In Accordance With The Terms And Conditions Of The Resulting Contract.
va Hours Of Operation/scheduling:
va Business Hours: Va Clinc Days And Prouders Are From Monday Through Friday 7am To 3pm.
clinic Or Or Schedule: Contract S Physician(s) Will Be Scheduled Tuesday S And Friday S Between The Hours Of 7am To 3pm.
patients Must Be Seen By A Contractor S Physician(s) Onsite At The Sfvamc In A Timely Manner In Accordance With Va Rules And Regulations On Clinic Wait Times And Consult Completion. Contractor Shall Notify The Cor At Least Monthly About Any Obstacles To Meeting This Performance Measure.
contractor S Physician(s) Shall Be Available And Present In Clinic During Normal Sfvamc Clinic Hours, Which Will Be Established, And May Be Revised, As Deemed Appropriate For Patient Care By The Cos. Currently, Normal Clinic Hours Are 7am To 3pm.
federal Holidays: The Following Holidays Are Observed By The Va:
new Year S Day
president S Day
martin Luther King S Birthday
memorial Day
juneteenth
independence Day
labor Day
columbus Day
veterans Day
thanksgiving
christmas
any Day Specifically Declared To Be A National Holiday.
cancellations: 45 Days Notice From Contractor, If No Provider S Are Available.
contractor Responsibilities:
clinical Personnel Required: The Contractor Shall Provide Contractor S Physician(s) Who Are Competent, Qualified Per This Performance Work Statement And Adequately Trained To Perform Assigned Duties.
contractor S Physician(s) Shall Be Responsible For Signing In And Out When In Attendance. Time Sheets Will Be Used By The Cor To Confirm Hours/day And Services Provided Against The Contractor S Invoices.
standards Of Care: The Contractor S Physician(s) Care Shall Cover The Range Of General Surgery Services As Would Be Provided In A State-of-the-art Civilian Medical Treatment Facility And The Standard Of Care Shall Be Of A Quality, Meeting Or Exceeding Currently Recognized The Joint Commission (tjc), Va And National Standards As Established By:
the Abs Http://www.absurgery.org/
the Professional Standards Of Tjc: Http://www.jointcommission.org/standards_information/standards.aspx
the Standards Of The American Hospital Association (aha): Http://www.hpoe.org/resources?show=100&type=8
the Requirements Contained In This Pws
(not Applicable)
medical Records:
authorities: Contractor S Physician(s) Providing Healthcare Services To Va Patients Shall Be Considered As Part Of The Department Healthcare Activity And Shall Comply With The 5 U.s.c.552a (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), Title 5 U.s.c. § 522a (records Maintained On Individuals) As Well As 45 C.f.r. Parts 160, 162, And 164 (hipaa).
hipaa: This Contract And Its Requirements Meet Exception In 45 Cfr 164.502(e), And Do Not Require A Baa In Order For Covered Entity To Disclose Protected Health Information To: A Health Care Provider For Treatment Of Va Patients. Based On This Exception, A Baa Is Not Required For This Contract. Health Records Generated By This Contract Or Provided To The Contractors By The Va Are Covered By The Va Privacy Act System Of Records Entitled Patient Medical Records-va (24va10a7). Contractor Generated Va Patient Records Are The Property Of The Va And Shall Not Be Accessed, Released, Transferred, Or Destroyed Except In Accordance With Applicable Laws And Regulations. Contractor Shall Ensure That All Records Pertaining To Medical Care And Services Provided To Va Patients Are Captured In The Va Electronic Health Record System As Required By Va Policy As Discussed In 4.4.4.
disclosure: Contractor S Physician(s) May Have Access To Patient Medical Records For The Purpose Of Providing Medical Care And Services To Va Patients And Performing Services Under The Contract; However, Contractor Shall Obtain Permission From The Va Before Disclosing Any Patient Information Outside Va. Va Authorizes The Contractor To Discuss Patient Health Information For Coordination Of Care Within Community Health Care Providers In Compliance With Va Regulations, Hipaa And Vha Directive 1605.1, Privacy And Release Of Information. The Va Will Provide The Contractor With A Copy Of Vha Directive 1907.01, Health Information Management And Health Records And Vha Directive1605.1, Privacy And Release Of Information. The Penalties And Liabilities For The Unauthorized Disclosure Of Va Patient Information Mandated By The Statutes And Regulations Mentioned Above, Apply To The Contractor.
professional Standards For Documenting Care: Care Shall Be Appropriately Documented In Medical Records In Accordance With Standard Commercial Practice And Guidelines Established By Vha Directive 1907.01 Health Information Management And Health Records: Https://www.va.gov/vhapublications/viewpublication.asp?pub_id=9235 And All Guidelines Provided By The Facility.
release Of Information: The Va Shall Maintain Control Of Releasing Any Copies Of Patient Health Information Or Health Records And Will Follow Policies And Standards As Defined, But Not Limited To Privacy Act Requirements. The Contractor Will Not Release Or Disclose Copies Of Records And Will Refer All Such Requests To The Release Of Information Department At The Va Facility Where Assigned.
management For Medical Records: National Archives And Records Administration Record Disposition Requirements Are Found In Rcs 10-1 Chapter 6, 6000 Series.
direct Patient Care: 100% Of The Time Involved In Direct Patient Care. Contractor Shall Be Responsible For:
scope Of Care: Contractor S Physician(s) Shall Be Responsible For Providing General Surgery Physician Care, Including, But Not Limited To:
clinic Responsibilities: Contractor Physician(s) Shall Be Present On Time For Any Scheduled Clinics/surgeries Start Times As Documented By Physical Presence In The Clinic Or Or At The Scheduled Start Time.
communication Of Test Results: Mechanisms Must Be In-place To Provide Notification Of Test Results For Patients Receiving Care In Accordance With Vha Directive 1088, Communicating Test Results To Providers And Patients.
medications: Contractor S Physician(s) Shall Follow All Established Medication Policies And Procedures. No Sample Medications Shall Be Provided To Patients.
discharge Education: Provide Discharge Education And Follow Up Instructions That Are Coordinated With The Next Care Setting For All General Surgery Clinical Or Surgical Patients.
(not Applicable)
qa/qi Documentation: The Contractor S Physician(s) Shall Complete The Appropriate Qm/pi Documentation Pertaining To All Procedures, Complications And Outcome Of Examinations.
patient Safety Compliance And Reporting: Contractor S Physician(s) Shall Follow All Established Patient Safety And Infection Control Standards Of Care. Contractor S Physician(s) Shall Make Every Effort To Prevent Medication Errors, Falls, And Patient Injury Caused By Acts Of Commission Or Omission In The Delivery Of Care. All Events Related To Patient Injury, Medication Errors, And Other Breeches Of Patient Safety Shall Be Documented In The Medical Record Of Those Impacted And Disclosed To The Patient Or Surrogate. As Soon As Practicable (but Within 24 Hours) Contractors Shall Notify Cor Of Incident And Submit An Entry In The Va Patient Safety Reporting System, Following Up With Cor As Required Or Requested.
performance Standards, Quality Assurance (qa) And Quality Improvement(qi):
quality Management/quality Assurance Surveillance: Contract Personnel Shall Be Subject To Quality Management Measures, Such As Patient Satisfaction Surveys, Timely Completion Of Medical Records, And Peer Reviews. Methods Of Surveillance: Focused Provider Practice Evaluation (fppe) And Ongoing Provider Practice Evaluation (oppe). Contractor Performance Will Be Monitored By The Government Using The Standards As Outlined In This Pws And Methods Of Surveillance Detailed In The Qasp. The Qasp Shall Be Attached To The Resultant Contract And Shall Define The Methods And Frequency Of Surveillance Conducted.
patient Complaints: The Co Will Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. If The Contractor Is Involved And Named In A Validated Patient Complaint, The Government Reserves The Right To Refuse Acceptance Of The Services Of Such Personnel. This Does Not Preclude Refusal In The Event Of Incidents Involving Physical Or Verbal Abuse.
the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Conduct. The Final Arbiter On Questions Of Acceptability Is The Co.
performance Standards:
measure: Provider Quality Performance
performance Requirement: All Contractor S Physician(s) Shall Perform In Accordance With Clinical Standards
standard: Oppe Documentation For All (100%) Staff Providing Services Under The Contract. All Staff (100%) Meet Standards
aql: 100% Meet Standards
surveillance Method: Oppe Data Pertinent To Care Performed For Each Provider Working Under This Contract. Oppe Data Will Review The Following Elements:
patient Care Performance
medical/clinical Knowledge
practiced Based Learning And Improvement
interpersonal And Communication Skills
professionalism
system Based Practice
frequency: Annual
measure: Qualifications Of Key Personnel
performance Requirement: All Contractor S Physician(s) Shall Be Board Certified/board Eligible Accordance With Abs Standards For General Surgery
standard: All (100%) Contractor S Physician(s) Are Board Certified/board Eligible
aql: 100%
surveillance Method: Periodic Inspection Of Qualification Documents
frequency: Bi-annually
measure: Scope Of Practice/privileging
performance Requirement: Contractor S Physician(s) Perform Within Their Individual Scopes Of Practice/privileging
standard: All (100%) Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time
aql: 100% Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time
surveillance Method: Random Sampling Of Records
frequency: Every 6 Months
measure: Patient Access
performance Requirement: The Contractor Shall Provide Contractor S Physician(s) In Accordance With The Operating Hours And Va Clinical Schedule Outlined In This Pws
standard: All (100%) Contractor S Physician(s) Are On Time And Available To Perform Services
aql: Contractor S Physician(s) Is On-time And Available To Perform Services 95% Of The Time
surveillance Method: Periodic Inspection Of Time And Attendance Sheets
frequency: Daily
measure: Patient Safety
performance Requirement: Patient Safety Incidents Shall Be Reported Using Va Patient Safety Reporting System. All Incidents Reported Immediately (within 24 Hours.)
standard: All (100%) Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident
aql: 100% Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident
surveillance Method: Periodic Inspection
frequency: Daily
measure: Maintains Licensing, Registration, And Certification
performance Requirement: Updated Licensing, Registration And Certification Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current
standard: All (100%) Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current
aql: 100% Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current. No Acceptable Deviation.
surveillance Method: Periodic Inspection
frequency: Annually
measure: Mandatory Training
performance Requirement: Contractor Shall Complete All Required Training On Time Per Facility Policy
standard: All (100%) Of Required Training Is Complete On Time By Contractor S Physician(s)
aql: 95% Completions
surveillance Method: Periodic Inspection Or Random Sampling
frequency: Annually
measure: Privacy, Confidentiality And Hipaa
performance Requirement: Contractor Is Aware Of All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa And Complies With All Standards Zero Breaches Of Privacy Or Confidentiality
standard: All (100%) Contractor S Physician(s) Comply With All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa
aql: 100% Compliance
surveillance Method: Periodic Inspection; Contractor Shall Provide Evidence Of Annual Training Required By The Facility, Reports Violations Per Va Handbook 6500.6
frequency: Annually
registration With Contractor Performance Assessment Reporting System
as Prescribed In Far Part 42.15, The Va Evaluates Contractor Past Performance On All Contracts That Exceed The Simplified Acquisition Threshold And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database, Cpars, Which Is Maintained By The Naval Sea Logistics Center In Portsmouth, New Hampshire. Cpars Has Connectivity With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. Ppirs Is The System Used To Collect And Retrieve Performance Assessment Reports Used In Source Selection Determinations And Completed Cpars Report Cards Transferred To Ppirs. Cpars Also Includes Access To The Federal Awardee Performance And Integrity Information System (fapiis). Fapiis Is A Web-enabled Application Accessed Via Cpars For Contractor Responsibility Determination Information.
each Contractor Whose Contract Award Is Estimated To Exceed The Simplified Acquisition Threshold Requires A Cpars Evaluation. A Government Focal Point Will Register Your Contract Within Thirty Days After Contract Award And, At That Time, You Will Receive An Email Message With A User Id (to Be Used When Reviewing Evaluations). Additional Information Regarding The Evaluation Process Can Be Found At Www.cpars.gov Or If You Have Any Questions, You May Contact The Customer Support Desk @ Dsn: 684-1690 Or Comm: 207-438-1690.
for Contracts With A Period Of One Year Or Less, The Co Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Co Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract, When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Sixty (60) Days To Submit Any Comments And Re-assign The Report To The Co.
failure For The Contractor S Representative To Respond To The Evaluation Within Those Sixty (60) Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond; The Contractor S Representative Will Be Locked Out Of The Evaluation And May No Longer Send Comments.
government Responsibilities:
va Support Personnel, Services Or Equipment: Not Needed
contract Administration/performance Monitoring: After Award Of Contract, All Inquiries And Correspondence Relative To The Administration Of The Contract Shall Be Addressed To: (enter Contract Administration If Not Already Listed In Another Area- List The Title (not Name) And Contact Information For Cor, Clinical Point Of Contact, And Any Other Relevant Personnel Involved).
co Responsibilities:
the Co Is The Only Person Authorized To Approve Changes Or Modify Any Of The Requirements Of This Contract. The Contractor Shall Communicate With The Co On All Matters Pertaining To Contract Administration. Only The Co Is Authorized To Make Commitments Or Issue Any Modification To Include (but Not Limited To) Terms Affecting Price, Quantity Or Quality Of Performance Of This Contract.
the Co Shall Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. In The Event The Contractor Effects Any Such Change At The Direction Of Any Person Other Than The Co Without Authority, No Adjustment Shall Be Made In The Contract Price To Cover An Increase In Costs Incurred As A Result Thereof.
in The Event That Contracted Services Do Not Meet Quality And/or Safety Expectations, The Best Remedy Will Be Implemented, To Include But Not Limited To A Targeted And Time Limited Performance Improvement Plan; Increased Monitoring Of The Contracted Services; Consultation Or Training For Contractor Personnel To Be Provided By The Va; Replacement Of The Contract Personnel And/or Renegotiation Of The Contract Terms Or Termination Of The Contract.
cor Responsibilities:
the Cor Shall Be The Va Official Responsible For Verifying Contract Compliance. After Contract Award, Any Incidents Of Contractor Noncompliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co.
the Cor Will Be Responsible For Monitoring The Contractor S Performance To Ensure All Specifications And Requirements Are Fulfilled. Quality Improvement Data That Will Be Collected For Ongoing Monitoring Includes But Is Not Limited To: Enter Data That May Be Collected.
the Cor Will Maintain A Record-keeping System Of Services By Electronical Fileinvoice Payment Process System (ipps). The Cor Will Review This Data Monthly When Invoices Are Received And Certify All Invoices For Payment By Comparing The Hours Documented On The Va Record-keeping System And Those On The Invoices. Any Evidence Of The Contractor's Non-compliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co.
the Cor Will Review And Certify Monthly Invoices For Payment. If In The Event The Contractor Fails To Provide The Services In This Contract, Payments Will Be Adjusted To Compensate The Government For The Difference.
all Contract Administration Functions Will Be Retained By The Va.
special Contract Requirements:
reports/deliverables: The Contractor Shall Be Responsible For Complying With All Reporting Requirements Established By The Contract. Contractor Shall Be Responsible For Assuring The Accuracy And Completeness Of All Reports And Other Documents As Well As The Timely Submission Of Each. Contractor Shall Comply With Contract Requirements Regarding The Appropriate Reporting Formats, Instructions, Submission Timetables, And Technical Assistance As Required.
the Following Are Brief Descriptions Of Required Documents That Must Be Submitted By Contractor: Upon Award; Weekly; Monthly; Quarterly ; Annually, Etc. Identified Throughout The Pws And Is Provided Here As A Guide For Contractor Convenience. If An Item Is Within The Pws And Not Listed Here, The Contractor Remains Responsible For The Delivery Of The Item.
note To Contracting: These Items Must Be Described In 52.212-1 Addendum To Instructions To Offerors
what
submit As Noted
submit To
quality Control Plan: Description And Reporting Reflecting The Contractor S Plan For Meeting Of Contract Requirements And Performance Standards
upon Proposal And As Frequently As Indicated In The Performance Standards
co
other Than Cost And Price Information Supporting Proposed Physician Rate (required For Affiliate Onsite Hourly- Remove If It Does Not Apply)
upon Proposal, To Submit Epa Request, Upon Change In Key Personnel
co
copy Of Subcontracting Plan Is Required For All Large Businesses. Copy Of Contractor Certification Statement If No Subcontracting Possibilities Exist
upon Proposal And As Updated
co
copies Of Any And All Licenses, Board Certifications, Npi, To Include Primary Source Verification Of All Licensed And Certified Staff
upon Proposal And Upon Renewal Of Licenses And Upon Renewal Of Option Periods Or Change Of Key Personnel
co With Proposal; Renewal Submitted To Vetpro System
certification That Staff List Has Been Compared To Oig List
upon Proposal And Upon New Hires
co
proof Of Indemnification And Medical Liability Insurance
upon Proposal And Upon Renewals
co
certificates Of Completion For Cyber Security And Patient Privacy Training Courses
before Receiving An Account On Va Network And Annual Training And New Hires.
co
acls/bls Certification
upon Award And Every Two Years After Award
cor
contingency Plan For Replacing Key Personnel To Maintain Services As Required Under The Terms Of The Contract
upon Proposal And As Updated
cor
billing:
invoice Requirements And Supporting Documentation: Supporting Documentation And Invoice Must Be Submitted No Later Than The Last Workday Of The Month. Subsequent Changes Or Corrections Shall Be Submitted By Separate Invoice. In Addition To Information Required For Submission Of A Proper Invoice In Accordance With Far 52.212-4 (g), All Invoices Must Include:
name And Address Of Contractor
invoice Date And Invoice Number
contract Number And Purchase/task Order Number
date Of Service
contractor S Physician(s) (name Of Contractor S Employee)
hourly Rate
quantity Of Hours Worked
total Price
vendor Electronic Invoice Submission Methods:
invoices Will Be Electronically Submitted To The Tungsten Website At Https://www.tungstenautomation.com/. Tungsten Automation Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Automation Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten Automation To The Va-fsc Should Mirror The Current Submission Of Invoice. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). Payment Will Only Be Made For Actual Services Rendered. Payments Shall Be Made Monthly In Arrears. The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. The Contractor Shall Be Reimbursed Upon Receipt Of A Proper Invoice. For Additional Information, Please Contact:
tungsten Support
phone: 1-877-489-6135
website: Https://www.tungstenautomation.com/
department Of Veterans Affairs Financial Service Center
https://www.fsc.va.gov/einvoice.asp
â
reduction In Services: This Is A Fixed Quantity Contract For A Specified Number Of Hours. If, At The End Of The Pop, The Government Has Not Utilized The Total Number Of Hours Required Under This Contract Because Of A Change In Its Requirements, The Parties Agree That They Will Attempt To Negotiate In Good Faith A Contract Modification Reducing The Scope Of The Contract With A Corresponding Adjustment In The Total Contract Price. In No Event Will The Va Pay For Hours That Exceed The Total Number Of Hours Specified In The Contract For The Pop.
payments In Full/no Billing Va Beneficiaries: The Contractor Shall Accept Payment For Services Rendered Under This Contract As Payment In Full. Va Beneficiaries Shall Not Under Any Circumstances Be Charged Nor Their Insurance Companies Charged For Services Rendered By The Contractor, Even If Va Does Not Pay For Those Services. This Provision Shall Survive The Termination Or Ending Of The Contract.
to The Extent That The Veteran Desires Services Which Are Not A Va Benefit Or Covered Under The Terms Of This Contract, The Contractor Must Notify The Veteran That There Will Be A Charge For Such Service And That The Va Will Not Be Responsible For Payment.
the Contractor Shall Not Bill, Charge, Collect A Deposit From, Seek Compensation, Remuneration, Or Reimbursement From, Or Have Any Recourse Against, Any Person Or Entity Other Than Va For Services Provided Pursuant To This Contract. It Shall Be Considered Fraudulent For The Contractor To Bill Other Third-party Insurance Sources (including Medicare) For Services Rendered To Veteran Enrollees Under This Contract.
contractor Security Requirements (va Handbook 6500.6): Pulled From Ecms, Team Should Select Language From Each Section As Applicable.
Closing Date3 Jan 2025
Tender AmountRefer Documents
Western Philippines University Tender
Education And Training Services
Philippines
Details: Description 1 1 Copy Advanced Marketing Management/abante, Etc/2024 2 1 Copy Advanced Local Government And Regional Administration Development/abante, Etc/2024 3 1 Copy Advanced Production And Operation Management/abante, Etc/2024 4 1 Copy Advanced Public Fiscal Management, Finance And /abante, Etc/2024 5 1 Copy Assessment Of Learning 1/manas/2024 6 1 Copy Banking And Financial Institutions/bairan/2024 7 1 Copy Capital Markets/bairan/2024 8 1 Copy Charater Formation 1-patrotism And Nationalism/adra, Etc/2024 9 1 Copy Character Formation 2-leadership Making , Management And Administration/adra, Etc/2024 10 1 Copy Character Formation 1- Patriotism And Nationalism 3rd Ed./rondina, Etc/2024 11 1 Copy Character Formation 2-leadership Making , Management And Administration 3rd Ed./literfal, Etc/2024 12 1 Copy Comparative Model In Policing 4th Ed./castillo, Jr./2024 13 1 Copy Comparative Models Of Policing And Philippine National Police Policing ( Based On Prc Tos)/depayso/2024 14 1 Copy Criminological Research 2nd Ed./chavez, Etc/2024 15 1 Copy Criminological Research A Self Study Guide/depayso/2024 16 1 Copy Dispute Resolutions And Crises/incident Management/cano, Etc/2024 17 1 Copy Essentials Of Risk Management/banaag/2024 18 1 Copy Evidence/gabao/2024 19 1 Copy Facilitating Student-centered Teaching & Learning/larioque. Etc/2024 20 1 Copy Financial Analysis And Reporting/bairan/2024 21 1 Copy Financial Markets/bairan/2024 22 1 Copy Forensic Examination On Questioned Documents 5th Ed./alvarez/2024 23 1 Copy Forensic Photography 6th Ed./bulan/magadia/2024 24 1 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 25 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/barican/dausan/abordo/2024 26 1 Copy Human Behavior And Victimology /depayso/2024 27 1 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 28 1 Copy Inclusive Education In Early Childhood Settings/boholona, Et Al./2024 29 1 Copy Income & Business Taxation/bairan/2024 30 1 Copy Introduction To Consumer Behavior/pasahol/2024 31 1 Copy Introduction To Criminology /caballero/barican/2024 32 1 Copy Introduction To Criminology/cabrillas, Et Al/2024 33 1 Copy Introduction To Cybercrime & Basic Digital Investigative Analysis 3rd Ed/lagumen/lagumen/2024 34 1 Copy Introduction To Cybercrime Investigation And Environmental Laws And Protection/detran,et Al/2024 35 1 Copy Introduction To Industrial Security Concepts /depayso/2024 36 1 Copy Introduction To Industrial Security Concepts 4th Ed/bobier/2024 37 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/literal/2024 38 1 Copy Law Enforcement Operationss And Planning With Crime Mapping/tancangco/2024 39 1 Copy Non- Institutional Corrections 3rd Ed/chavez Et Al./2024 40 1 Copy Practical Methods On Roads-bridge & Drainage Structures Construction/porte/2024 41 1 Copy Retail And Wholesale Enterprises/bairan/2024 42 1 Copy Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024 43 1 Copy Special Education Book 1/reyes, Pascual/2024 44 1 Copy Strategic Operations Management 2nd Ed./serrano/2024 45 1 Copy Survey Of Afro-asian Literature/escalada-cordova,uytico/2024 46 1 Copy Principles Of Total Quality Management/pasahol, Etc/2024 47 1 Copy The Contemporary World/mananay,etc/2024 48 1 Copy The Teacher And The School Curriculum/gallardo/ Mañas/ 2024 49 1 Copy Theories Of Crime Causation/salamanca, Et Al/2024 50 1 Copy Teaching And Assessment Of Grammar/manas/2024 51 1 Copy Therapeutic Modalities 3rd Ed./balares Et Al./2024 52 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 53 1 Copy The Teaching Profession/fernando,et Al/2024 54 1 Copy Traffic Management & Accident Investigation With Driving 2nd Ed./apela, Et Al./2024 55 1 Copy Understanding Marketing Research/mutya/2024 56 1 Copy Vice And Drug Education And Control 4th Ed/cejes/libres/ 2024 57 1 Copy Vice And Drug Education And Control /tad-awan,et Al./2024 58 1 Copy Advance Management Information System/abante,et Al./2023 59 1 Copy Computer Fundamentals/revano/2023 60 1 Copy Data Analytics & Business Intelligence/abante,et Al/2023 61 1 Copy Dispute Resolution And Incident Management/capdos/lud-ayen/2023 62 1 Copy Information Management/cortez/2023 63 1 Copy Franchising/stevens/2024 64 1 Copy Advanced Management Information Management System (mis)/abante,et.al/2023 65 1 Copy Introduction To Application Development And Emerging Technologies/pomperada/2023 66 1 Copy Principles Of Foundation Engineering Based On The National Structural Code Of The Phils. 2015/castro/2023 67 1 Copy Simplified Steel Design Asd & Lrfd Based On Nscp 2015 & Aisc's Steel Construction And Manual 14e/2023/castro 68 2 Copy Teaching Science In The Elementary Grades Vol. 2: Physics, Earth And Space Obe- & Ppst Based/bilbao, Etc/2024 69 2 Copy The Teacher And The School Curriculum Obe Approach/otiner-gallardo/2024 70 2 Copy Theoretical And Practical Textbook On Lesson Planning/ Sanchez/2024 71 2 Copy Ang Bisa Ng Pag Uulit Sa Katutubong Panitikan/yapan, Alvin B./2023 98 2 Copy Introduksiyon Sa Pananaliksik Sa Wika At Panitikan (luzon)/alvarado Et Al/2022 99 2 Copy Introduksiyon Sa Pananaliksik Sa Wika At Panitikan (vizmin)/arbasto Et Al/2022 100 2 Copy Sangguniang Aklat Ng Gramatika At Pagbuo Ng Mapa/alvarado Et Al/2023 101 2 Copy Sinesosyedad: Panunuri Ng Piling Pelikulang Panlipunan/de Leon/2023 102 2 Copy Commissary Food Service/donray/2024 103 2 Copy Readings In Philippine History/dela Vega/2024 104 2 Copy Rizal And The Development Of Filipino Nationalism /garcia, Etc/2023 105 2 Copy Transcendence: Understanding Contemporary Global Dynamics, Issues, And Challenges/calilung And Coronacion/2024 106 1 Copy Environmental And Natural Resources Laws With Commentaries, Annotations… ( Hb)/claridades/2024 107 2 Copy Introduction To Philippine Politics & Governance ( With Basic Constitutional Provisions)/baes & Beler/2024 108 2 Copy Introduction To Philippine Government And Politics With Basic Constitutional Principles 2e/riodique/2024 109 2 Copy Mathematics In Modern World/reynoso, C./2024 110 1 Copy Indigenous Creative Arts/camboles, M./2024 111 1 Copy Understading The Self/vazquez, I./2024 112 1 Copy Understanding The Self: New Normal Edition/palean,et.al/2024 113 2 Copy Biological Chemistry Obe-based/chua,et.al/2022 114 2 Copy Earth Science: Quaternary Earth, The Age Of Humans, 2e/reyes/2023 115 1 Copy Physical Science/santos/2023 116 2 Copy Gender And Society/bacolod, Et Al. /2024 117 2 Copy The Revised Penal Code Book I - Understanding Criminal Law 2nd Edition/tulalian/2024 118 2 Copy Fundamentals Of Criminal Law - Revised Penal Code Book 1/abastillas /manlusoc/2023 119 2 Copy The Revised Penal Code Book Ii, Specific Crimes And Their Elements 2nd Edition/tulalian/2024 120 2 Copy Criminal Procedure A Handbook For Criminology Students 3rd Edition/gabao/ Tulalian/2024 121 2 Copy Basic Criminal Procedure/tulalian/2022 122 2 Copy Introduction To Criminology/magtaan/ Cabrillas/2024 123 2 Copy Introduction To Criminology - A Guidebook For Criminology Instructors And Students/caballero/ Barican/2024 124 2 Copy Introduction To Criminology/rectin/2023 125 2 Copy Theories Of Crime Causation - An Instruction And Learning Guide/caballero/ Barican/2024 126 2 Copy Human Behavior And Victimology/depayso/2024 127 2 Copy Human Development - Understanding Criminal Behavior And Victimology/togana/2024 128 2 Copy Handbook In Human Behavior And Victimology/dausan Et Al/2023 129 2 Copy Professional Conduct & Ethical Standards/lud-ayen/2023 130 2 Copy Police Professional Conduct And Ethical Standards With Police Community Relations/dascil /santos/2022 131 2 Copy Handbook In Juvenile Delinquency And Violence Against Women And Their Children/barican /dausan/ Abordo/2024 132 2 Copy Dispute Resolutions And Crises / Incident Management/caño/2024 133 2 Copy Dispute Resolution And Incident Management/capdos/ Lud-ayen/2023 134 2 Copy The Research Recipe - A Guide To Writing Research Proposals In Criminal Justice (first Serving)/donato/2024 135 2 Copy Criminological Research - A Self Study Guide/depayso/2024 136 2 Copy Criminological Research 2 - A Textbook For Criminology Students/caño/2023 137 2 Copy Comparative Models Of Policing And Philippine National Police Policing (based On Prc Tos 2022)/depayso/2024 138 2 Copy Comparative Models In Policing/moyao/2023 139 2 Copy Introduction To Industrial Security Concepts/depayso/2024 140 2 Copy Law Enforcement Operations And Planning With Crime Mapping/tancangco/2024 141 2 Copy Law Enforcement Operations And Planning With Crime Mapping/taynan /lopez/2023 142 2 Copy Law Enforcement (police) Operations And Planning With Crime Mapping/florendo/2023 143 2 Copy Fingerprint - Uniqueness And Persistency Of Friction Ridge Skin Volume 1/rocamora/2023 144 2 Copy Forensic Science 2 - Personal Identification Laboratory Manual/badua/2023 145 2 Copy Forensic Photography/tad-awan/2023 146 2 Copy Deceptive Minds - Unmasking The Art Of Lie Detection/moyao/2024 147 2 Copy Introduction To The Forensic Sciences/taduran/2024 148 2 Copy Fundamentals Of Criminal Investigation And Intelligence/ Lopez/ Taynan Jr./2024 149 2 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 150 2 Copy Essentials In Criminal Investigation/tamayo/2023 151 2 Copy Fundamentals Of Criminal Investigation With Intelligence 2nd Edition/florendo/2023 152 1 Copy Specialized Crime Investigation With Legal Medicine/dascil /santos/2023 153 1 Copy Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024 154 1 Copy Vice And Drug Education And Control/tad-awan/ Lud-ayen/2024 155 2 Copy Introduction To Cybercrime And Environmental Laws/tad-awan/2024 156 2 Copy Introduction To Cybercrime And Environmental Laws/caño/2023 157 2 Copy Institutional Correction For Criminology Students/villaluz/2024 158 2 Copy Institutional Correction (new Curriculum And Cle Tos Compliant)/tumitit/ Estoque/2023 159 1 Copy Non-institutional Correction (community-based Correction In The Philippines) For Criminology Students/villaluz/2023 160 1 Copy Non-institutional Corrections/danglosi/2023 161 1 Copy Therapeutic Community Modality 1/foronda/2023 162 1 Copy Moral Philosophy And Ethics/bacuyag/2024 163 1 Copy Guiness World Records 2024 164 1 Copy Introduction To Ethics/umali,et Al/2023 165 1 Copy Leisure And Recreation Management For Tourism And Hospitality Industry/cornell/2023 166 1 Copy Living In The Information Technology Era/abante/2023 167 1 Copy Management Science ( Quantitative Methods For Business Operations Research)/sirug/2023 168 1 Copy Methods Of Research In Business Education 2nd Edition/flores/2023 169 1 Copy Professional Conduct And Ethical Standards 2nd Ed./nabe/2023 170 1 Copy Professional Salesmanship/camillar-serrano/2023 Ppc Library 171 1 Copy Criminal Justice System The Philippine Context/atty. Tutalian, V./ 2022 172 1 Copy Introduction To Criminology - A Guidebook For Criminology Instructors And Students/caballero/ Barican/ 2024 173 1 Copy Introduction To Criminology And Psychology Of Crimes/leyaley/2021 174 1 Copy Comprehensive Correctional Administration Handbook With Therapeutic Modalities/apela/2019 175 1 Copy Crime Theories, Causes & Prevention/domingo, C./2023 176 1 Copy Law Enforcement Administration 3rd Edition/manwong / 2021 177 1 Copy Law Enforcement Organization And Administration Inter-agency Approach / Taynan /lopez / 2021 178 1 Copy Comparative Models In Policing/moyao/2021 179 1 Copy Comparative Models Of Policing And Philippine National Police Policing (based On Prc Tos 2022)/2024/depayso 180 1 Copy Comparative Models In Policing 3rd Ed./ Castillo / 2023 181 1 Copy Institutional Correction For Criminology Students/ Villaluz/2024 182 1 Copy Introduction To Industrial Security Concepts/ Depayso / 2024 183 1 Copy Introduction To Industrial Security Concepts 3rd Ed. D. Bobier/2023 184 2 Copy Special Crime Investigation 1 With Legal Medicine Instructional Modules/ Rogo, A./2022 185 2 Copy Special Crime Investigation With Interview And Interrogation Protocols/ Domnigo/ 2024 186 2 Copy Special Crime Investigation With Legal Medicine 2nd Ed./2023/pltcol Sabino-diangson 187 2 Copy Character Formation 2 - Leadership, Decision Making, Management And Administration 2nd Ed/b. Literal .et.al/2023 188 2 Copy Character Formation 1 Nationalism And Patriotism 2nd Edition/caballero/ Barican/2023 189 2 Copy Forensic Photography For Criminology Students And Practitioners With Laboratory Manual 3rd Edition/2022/villarba 190 2 Copy Forensic Photography 5th Ed./m.e. Bulan/m.e. Magadia/2023 191 2 Copy Fingerprint Uniqueness Abd Persistency Of Friction Ridge Skin Vol. 1/rocamora/ 2023 192 2 Copy Fingerprint Identification (do Fingerprints Lie?)/ Leyaley/2021 193 2 Copy Human Rights Education 2nd Ed. /l.c. Rondina/m. Seguido/2023 194 2 Copy Human Rights Education A Textbook Fro Criminal Justice Education Students And Law Enforcers/tantangco And Orlain, Jr./2022 195 2 Copy Police Professional Conduct And Ethical Standards With Police Community Relations/dascil & Santos/2022 196 2 Copy Technical English 1 & 2 (legal Forms) For Criminology Students/balares/2023 197 2 Copy Technical English ( Investigative Report Writing) For Criminology Students/zaspa & Manlangit/2022 198 2 Copy Therapeutic Community Modality 1/2023/foronda 199 1 Copy Compendium Of Laws On Taxation Revised Ed, Year 2023/dascil, R./2023 200 1 Copy Basic Approach To Income Taxation/ Dimaapao/2021 201 2 Copy Income & Business Taxation/ Basiran/2024 202 1 Copy Income Taxation Laws Principles And Applications 2023-2024 Edition. Banggawan/2023 203 1 Copy Introduction To Special Civil Action/tulalian, V.t./2021 204 2 Copy Introduction To Public Administration 2e/bihasa, Cr./2022 205 2 Copy Pricing Strategy Obe Approach/agustin-acierto, M/2022 206 2 Copy Administrative And Office Management 1e/ Magno, R./2024 207 2 Copy Basic Financial Management In The Philippine Setting Obe Approach/martin, M/2022 208 2 Copy Business Laws And Regulations /dela Cruz-cada/2021 209 2 Copy The Law On Obligations And Contracts/de Leon, H./2021 210 2 Copy Essentials Of Administrative Office Management/sergote/2022 211 2 Copy Executive Leadership Advisory & Development: A Comprehensive Guide For Graduate Program Students/2024 212 1 Copy Ethics In Public Service ( Hb)/ Aquino/2023 213 1 Copy Public Fiscal Policy And Administration (hb)/gupta, S./2023 214 1 Copy Destination Management & Marketing/arenas/2022 215 1 Copy Macro Perspective Of Tourism And Hospitality/yeung/2023 216 1 Copy Marketing For Tourism And Hospitality Obe Approach/camilar-serrano, A./2020 217 1 Copy Micro Perspective Of Tourism And Hospitality/bajao Et.al/2022 218 1 Copy Kitchen Essentials & Basic Food Preparation/remaneses, Et.al/2023 219 1 Copy Kitchen Essenttials And Basic Food Preparation 2e/velasquez/2024 220 1 Copy Cost Control In Hospitality Industry/fababaer,et.al/2020 221 1 Copy Strategic Management In Tourism And Hospitality Industry W/ Total Quality Mgt./vizconde Et. Al/2021 222 1 Copy Supply Chain Management In Hospitality Industry 2e/de Castro, K/2024 223 1 Copy Ergonomics And Facilities Planning For The Hospitality Industry 2e/ Mendoza/2024 224 1 Copy International Business & Trade /lopez-mariano, N/2023 225 1 Copy International Business & Trade Obe Approach/martin, M./2021 226 1 Copy Synergizing E-commerce, Social Media, And Dropshipping: Navigating The Path To Success & Customer Satisfaction Obe Approach/garcia,et.al/2023 227 1 Copy Total Quality Management Obe Approach 2e/camilar-serrano, A./2023 228 1 Copy Banking And Financial Institutions/ Bairan/2024 229 1 Copy Personal Finance 2022 Edition/cabrera/2022 230 1 Copy Financial Management 1e/yu/2024 231 1 Copy Foundations Of Special And Inclusive Education/aligada-halal,et.al/2020 232 1 Copy Transformissional Values Education/2020 233 1 Copy Rural Development (administration And Planning)/ 9789350147801/ Gautam/2024 234 1 Copy Encyclopedia Of Science And Technology/chandra/ 2023/ 9781774693872 235 1 Copy Public Administration: Partnerships In Public Service/edwards/2024/9781639878246 236 1 Copy Microeconomics/mcconnell/23rd/9781266107887 237 1 Copy Education, Social Reform And Philosophical Development: Evidence From The Past, Principles For The Future/pring/2022 238 1 Copy Government Budgeting/kumar/2022/9789394137134 239 1 Copy Entrepreneurship And Innovation/kaur/9789392407918 240 1 Copy Attitude Of Moral Values/balakrishnan/2022 241 1 Copy Fieldwork Training In Social Work/parkash/2022 Busuanga Library 242 2 Copy Risk Management W/ Haccp As Applied To Safety, Security And Sanitation 2nd Edition/mylene Yeung/2025 243 2 Copy Macro Perspective Of Tourism And Hospitality 2nd Edition/mylene Yeung/2025 244 2 Copy Micro Perspective Of Tourism And Hospitality 2nd Edition/mylene Yeung/2025 245 2 Copy Philippine Culture And Tourism Geography 3rd Edition/mylene Yeung/2025 246 2 Copy Quality Service Management In Tourism And Hospitality 3rd Edition/chester Arenas/2024 247 2 Copy Tourism And Hospitality Marketing 2nd Edition/chester Arenas/2025 248 2 Copy Professional Development And Applied Ethics /chester Arenas/2022 249 2 Copy Legal Aspect In Tourism And Hospitality 2nd Edition/melinda Bascos/2024 250 2 Copy Entrepreneurship In Tourism And Hospitality /chester Arenas/2022 251 2 Copy Multicultural Diversity In Workplace 2nd Edition/mylene Yeung/2025 252 2 Copy Introduction To Meetings, Incentives Conferences And Events Management/chester Arenas/2025 253 2 Copy Applied Business Tools And Technologies 3rd Ed/james Saycip/2025 254 2 Copy Supply Chain Management In Hospitality Industry 2nd Ed/ Kyla De Castro/2024 255 2 Copy Medical And Wellness Tourism/porbile/2024 256 2 Copy Fundamentals Of Culinary Arts/santillan/2024 257 2 Copy Bread And Pastry/portman/2025 258 2 Copy Cookery Ncii/villasis/2025 259 2 Copy Human Resource Management In Hospitality And Tourism Industry/escobar/2024 260 2 Copy Trends And Issues In The Hospitality Industry/2026 261 2 Copy Ergonomics And Facilities Planning For The Hospitality Industry 2nd Ed/lolita Mendoza/2024 262 2 Copy Global Culture And Tourism Geography 3rd Edition/marie Angeles/2025 263 2 Copy Tour And Travel Management 3rd Edition/sarah-po/2025 264 2 Copy Transportation Management 2nd Edition/james Saycip/2025 265 2 Copy Fundamentals In Food Service Operations/bryan D. Baliste/2023 266 2 Copy Fundamentals In Lodging Operations 3rd Edition/arenas/baliste/2025 267 2 Copy Sustainable Tourism 3rd Edition/marie Angeles/2025 268 2 Copy Tourism Policy Planning And Development/ Dino Et. Al/2022 269 2 Copy Research In Tourism And Hospitality 2nd Edition/lolita Mendoza/2025 270 2 Copy Foreign Language (french And Japanese)/karol Aquino/2025 271 2 Copy Strategic Management W/ Tqm In Tourism And Hospitality Industry/vizconde Et. Al/2023 272 2 Copy Operations Management For Tourism And Hospitality Industry 2nd Ed/vizconde Et. Al/2025 273 2 Copy Heritage Tourism/vizconde Et. Al/2023 274 2 Copy Tour Guiding/vizconde Et. Al/2022 275 2 Copy Cruise Tourism/vizconde Et. Al/2021 276 2 Copy Food And Beverage Labor Cost Control 2nd Edition/lyndsey Velasquez/2024 277 2 Copy Bread And Pastry/karol Aquino/2022 278 2 Copy Meat And Poultry Fabrication 2nd Ed/lolita Mendoza/2024 279 2 Copy Food Processing 2nd Edition/jamille Jaravata/2024 280 2 Copy Tourism Information Management/lyndsey Velasquez/2021 281 2 Copy Culinary Nutrition/ Lolita Mendoza/2023 282 2 Copy Asian Cuisine/jam Melchor/2022 283 2 Copy Philippine Regional Cuisine/jam Melchor/2024 284 2 Copy Gastronomic Tourism/vizconde Et. Al/2021 285 2 Copy Food And Beverage Services/vizconde Et. Al/2025 286 2 Copy Housekeeping Operations 2nd Edition/vizconde Et. Al/2024 287 2 Copy Bar And Beverage Management/vizconde Et. Al/2024 288 2 Copy Room Division Cost Control/arenas/2022 289 2 Copy Menu Design And Revenue Management 2nd Edition/chester Arenas/2024 290 2 Copy Destination Management And Marketing 2nd Edition/chester Arenas/2025 291 2 Copy Quantity Food Production: A Guide For Commercial Cooking Nc Iii/entrata Et. Al/2022 292 2 Copy Banquet And Catering Management/vizconde Et. Al/2025 293 2 Copy Front Desk Operations/vizconde Et. Al/2022 294 2 Copy Tourism Product Development/vizconde/2025 295 2 Copy Recreation And Leisure Management/etrata Et. Al/2022 296 2 Copy International Cuisine/victoriano Et.al/2022 297 2 Copy Food Styling And Design/etrata Et. Al/2025 298 2 Copy Cookery/etrata Et. Al/2022 299 2 Copy Travel Writing And Photography/vizconde Et. Al/2024 300 2 Copy Crowd And Crisis Management/vizconde Et. Al/2022 301 2 Copy Environmental Conservation In Tourism/vizconde Et. Al/2022 302 2 Copy Trends And Issues In Hospitality Industry/etrata Et. Al /2022 303 2 Copy Quick Food Service Operations/etrata/2022 304 2 Copy Culinary Mathematics/santiago/2023 305 2 Copy Data Analytics In Hospitality/jaravata/2024 306 2 Copy Fundamentals Of Food Science And Technology/valle/2024 307 2 Copy Butchery And Fish Mongerie/valle/2024 308 2 Copy Garde Manger/bonfor/2024 309 2 Copy Classical French Cuisine/caridad/2024 310 2 Copy Specialty Cuisine/rabor/2024 311 2 Copy Halal Cookery/marinez/2024 312 2 Copy Gastronomy (food And Culture)/alba/2024 313 2 Copy Oenology (making Of Wine And Spirits)/antomio/2024 314 2 Copy Revenue Management/isla/2024 315 2 Copy Franchising /stevens/2024 316 2 Copy Commissary Food Service/donray/2024 317 2 Copy Accommodation Operations And Management/medalye/2024 318 2 Copy Hospitality And Tourism Facilities Management And Design/gutang/2024 319 2 Copy Agritourism/medalye/2024 320 2 Copy Tourism Property Management And Development/victoria/2024 321 2 Copy Tourism Estate And Integrated Resort Industry/manzano/2024 322 1 Copy Events Management, 2nd Ed./dela Cruz/2024 323 1 Copy Essentials Of Risk Management/banaag/2024 324 1 Copy Facilities Planning & Management, 2nd Ed./serrano/2024 325 1 Copy Front Office System And Procedures, Rev. Ed./lago,lim/2024 326 1 Copy Introduction To Research/sergote/2024 327 1 Copy Learning Research The Easy Way Rev.ed/uriarte/2024 328 1 Copy Mastering Modern Supply Chain For Tourism And Hospitality Industry/maranan,et Al./2024 329 1 Copy Principles Of Total Quality Management/pasahol Et Al./2024 330 1 Copy Productivity And Quality Management 2nd Ed./serrano/2024 331 1 Copy Spanish For Beginners, 2nd Ed./perez,ramonito/2024 332 1 Copy Strategic Management/austria, Etc/2024 333 1 Copy Strategic Management In Tourism And Hospitality Industry/buenaventura,gutierrez/2024 334 1 Copy Strategic Operations Management 2nd Ed./serrano/2024 335 1 Copy Sustanable Tourism: A Comprehensive Guide To Promoting Responsible Travel/maranan, Etc/2024 336 1 Copy The Evolving Landscape Of Strategic Management And Leadership/perida, Arcadio/2024 337 1 Copy Bar And Beverage Management-a Book Of Drinks 2nd Ed./bajao/osorno/2023 338 1 Copy Boarding House/jaileen F. Jimeno/2023 339 1 Copy Ergonomics And Facilities Planning For The Hospitality Industry /buenaventura/2023 340 1 Copy Fundamentals In Lodging Operations/sarah Monson-po/2023 341 1 Copy Fundamentals Of Lodging Operations With Housekeeping Laboratory Manual/bajao/osorno/2023 342 1 Copy Kitchen Essentials And Basic Food Preparation/remaneses, Et Al./2023 343 1 Copy Operations Management In Tourism And Hospitality/buenaventura, Et Al./2023 344 1 Copy Practicum Manual For Tourism And Hospitality Management/taoing,cabugon/2023 345 1 Copy Professional Development And Applied Ethics/cabulay/2023 346 1 Copy Quality Service Management In Tourism And Hospitality/buslon/osorno/2023 347 1 Copy Professional Conduct & Ethical Standards/lud-ayen/moyao/2023 348 1 Copy Quantity Cookery And Catering Management ( A Guide To Students,leading To Commercial Cooking Nc Iii)/prades/2023 349 1 Copy Risk Management As Applied To Safety Security And Sanitation 2nd Ed/somoray/2023 350 1 Copy Sustainable Tourism/bajao/osorno/2023 351 1 Copy Sustainable Tourism/santos/2023 352 1 Copy Applied Business Tools And Technologies In Hotel And Restaurant Management (hrm)/gonzalo, Etc/2023 353 1 Copy Foreign Language I (basic French For Hospitality Management And Tourism I)/ Tomas/2022 354 1 Copy Foreign Language Ii (basic French For Hospitality Management And Tourism I)/tomas/2022 355 1 Copy Tourism Policy Planning And Development/cruz/2022 356 1 Copy Fundamentals In Food Service Operations/yao/2022 357 1 Copy Supply Chain Management In Hospitality Industry/baluyot/2022 358 1 Copy Assessment Of Learning 1/manas/2024 359 1 Copy Charater Formation 1-patrotism And Nationalism/adra/2024 360 1 Copy Character Formation 2-leadership Making , Management And Administration /adra/2024 361 1 Copy Character Formation 1- Patriotism And Nationalism 3rd Ed./rondina/2024 362 1 Copy Character Formation 2-leadership Making , Management And Administration 3rd Ed./literal/2024 363 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol/2024 364 1 Copy Entrepreneurial Management/ybanez/2024 365 1 Copy Facilitating Student-centered Teaching & Learning/larioque,et Al./2024 366 1 Copy First Aid, Rescue And Water Safety: A Self-regulated Learning Module /dogui-is/2024 367 1 Copy Gender And Society/bacolod, Et, Al./2024 368 1 Copy Inclusive Education In Early Childhood Settings/boholona, Et Al./2024 369 1 Copy Introduction To Criminology /caballero/barican/2024 370 1 Copy Introduction To Criminology/cabrillas, Et Al/2024 371 1 Copy Introduction To Research/sergote/2024 372 1 Copy Learning Research The Easy Way Rev.ed/uriarte/2024 373 1 Copy Moral Philosophy And Ethics/bacuyag/2024 374 1 Copy (path-fit 2) Physical Activity Towards Health And Fitness Rhytmic Dance And Social Activities/punzalan,habana/2024 375 1 Copy Promoting Community Change Through Civic Welfare Training Service 2/corpuz/2021 376 1 Copy Special Education Book 1/reyes,pascual/2024 377 1 Copy The Contemporary World/mananay/2024 378 1 Copy The Teacher And The School Curriculum/gallardo/mañas/2024 379 1 Copy Theories Of Crime Causation/salamanca, Et Al/2024 380 1 Copy Therapeutic Modalities 3rd Ed./balares Et Al./2024 381 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 382 1 Copy The Teaching Profession/fernando,et Al/2024 383 1 Copy Understanding Society And Culture/riodique Iii/2024 384 1 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 385 1 Copy Microeconomics Theories And Applications/marcelo/2023 386 1 Copy "technology For Teaching And Learning 1/ronato S. Ballado Marlo D. Alvarez, Alejandro L. Giray Jr./ 2023" 387 1 Copy Code Of Ethics Of Professional Teachers/estrada/2023 388 1 Copy A Course Module For Science In Early Childhood Education/joel Bernal Faustino , Eden Joy Pastor Alata, Antonnette Pawilen/2024 389 1 Copy A Course Module For Science In Early Childhood Education 1e/faustino/2024 390 2 Copy Fundamentals Of Criminal Investigation And Intelligence/tad-awan/2024 391 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/barican/2024 392 1 Copy Human Behavior And Victimology /depayso/2024 393 2 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 394 1 Copy Intelligent Leadership Resilience/perida/2024 395 1 Copy Introduction To Cybercrime & Basic Digital Investigative Analysis 3rd Ed/detrane/2024 396 1 Copy Introduction To Industrial Security Concepts /depayso//2024 397 1 Copy Introduction To Industrial Security Concepts 4th Ed/bobier/2024 398 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 399 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/2024 400 1 Copy Law Enforcement Operationss And Planning With Crime Mapping/tancangco/2024 401 1 Copy Learn And Enjoy Intermediate Statisitcs The Easy Way-advanced Volume 2 Rev. Ed/uriarte/2024 402 1 Copy Learn And Enjoy Statisitcs The Easy Way-basic Volume 1 Rev. Ed/uriarte/2024 403 1 Copy Microeconomics Numerical And Computational Approach/paurom/2024 404 1 Copy Non- Institutional Corrections 3rd Ed/chavez/2024 El Nido Library 405 1 Copy Introduction To Criminology/caballero/barican/2024 406 1 Copy Introduction To Criminology / Cabrillas, Et. Al/2024 407 1 Copy Facilities Planning & Management, 2nd Ed./serrano/2024 408 1 Copy Events Management, 2nd Ed./dela Cruz/2024 409 1 Copy Concepts And Approaches In Inventory Management And Control/banaag, Et.al/2024 410 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 411 1 Copy Essentials Of Risk Management/banaag/2024 412 1 Copy Front Office System And Procedures, Rev. Ed./lago, Lim/2024 413 1 Copy Handbook In Juvenile Deliquency And Violence Againts Women And Their Children/boholona, Et. Al/2024 414 1 Copy Moral Philosophy And Ethics/bacuyag/2024 415 1 Copy Multicultural Diversity In The Tourism Hospitality Workplace: A Comprehensive Guide For Professionals/maranan, Et.al/2024 416 1 Copy (path-fit 2) Physical Activity Towards Health And Fitness Rhytmic Dance And Social Activities/punzalan, Habana/2024 417 1 Copy Promoting Community Change Through Civic Welfare Training Service 2/briones, Et.al/2024 418 1 Copy Strategic Management In Tourism And Hospitality Industry/buenaventura,gutierrez/2024 419 1 Copy Sustanable Tourism: A Comprehensive Guide To Promoting Responsible Travel/maranan, Et.al/2024 420 1 Copy The Teaching Profession In The 21st Century/sarandi, Babao/2024 421 1 Copy Teaching And Assessment Of Grammar/manas/2024 422 1 Copy Understanding Society And Culture/riodique Iii/2024 423 1 Copy Vice And Drug Education And Control /tad-awan,et Al./2024 424 1 Copy Juvenile Delinquency And Juvenile Justice System 2nd Ed./detran/2024 425 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 426 1 Copy Human Development-understanding Criminal Behavior And Victimology/togana/2024 Canique Library 427 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 428 1 Copy An Eye For Art Appreciation: Perception And Expression,2nd Ed./sonsona, Et.al/2024 429 1 Copy Gender And Society/bacolod, Et.al/2024 430 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 431 1 Copy The Life And Works Of Rizal/sanchez, Et.al/2024 432 1 Copy The Contemporary World//mananay, Et.al/2024 433 1 Copy Understanding Society And Culture/riodique Iii/2024 434 1 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 435 1 Copy Organic Farming/loreto/2021 436 1 Copy Organic Fungicides/loreto/2021 437 1 Copy Organic Gardening/loreto/2021 438 1 Copy Mathematics In Modern World/reynoso, C./2024 439 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 440 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 441 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 442 1 Copy Biological Chemistry Obe-based/chua,et.al/2023 Culion Library 443 1 Copy Understanding Society And Culture/riodique Iii/2024 444 2 Copy Upscaling Oral Communicationskills In The 21st Century Global Space/gutierrez, Et Al/2024 445 1 Copy Organic Farming/loreto/2021 446 1 Copy Organic Fungicides/loreto/2021 447 1 Copy Organic Gardening/loreto/2021 448 1 Copy Mathematics In Modern World/reynoso, C./2024 449 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 450 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 451 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 452 1 Copy Biological Chemistry Obe-based/chua,et.al/2023 453 1 Copy Entrepreneurial Behavior Growth Mindset And Fixed Mindset/pasahol, Et.al/2024 454 1 Copy An Eye For Art Appreciation: Perception And Expression,2nd Ed./sonsona, Et.al/2024 455 1 Copy Gender And Society/bacolod, Et.al/2024 456 1 Copy Introduction To Philippine Government & Politics With Basic Constitutional Provisions/baes/2024 457 1 Copy The Life And Works Of Rizal/sanchez, Et.al/2024 458 1 Copy The Contemporary World//mananay, Et.al/2024 Rio Tuba Library 459 1 Copy Mathematics In Modern World/reynoso, C./2024 460 1 Copy Art Appreciation 2e/sanchez,et.al/2023 461 1 Copy Art Appreciation For College Students/leano/2018 462 1 Copy Ethics/mondares,r/2024 463 1 Copy Understading The Self/vazquez, I./2024 464 1 Copy Environmental Science For All/cobar, L./2022 465 1 Copy Environmental Science/calimlim/2021 466 1 Copy Nstp 1 Guide In Civic Welfare Training Service/lonez/2023 467 1 Copy Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/punzalan,et Al/2023 468 1 Copy Physical Activities Towards Health And Fitness( Pathfit 2) Combative Sports & Outdoor Recreational Activities/bulatao, Et Al/2023 469 2 Copy Physical Activities Towards Health And Fitness Pathfit 2( Exercise-based Fitness Activities/ballecer,et Al/2023 470 2 Copy Physical Activity Towards Health And Fitness 3 (path-fit 3 )menu Of Dance/punzalan, Et Al./2023 471 2 Copy Physical Activity Towards Health And Fitness ( Path-fit 4 Sports)individual/dual And Team Sports/bulatao, Et Al/2023
Closing Date7 Feb 2025
Tender AmountPHP 430 K (USD 7.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services
effective Date: 01/01/2025
revision: 01
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq-combined Synopsis. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-01 (eff. 11/12/2024)
this Solicitation Is Total Set-aside For Service-disabled Veteran Owned Small Business (sdvosb).
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 339112 Surgical And Medical Instrument Manufacturing With A Size Standard Of 1000 Employees.
the Fsc/psc Is 6515 Medical And Surgical Instruments, Equipment And Supplies.
the Syracuse Va At Syracuse Ny Is Seeking To Purchase Brand Name Only-bd Pyxis Logistics Software Which Integrates With The Pyxis Es Medication Distribution Equipment That Is Currently In Use At Syracuse Vamc Pharmacy.
all Interested Companies Shall Provide Quotations For The Following: Line-item Number, Description Details, Quantity, Unit Of Measure, Unit Of Price, Total Price, And Grand Total Price.
please Ensure That Your Quote Covers The Cost For Everything Requested In The Sow. We Must See The Breakdown Of Every Line Item.
b.2 Price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
1.00
ea
__________________
__________________
s-h------100-------- Pharmogistics Es Sw Hosp
0002
1.00
ea
__________________
__________________
s-h------100-------- Pyxis Check Sw Hosp
0003
1.00
ea
__________________
__________________
139176-01 Plx Server 2019 Software Only
0004
1.00
ea
__________________
__________________
135343-01 Cce Site (covered Under Enterp
0005
1.00
ea
__________________
__________________
136572-01 Pharmogistics Site Implementat
0006
3.00
ea
__________________
__________________
130978-02 Scnr,mt2070,hd,wl,2d,keypad
0007
2.00
ea
__________________
__________________
138658-01 Printer Zt411 Thrml Bar Code,s
0008
1.00
ea
__________________
__________________
130990-02 Kit-install,pharmogistics/caro
0009
4.00
ea
__________________
__________________
356688-04 Handset Staged Tc52x-hc Fips
0010
4.00
ea
__________________
__________________
138541-01 Kit Zq630 Printer Us W/ 6 Lbl
0011
4.00
ea
__________________
__________________
356825-01 Cradle Sgl Slot Usb And Chgr T
0012
6.00
mo
__________________
__________________
monthly Support Fee
statement Of Work
bd Pyxis Logistics Software
for Inpatient Pharmacy Syracuse Vamc
a. General Information
1. Title Of Project: Bd Pyxis Logistics Software
2. Type Of Contract Contemplated: Base Year And Four Options Years
b. Scope
general Scope Of This Procurement Is To Purchase Bd Pyxis Logistics Software Which
integrates With The Pyxis Es Medication Distribution Equipment Which Our Site
currently Uses. Bd Pyxis Logistics Software Helps Track, Report And Manage
medication Inventory. In Addition, The Software Has A Barcode Verification Feature
that Reduces Medication Errors By Confirming The Right Drug Is Picked Or Restocked.
currently, The Inpatient Pharmacy Does Not Have An Inventory Management
software. Bd Pyxis Logistics Software Will Decrease Costs By Providing Inventory
management.
c. Requirement/salient Characteristics/specifications
common Nomenclature (commercial Description): Bd Pyxis Logistics Software
intended Use: Inventory Management/barcode Verification.
equipment With Which The Item Is Used: Pyxis Es Medication Distribution
equipment.
end Item Application: Pyxis Es Medication Distribution Equipment.
d. Other Unique Requirements
the Contractor Shall Provide A Customizable Inventory Management System.
a. System Is Fully Customizable At The Customer Level. Many Changes And Additional
evaluation Elements Can Be Added By The Facility As They Are Needed And May Be
changed By The Facility As Needed.
b. Provide Access To All Pharmacy Staff
c. System Needs To Have The Ability For Real-time Inventory Tracking, Order
generation, Inventory Receiving, Electronic Data Interchange Interfaces With
2
suppliers, And Generates Reports Detailing Drug Utilization/order Saving
opportunities
d. Full-service Setup And Ongoing Support Will Be Provided.
e. The Ability To Analytically Streamline Workflows With Retrospective Trending And
reporting, Across The Inpatient Pharmacy
f. Provide Metrics That Can Help Track Inventory Loss
g. Has The Ability To Identify Potential Diversion Issues.
h. Assist With Preventing Stock-outs By Optimizing Medication Par Levels
i. Barcode Verification Feature That Will Confirm The Right Drug Is Picked Or
restocked.
e. Delivery
vendor Will Deliver Item Within 45 Days From Purchase.
f. Government-furnished Property, Material, Equipment, Or Information (gfp, Gfm,
gfe, Or Gfi) N/a
g. Security
h. Vendor Personnel Will Be Subject To Background Investigation Bgi In Order To
access Va System
i. Vendor Personnel Will Be Required To Take Annual Privacy And Security
training And Sign Contractor Rules Of Behavior Rob
j. Special Material Requirement
n/a
k. Place Of Performance
syracuse Va Medical Center (pharmacy)
800 Irving Ave
syracuse Ny, 13210
outpatient Pharmacy
l. Period Of Performance
the Period Of Performance For This Contract Will Be 30 Calendar Days From Award Notice.
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 Products And Commercial Services (sep 2023)
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023)
provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far.
the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation:
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
52.204-7 System For Award Management (oct 2018)
52.204-16 Commercial And Government Entity Code Reporting (aug 2020)
852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
(end Of Addendum Far 52.212-1)
far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sept 2023)
(a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ solicitation. However, The Small Business Size Standard For A Concern That Submits Anâ offer, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees Forâ information Technologyâ value-added Resellers Under Naics Code 541519, If Theâ acquisition
(1)is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold;
(2)uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ offerorâ waives The Price Evaluation Preference; Or
(3)is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b)â submission Ofâ offers. Submit Signed And Datedâ offersâ to The Office Specified In Thisâ solicitationâ at Or Before The Exact Time Specified In Thisâ solicitation.â offersâ mayâ be Submitted On Theâ sf 1449, Letterhead Stationery, Or As Otherwise Specified In Theâ solicitation. As A Minimum,â offersâ mustâ show
(1)â theâ solicitationâ number; 36c24225q0262
(2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ offers;
(3)â the Name, Address, And Telephone Number Of Theâ offeror;
(4)â a Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary;
(5)â terms Of Any Expressâ warranty;
(6)â price And Any Discount Terms;
(7)â "remit To" Address, If Different Than Mailing Address;
(8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ offerorâ shallâ complete Electronically);
(9)â acknowledgment Ofâ solicitationâ amendments;
(10)â past Performanceâ 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)â if Theâ offerâ is Not Submitted On Theâ sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â offersâ that Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration.
(c)â period For Acceptance Ofâ offers. Theâ offerorâ agrees To Hold The Prices In Itsâ offerâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ offers, Unless Another Time Period Is Specified In An Addendum To Theâ solicitation.
(d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ offers. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Preaward Testing.
(e)â multipleâ offers.â offerorsâ are Encouraged To Submit Multipleâ offersâ presenting Alternative Terms And Conditions, Including Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ 4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ offerâ submitted Will Be Evaluated Separately.
(f)â late Submissions, Modifications, Revisions, And Withdrawals Ofâ offers.
(1)â offerorsâ are Responsible For Submittingâ offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ offersâ or Revisions Are Due.
(2)
(i)â anyâ offer, Modification, Revision, Or Withdrawal Of Anâ offerâ received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ offersâ is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, Theâ contracting Officerâ determines That Accepting The Lateâ offerâ would Not Unduly Delay Theâ acquisition; And-
(a)â if It Was Transmitted Through Anâ electronic Commerceâ method Authorized By Theâ solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Workingâ dayâ prior To The Date Specified For Receipt Ofâ offers; Or
(b)â there Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Ofâ offersâ and Was Under The Government S Control Prior To The Time Set For Receipt Ofâ offers; Or
(c)â if Thisâ solicitationâ is A Request For Proposals, It Was The Only Proposal Received.
(ii)â however, A Late Modification Of An Otherwise Successfulâ offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received Andâ mayâ be Accepted.
(3)â acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On Theâ offerâ wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel.
(4)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ offersâ cannot Be Received At The Government Office Designated For Receipt Ofâ offersâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude Amendment Of Theâ solicitationâ or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ offersâ will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume.
(5)â offersâ mayâ be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Ofâ offers. Oralâ offersâ in Response To Oralâ solicitationsâ mayâ be Withdrawn Orally. If Theâ solicitationâ authorizes Facsimileâ offers,â offersâ mayâ be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Ofâ offers, Subject To The Conditions Specified In Theâ solicitationâ concerning Facsimileâ offers. Anâ offerâ mayâ be Withdrawn In Person By Anâ offerorâ or Its Authorized Representative If, Before The Exact Time Set For Receipt Ofâ offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For Theâ offer.
(g)â contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluateâ offersâ and Award A Contract Without Discussions Withâ offerors. Therefore, Theâ offeror S Initialâ offerâ shouldâ contain Theâ offeror S Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By Theâ contracting Officerâ to Be Necessary. The Governmentâ mayâ reject Any Or Allâ offersâ if Such Action Is In The Public Interest; Accept Other Than The Lowestâ offer; And Waive Informalities And Minor Irregularities Inâ offersâ received.
(h)â multiple Awards. The Governmentâ mayâ accept Any Item Or Group Of Items Of Anâ offer, Unless Theâ offerorâ qualifies Theâ offerâ by Specific Limitations. Unless Otherwise Provided In The Schedule,â offersâ mayâ 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 Theâ offerorâ specifies Otherwise In Theâ offer.
(i)â availability Of Requirements Documents Cited In Theâ solicitation.
(1)
(i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101 29, And Copies Of Federal Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website Atâ https://assist.dla.mil.
(ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision.
(2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Assist Website Atâ https://assist.dla.mil.
(3)â defense Documents Not Available From The Assist Websiteâ mayâ be Requested From The Defense Standardization Program Office By
(i)â using The Assist Feedback Module (â https://assist.dla.mil/ Feedback); Or
(ii)â contacting The Defense Standardization Program Office By Telephone At 571 767 6688 Or Email Atâ assisthelp@dla.mil.
(4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j)â unique Entity Identifier.(applies To Allâ offersâ that Exceed Theâ micro-purchase Threshold, Andâ offersâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ offerorâ shallâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ offer, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ offeror's Name And Address. Theâ offerorâ alsoâ shallâ enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ unique Entity Identifier. The Suffix Is Assigned At The Discretion Of Theâ offerorâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ 32.11) For The Same Entity. If Theâ offerorâ does Not Have Aâ unique Entity Identifier, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ unique Entity Identifierâ establishment Directly To Obtain One. Theâ offerorâ shouldâ indicate That It Is Anâ offerorâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ unique Entity Identifier.
(k)â [reserved]
(l) Requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co.
submission Instructions: Technical Packages (proposals) Must Be Received Not Later Than February 4th, 2025, 3:00 Pm Est. The Government Will Only Accept Electronic Submissions Via Email. Send All Quotations To Lorraine.hussain@va.gov. The Email Subject Line Must Identify Solicitation 36c24225q0262. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
offers That Do Not Adhere To These Instructions May Be Determined To Be Incomplete And, Therefore, Risk Being Rejected Without Further Consideration For Award. Offer Submissions Shall Include:
a. Completed Acknowledgement Of Amendments Sections (if Applicable). Buy American Certificate Included With Quote.
b. A Technical Submission To Describe The Offeror S Capability And Experience In Delivering The Services In The Statement Of Work (sow) Via 52.212-2 Evaluation Of Commercial Items Section.
c. Past Performance Information Via 52.212-2 Evaluation Section.
d. Completed Section Price/cost Schedule.
e. Offers That Fail To Furnish Required Representation Or Information Or Reject The Terms And
conditions Of The Solicitation Will Be Excluded From Consideration.
(end Of Provision)
2. Far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021)
addendum To 52.212-2 Evaluation Commercial Products And Commercial Services
basis For Award. The Government Will Award A Contract Resulting From This Solicitation To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous And Best Value To The Government, Given Price And Other Factors Considered. Comparative Analysis May Be Used.
the Following Factors Shall Be Used To Evaluate Quotations:
1. Technical Capability: Technical Capability Is Defined As An Offeror S Ability To Satisfy The Solicitation S Requirements, Providing The Highest Quality Service To The Specified Facilities. The Technical Capability Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Sow, Solicitation, And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation.
the Contractor Must Demonstrate In Their Technical Capability The Understanding Of This Requirement Needs By Providing A Capability Statement With Relevance Of The Scope Of Work Regarding The Bd Pyxis Monitoring Software As Stated In The Sow.
specific Scope Of Work: The Quoter Will Be Evaluated On How Well Their Technical Capability Statement Demonstrates How The Vendor Will Meet The Needs Of This Requirement For Bd Pyxis Preventative Maintenance As Specified In Scope Of Work. See The Sow.
technical Experience: The Quoter Will Be Evaluated On How Well Their Technical Experience Reflects That The Offeror Is A Firm Who Regularly Is Engaged In The Performance Of Work As Stated In Scope Of Work And Complexity. The Offeror's Experience Will Be Evaluated On Their Proficiency In Performance Of The Duties As Requested.
authorization: Provide Documentation The Vendor Performing The Services Have Been Trained, Authorized And Licensed By Bayer Healthcare To Provide Preventative Maintenance And Calibration On Equipment Specified In Sow.
past Performance: The Offeror Will Provide At A Minimum Three Past Performance Of Similar Scope Or Complexity. Information To Include A Description Of Work Done. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis.
price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum.
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:
(end Of Addendum To Far 52.212-2)
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (nov 2023)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023)
addendum To Far 52.212-4 Show Far Clauses Followed By Vaar Clauses In Numeric Order. List All Clauses Incorporated By Reference In Numeric Order Under 52.252-2 (see Below), Starting First With Far And Followed By Vaar.
52.212-5 Contract Terms And Conditions Required To Implement Statures Or Executive Orders-commercial Products And Commercial Services (nov 2024).
52.252-2, Clauses Incorporated By Reference (feb 1998)
vaar 852.211-72 Technical Industry Standards (nov 2018)
vaar 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation)
vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation)
vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71 Administrative Contracting Officer (oct 2020)
vaar 852.247-73 Packing For Domestic Shipment (oct 2018)
(end Of Addendum To Far 52.212-4)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2023)
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023)
52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023)
52.212-2 Evaluation-commercial Products And Commercial Services (nov 2021)
52.212-3 Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)
all Quotes Must Be Sent To The Nco 2 At Lorraine.hussain@va.gov.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Options Will Be Evaluated At Time Of Award.
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than February 4, 2025, 3:00pm Est At Lorraine.hussain@va.gov.
telephonic Communication Will Not Be Accepted, All And Any Matter Regarding This Combined Synopsis/solicitation Must Be Sent By Email To Lorraine.hussain@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
lorraine Hussain, Contracting Officer, 585-393-8526, And Lorraine.hussain@va.gov
Closing Date4 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Combined Synopsis/solicitation Notice
combined Synopsis/solicitation Notice
page 3 Of 53
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice
page 1 Of 53
description
page 4 Of 53
page 4 Of 53
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 2025-03, January 03, 2025.
this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Business (sdvosb)
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 332812, With A Small Business Size Standard Of 600 Employees. The Fsc/psc Is J066.
the Va Brockton Healthcare System Sterile Processing Services (sps) Is Seeking To Purchase The Supplies And Services Described Below Brand Name Or Equal.
the Contract Period Of Performance Is 02/10/2025 02/09/2026.
place Of Performance/place Of Delivery:
940 Belmont St
brockton, Ma 02301-5596
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.
This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Clause)
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Items Nov 2023
(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 Products And Commercial Services:
(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 Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91).
(3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801).
(6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(7) 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 Products And Commercial Services:
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
52.203 17, 52.204-10, 52.204 14, 52.204 27, 52.204 30, 52.209 6, 52.219 27, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222 36, 52.222 37, 52.222-50, 52.222 54, 52.226-8, 52.232-33, 52.222-51,
gray Market Items (apr 2020)
(a) No Gray Market Or Remanufactured Items Will Be Acceptable. Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Equipment Only For Va Medical Facilities.
(b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(end Of Clause)
all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter.
all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13.
comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Which Provides The Most Benefit To The Government.
the Following Are The Decision Factors:
price
technical Review
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/20/2025 At Frederic.revah1@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
page 1 Of 52
page 1 Of
page 7 Of 53
page 7 Of 53
page 1 Of
page 1 Of
a.3 Price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
1.00
ea
__________________
__________________
nutrace Nux-20 Ng Laser Unit. Computer/laptop With Windows 10 And Supporting Accessories, Fumex Fume/odor Extractor Equipment. Fa1-mnutrace Select & Mark Templates. Different Laser Configurations For Different Instrument Materials Included Gs1 Codes. Safety Glasses To Operate The Laser In Class 4 Mode, Electropolishing Unit With Proprietary Solution Rater
contract Period: Base
pop Begin: 02-10-2025
pop End: 02-09-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Nux20 Ng
0002
10.00
ea
__________________
__________________
scanner R+ Healthcare Can Read A 2d Data Matrix In < 0.5 Seconds Per Instrument, Irrelevant Of Instrument Contrast, Instrument Material Or Position Of The Code. A Good Geometrical Data Matrix, R+ Will Read It. With A More Powerful Camera And Led Lighting Technology, The R+ Max Can Read 2d Matrix As Small As .010 X.010mm (4mils). Stainless Steel Body
contract Period: Base
pop Begin: 02-10-2025
pop End: 02-09-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Nu Trace R+scan
0003
1.00
ea
__________________
__________________
laser Etching - Up To 9500 Instruments At 800 Instruments Per Day Minimum - Udi Applicationsurgical Instruments Will Be Marked With A Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics Data
contract Period: Base
pop Begin: 02-10-2025
pop End: 02-09-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Laser Etching
0004
1.00
ea
__________________
__________________
lia (laser Institute Of America).two Certification, Up To 32 Hours Of Training On-line And On-site Including: Sample Tray Of Surgical Instruments Will Be Marked With Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics Data
contract Period: Base
pop Begin: 02-10-2025
pop End: 02-09-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Laser Start Up
0005
1.00
ea
__________________
__________________
service Contract For 1 Year - Includes Pm Repairs, Any Mechanical Repairs, 2 On Location Specialists For 3 Days Per Year And Any Shipping Costs/use Of A Loaner.
contract Period: Base
pop Begin: 02-10-2025
pop End: 02-09-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Pm
grand Total
__________________
a.4 Delivery Schedule
item Number
shipping Information
quantity
delivery Date
0001
ship To:
department Of Veterans Affairs
brockton Va Medical Center
940 Belmont Street
brockton, Ma 02301 5596
usa
1.00
02/09/2026
mark For:
michelle Stgermain
857-203-6078
michaelle.stgermain@va.gov
fob:
destination
0002
10.00
fob:
destination
0003
1.00
fob:
destination
0004
1.00
fob:
destination
0005
1.00
fob:
destination
36c24125q0191
page 1 Of
page 1 Of
page 26 Of 53
page 26 Of 53
page 1 Of
page 1 Of
section C - Contract Clauses
c.2 Vaar 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation)
(a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb :
(1) Means A Small Business Concern
(i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition);
(ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran;
(iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document;
(iv) The Business Has Been Certified For Ownership And Control Pursuant To 38 U.s.c. 8127, 13 Cfr 128, And Is Listed As Certified In The Sba Certification Database At Https://veterans.certify.sba.gov/; And
(v) The Business Agrees To Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size, Government Contracting, And The Veteran Small Business Certification Program At 13 Cfr Parts 121, 125, And 128.
(2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16).
(3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632).
(4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)).
(5) The Term Sdvosb Participant Or Certified Sdvosb Means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102).
(b) General. In Order For A Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128.
(1) Offers Received From Entities That Are Not Certified Sdvosbs And Listed In The Sba Certification Database At The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To A Certified Sdvosb Listed In The Sba Certification Database Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award.
(3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences.
(c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Certified Sdvosbs Listed In The Sba Certification Database Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible And Certified Sdvosb As Defined In This Clause, 13 Cfr 121, 125, And 128, And Vaar Subpart 819.70.
(d) Agreement/los Certification. When Awarded A Contract Action, Including Orders Under Multipleaward Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size, And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting (los) Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. For The Purpose Of Limitations On Subcontracting, Only Certified Sdvosbs Listed In The Sba Certification Database (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Los Certification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows:
(1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/ Vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract.
(2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Cfr 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database.
(4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database.
(5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database To Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
[] By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
[] By The End Of The Performance Period For Each Order Issued Under The Contract.
(f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfr 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Veteran Small Business Certification Program And The Va Veterans First Contracting Program.
(h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company S Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406 2 Causes For Debarment).
section D - Contract Documents, Exhibits, Or Attachments
see Attached Document: P09 Laser Etching Sow Brockton 02.
36c24125q0191
page 1 Of
page 1 Of
page 53 Of 53
page 53 Of 53
page 1 Of
page 1 Of
section E - Solicitation Provisions
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023)
provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far.
the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation:
52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023)
(a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition
is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or
uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or
is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show
â â â â â â â â â â â (1)â theâ solicitation Number;
â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â
â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter;
a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary;
â â â â â â â â â â â (5)â terms Of Any Expressâ warranty;
â â â â â â â â â â â (6)â price And Any Discount Terms;
â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address;
(8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically);
â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments;
(10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements.
(11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration.
(c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes, Unless Another Time Period Is Specified In An Addendum To Theâ solicitation.
(d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing.
(e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ 4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately.
(f)â late Submissions, Revisions, And Withdrawals Ofâ quotes.
(1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due.
(2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition.
(3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume.
(g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation.
(h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation.
â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation.
(i)â 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 Thisâ solicitationâ mayâ 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)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ 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)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites:
â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/).
â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â
(3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By-
(i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm);
(ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or
(iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ 32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei.
(k)â [reserved]
(l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co.
(end Of Provision)
e.3 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Provision)
far Number
title
date
52.204-7
system For Award Management
nov 2024
52.211-6
brand Name Or Equal
aug 1999
52.233-2
service Of Protest
sep 2006
52.204-16
commercial And Government Entity Code Reporting
aug 2020
852.239-75
information And Communication Technology Accessibility Notice
feb 2023
(end Of Addendum To 52.212-1)
e.4 52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021)
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:
Price
Technical Review
technical And Past Performance, When Combined, Are Equal To 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.
past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis.
veterans Involvement: In Accordance With Veterans Affairs Acquisition Regulation (vaar) 852.215-70 (deviation), Service-disabled Veteran-owned And Veteran-owned Small Business (vosb) Evaluation Factors, The Government Will Assign Evaluation Credit For A Quoter (i.e., Prime Contractor) Which Is A Service-disabled Veteran-owned Small Business (sdvosb) Or A Vosb. To Receive Credit, An Offeror Must Be Registered And Verified In Veteran Small Business Certification (vetcert) Database At Time Of Quotation Submission And At Time Of Award (https://veterans.certify.sba.gov/) And Must Meet Federal Small Business Size Standards For The North American Industry Classification System (naics) Code Assigned To This Solicitation. Non-sdvosb/vosb Quotations That Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. Quoters Must State In Their Quotations The Names Of The Sdvosbs And Vosbs With Whom They Intend To Subcontract And Provide A Brief Description Of The Proposed Subcontracts And The Approximate Dollar Values Of The Proposed Subcontracts. In Addition, The Proposed Subcontractors Must Be Registered And Verified In The Veteran Small Business Certification (vetcert) Https://veterans.certify.sba.gov/) And Must Meet Federal Small Business Size Standards For The Naics Code Assigned To This Solicitation At Time Of Both Quotation Submission And At Time Of Award.
price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices.
Closing Date20 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: 5. Project Number (if Applicable)
code
7. Administered By
2. Amendment/modification Number
code
6. Issued By
8. Name And Address Of Contractor
4. Requisition/purchase Req. Number
3. Effective Date
9a. Amendment Of Solicitation Number
9b. Dated
page Of Pages
10a. Modification Of Contract/order Number
10b. Dated
bpa No.
1. Contract Id Code
facility Code
code
offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods:
the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers
e. Important:
is Extended,
(a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The
offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your
acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May
is Not Extended.
12. Accounting And Appropriation Data
(rev. 11/2016)
is Required To Sign This Document And Return ___________ Copies To The Issuing Office.
is Not,
a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a.
15c. Date Signed
b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes
set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b).
result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter
or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To
the Opening Hour And Date Specified.
c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
d. Other
contractor
16c. Date Signed
14. Description Of Amendment/modification
16b. United States Of America
except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect.
15a. Name And Title Of Signer
16a. Name And Title Of Contracting Officer
15b. Contractor/offeror
standard Form 30
previous Edition Not Usable
prescribed By Gsa - Far (48 Cfr) 53.243
(type Or Print)
(type Or Print)
(organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.)
(number, Street, County, State And Zip Code)
(if Other Than Item 6)
(specify Type Of Modification And Authority)
(such As Changes In Paying Office, Appropriation Date, Etc.)
(if Required)
(see Item 11)
(see Item 13)
(x)
check
one
13. This Item Applies Only To Modifications Of Contracts/orders,
it Modifies The Contract/order No. As Described In Item 14.
11. This Item Only Applies To Amendments Of Solicitations
amendment Of Solicitation/modification Of Contract
(signature Of Person Authorized To Sign)
(signature Of Contracting Officer)
1
4
0002
01-16-2025
none
36c250
department Of Veterans Affairs
ann Arbor Healthcare System
network Contracting Office 10
2215 Fuller Road
ann Arbor, Mi 48105
36c250
department Of Veterans Affairs
ann Arbor Healthcare System
network Contracting Office 10
2215 Fuller Road
ann Arbor, Mi 48105
to All Offerors/bidders
36c25025q0149
12-19-2024
x
x
x
1
see Continuation Page
1. The Purpose Of This Amendment Is To:
A. Answer Industry Questions;
B. Provide An Updated Statement Of Work (sow), Attached Herein, Which Must Be The Sow Submitted With Any Offer, And;
C. Provide A Revised Price Schedule, Attached Herein, Which Must Be The Price Schedule Submitted With Any Offer
2. No Other Changes To The Solicitation Are Made As A Result Of This Amendment.
jeannie Ortiz
contracting Officer
page 33 Of 44
a.1 Price/cost Schedule
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
4.00
mo
___________
____________
blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026
0002
1.00
mo
___________
____________
blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026
0003
2.00
mo
___________
____________
blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 05-18-2025
0004
4.00
mo
___________
____________
blue Pe4 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025
0005
4.00
mo
___________
____________
yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026
0006
2.00
mo
___________
____________
yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 05-18-2025
0007
1.00
mo
___________
____________
yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026
0008
4.00
mo
___________
____________
red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026
0009
4.00
mo
___________
____________
red Pe12 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025
0010
1.00
mo
___________
____________
red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026
0011
5.00
mo
___________
____________
blue Se5 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025
0012
5.00
mo
___________
____________
red Se15 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025
0013
8.00
mo
___________
____________
blue Se6 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025
0014
8.00
mo
___________
____________
red Se16 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025
0015
4.00
mo
___________
____________
blue Fe7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025
0016
5.00
mo
___________
____________
yellow Cl7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025
0017
8.00
mo
___________
____________
yellow Cl8 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025
0018
3.00
mo
___________
____________
blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 07-02-2025
0019
3.00
mo
___________
____________
red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 07-02-2025
0020
7.00
mo
___________
____________
blue Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 11-02-2025
0021
7.00
mo
___________
____________
red Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 11-02-2025
base Year Total: $ _____________
1001
12.00
mo
___________
____________
blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1002
12.00
mo
___________
____________
blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1003
11.00
mo
___________
____________
blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Option 1
pop Begin: 05-19-2026
pop End: 03-31-2027
1004
9.00
mo
___________
____________
blue Pe4 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027
1005
12.00
mo
___________
____________
yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1006
11.00
mo
___________
____________
yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Option 1
pop Begin: 05-19-2026
pop End: 03-31-2027
1007
12.00
mo
___________
____________
yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1008
12.00
mo
___________
____________
red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1009
9.00
mo
___________
____________
red Pe12 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027
1010
12.00
mo
___________
____________
red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1011
7.00
mo
___________
____________
blue Se5 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027
1012
7.00
mo
___________
____________
red Se15 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027
1013
4.00
mo
___________
____________
blue Se6 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027
1014
4.00
mo
___________
____________
red Se16 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027
1015
9.00
mo
___________
____________
blue Fe7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027
1016
7.00
mo
___________
____________
yellow Cl7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027
1017
4.00
mo
___________
____________
yellow Cl8 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027
1018
9.00
mo
___________
____________
blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 1
pop Begin: 07-03-2026
pop End: 03-31-2027
1019
9.00
mo
___________
____________
red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 1
pop Begin: 07-03-2026
pop End: 03-31-2027
1020
5.00
mo
___________
____________
blue Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Option 1
pop Begin: 11-03-2026
pop End: 03-31-2027
1021
5.00
mo
___________
____________
red Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Option 1
pop Begin: 11-03-2026
pop End: 03-31-2027
option Year 1 Total: $_____________
2001
12.00
mo
___________
____________
blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2002
12.00
mo
___________
____________
blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2003
12.00
mo
___________
____________
blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2004
12.00
mo
___________
____________
blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2005
12.00
mo
___________
____________
yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2006
12.00
mo
___________
____________
yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2007
12.00
mo
___________
____________
yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2008
12.00
mo
___________
____________
red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2009
12.00
mo
___________
____________
red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2010
12.00
mo
___________
____________
red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2011
12.00
mo
___________
____________
blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2012
12.00
mo
___________
____________
red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2013
12.00
mo
___________
____________
blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028
2014
12.00
mo
___________
____________
red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028
2015
12.00
mo
___________
____________
blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2016
12.00
mo
___________
____________
yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2017
12.00
mo
___________
____________
yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028
2018
12.00
mo
___________
____________
blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2019
12.00
mo
___________
____________
red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2020
12.00
mo
___________
____________
blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2021
12.00
mo
___________
____________
red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
option Year 2 Total: $_____________
3001
12.00
mo
___________
____________
blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3002
12.00
mo
___________
____________
blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3003
12.00
mo
___________
____________
blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3004
12.00
mo
___________
____________
blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3005
12.00
mo
___________
____________
yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3006
12.00
mo
___________
____________
yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3007
12.00
mo
___________
____________
yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3008
12.00
mo
___________
____________
red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3009
12.00
mo
___________
____________
red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3010
12.00
mo
___________
____________
red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3011
12.00
mo
___________
____________
blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3012
12.00
mo
___________
____________
red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3013
12.00
mo
___________
____________
blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029
3014
12.00
mo
___________
____________
red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029
3015
12.00
mo
___________
____________
blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3016
12.00
mo
___________
____________
yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3017
12.00
mo
___________
____________
yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029
3018
12.00
mo
___________
____________
blue Ge1 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3019
12.00
mo
___________
____________
red Ge3 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3020
12.00
mo
___________
____________
blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3021
12.00
mo
___________
____________
red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
Option Year 3 Total: $_____________
4001
12.00
mo
___________
____________
blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4002
12.00
mo
___________
____________
blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4003
12.00
mo
___________
____________
blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4004
12.00
mo
___________
____________
blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4005
12.00
mo
___________
____________
yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4006
12.00
mo
___________
____________
yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4007
12.00
mo
___________
____________
yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4008
12.00
mo
___________
____________
red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4009
12.00
mo
___________
____________
red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4010
12.00
mo
___________
____________
red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4011
12.00
mo
___________
____________
blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4012
12.00
mo
___________
____________
red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4013
12.00
mo
___________
____________
blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030
4014
12.00
mo
___________
____________
red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030
4015
12.00
mo
___________
____________
blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4016
12.00
mo
___________
____________
yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4017
12.00
mo
___________
____________
yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030
4018
12.00
mo
___________
____________
blue Ge1 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4019
12.00
mo
___________
____________
red Ge3 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4020
12.00
mo
___________
____________
blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4021
12.00
mo
___________
____________
red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
option Year 4 Total: $_____________
base Plus Four Option Year Grand Total: $_____________
answers To Vendor Questions Asked 36c25025q0149
section B. Scope Of Work Oncall And Onsite Schedule
a. Please Clarify The Minimum Time Required To Be Included In The Monthly Cost.
i. This Section States 50 Hours Of On-call Service (10hours Per Day)
1. Are These Hours In Addition To The 8hrs Per Day Maintenance Requirement For Monday, Wednesday, And Friday 2. 50 On Call Hours Please Clarify If These Hours Are Regular Time Or Overtime Hours. (there Are Cost Differences)
answer: On-call Hours Are Regular Time And Separate From On-site Hours On Monday, Wednesday & Friday. There Is No Overtime For Any Services Required Under The Contract. This Is A Firm, Fixed-price Contract, And As Stated In The Sow The Monthly Rate Is To Be All-inclusive Of All Services Required Unless It Is Something Clearly Listed In The Exclusions.
section B. Scope Of Work Callback Services
a. Does This Section Apply To Elevator Union Holidays As Well?
answer: The Only Holidays Recognized/applicable Under This Federal Acquisition Are Federal Holidays A Link To The Federal Holidays At The Opm Website Was Included In The Rfq. See Sow Section B, Item 4, Sub Items A & B For Call-back Services Details.
section B. Scope Of Work Callback Services 7
a. This Section States That Cleaning Of Door Tracks Are The Responsibility Of The Contractor.
i. Based On The Site Requirements The Elevator Contractor Would Lonely Be Onsite 3 Days A Week And Cannot Monitor The Tracks On A Daily Basis.
answer: Item 7 Does Not Identify This As A Daily Requirement, Therefore, The Expectation Is That The Contractor Will Be Responsible For This On The Days They Are There/scheduled To Be There.
ii. Can This Be A Shared Responsibility?
answer: The Contract Awardee Will Be Required To Do This.
iii. Within The Industry, Cleaning Of Door Sills Are The Responsibility Of The Facility. We Check And Monitor When Conducting Maintenance Only.
answer: The Sow Is What Drives The Acquisition And Future Contract Contractor Will Be Required To Perform These Services And Follow All Requirements Listed In The Sow.
section B. Scope Of Work Callback Services 12
answer: In The Sow, There Is No Callback Services 12 There Is A Sow, Section B, Item 12 Which Is Not Related To Call-back Services, If That Is What Is Being Referenced.
this Section States That The Cor Can Elect To Have Repairs Completed On Overtime At No Additional Cost.
answer: Yes, This Is An All-inclusive, Firm, Fixed-price Acquisition. All Services Required Must Be Covered Under The Monthly Rate With The Only Exception Being Items Clearly On The Exclusions List.
i. There Is No Way To Capture That Cost Without Knowing What Could Be Required To Replace On Overtime.
answer: There Are No Overtime Hours As A Firm, Fixed-price Contract Does Not Engage In Variable Types Of Rates. Repairs Are Required Under The Contract Unless They Are Clearly Listed On The Exclusions List. The Monthly Rate Shall Cover All Services Required Under The Contract. Some Months May Require More Repair Work, While Other Months, Contractor Would Receive The Entire Monthly Payment When No Repairs Are Required. Please See The Attached Revised Sow For Slightly Updated Language To Section B, Item 12.
ii. Would The Cor Be Willing To Adjust This Section To Cover The Cost Of The Difference In Labor (premium Portion Of Labor) Premium Portion Standard Rate.
answer: No. This Is A Firm, Fixed-price Acquisition, Therefore, Additional/variable Rates Do Not Apply. The Contract Will Be All-inclusive Of Services Required, With A Monthly Fixed Rate, Fixed Annual Value, And A Fixed Total Contract Value (assuming Each Option Year Is Exercised At Government Discretion).
section B. Scope Of Work Inspections 14, Performance Parameters 19
this Section Details Inspection Reports And Key Performance Indicators/parameters
i. Please Provide Evidence That The Units Included Within The Rfp Meet These Requirements And Parameters
answer: Asme 17.1 Performance Parameters For Elevators Are Required. This Includes Elevators Still In Operation Since 1996, Elevators That Were Renovated In 2024, And New Elevators That Will Be Operational In 2025. Please See The Attached Sow For Updated Language To Section B, Item 19.
does The Cor Recognize Elevator Union Holidays?
answer: The Only Holidays Concerned/recognized Under This Federal Acquisition Are Federal Holidays A Link To The Federal Holidays At The Opm Website Was Included In The Rfq See Sow, Section E, Item 1 For The Opm Federal Holiday Link.
is The Cor Aware Of Any City Of Detroit Elevator Division Violations That Are Outstanding?
if So, Please Provide Documentation
answer: The Service Is Unaware Of Any Facility Vertical Lift That Has Any Municipal Violations That Are Outstanding.
how Will Pre-maintenance Repairs, Vandalism Etc Be Handled?
answer: Regarding Vandalism, See/review Sow, Section F. Regarding Pre-maintenance Repairs, A Repair Is A Repair, Whether Pre- Or Post-maintenance. Repairs Of Any Nature, Except For Items On The Exclusion List, Are To Be Covered Under The Contract And Handled By Contractor In A Timely Manner Once The Contract Is Effective. All Elevators Are As Is If A Repair Is Required, The Contractor Is Required To Do The Repair.
in The Event Of Water And/or Oil, Fluid Accumulates In The Elevator Pit, How Will It Be Handled?
a. Is This A Billable Situation
answer: There Are No Billable Situations With A Firm, Fixed-price Contract. The Monthly Rate Paid By The Government Is Not A Variable Rate But A Firm, Fixed-rate Which Covers All Services Required Unless Clearly Listed As An Exclusion On The Exclusions List.
will The Site Remove The Fluid And Dispose?
answer: The Contractor Is Required To Remove The Fluid And Properly Dispose Of It.
will The Contractor Be Responsible For Removing The Fluid
answer: The Contractor Is Required To Remove The Fluid And Properly Dispose Of It.
who Is Responsible For Maintaining The Elevator Phone Lines?
answer: Contractor Is Responsible For Maintaining The Operation Of Elevator Cabin Phones.
a. Elevator Contractors Do Not Manage Or Run The Lines.
answer: The Facility Will Provide An Operational Phone Signal, But The Contractor Is Responsible For Connecting Both Ends Of The Telephone Line (at Elevator Cabin, Within Each Elevator Travel Cable , And At Elevator Control Panel) In Order To Have Operational Phones In Each Elevator Cabin.
b. If The Event Of An Inoperable Phone, Is The Site Responsible For Contacting The Phone Company
answer: In The Event Of An Inoperable Phone, Detroit Va S Office Of Information & Technology (oi&t)/telecom Staff Will Repair Any Faulty Phone Signal. If The Facility Telecom Staff Confirms The Phone Signal Is Being Provided, Then The Contractor Is Responsible For Repairing An Inoperable Phone.
how Will Obsolescence Be Handled?
answer: None Of The Elevators Will Be Obsolete During The Course Of The Awarded Contract, Even If All Option Years Are Exercised, Therefore, This Question Is Irrelevant.
the Site Is Currently Modernizing Elevators
a. Are There Any Components That Are Considered Proprietary?
i. If So, Please Detail How The Cor Would Like To Approach The Situation
answer: The Service/cor Is Unaware Of Any Proprietary Components. Contractors Must Be Capable Of Repairing Or Replacing Elevator Equipment To Properly Maintain The Facility S Vertical Lifts.
badging Training
a. Please Detail Any Training Or Badging Requirements Needed For Access
answer: Upon Arrival At Detroit Va, Contractor/contractor Staff Are Required To Report To Cor Who Will Handle Badge Information/access, Training Information And Any Other Items Required.
will The Cor Consider Alternate Maintenance Approaches That Differ From The 3 Day A Week Maintenance Requirement?
answer: No, The Sow Defines Exactly What The Requirement/needs Are.
part A: I Noticed That There Are 3 New Elevators Red Garage 1, Blue Garage 3, And Red Passenger 13 These Upon Expiration Of Will Be Installed And Are Not On The List.â Is The Intent To Add These To The Agreement?
answer: Yes, The Intent Will Likely Be To Add Them To The Contract Via Contract Modification At Whatever Point In Future They Should Be Added, However, For The Purposes Of The Contract Required At Present Time (which Does Not Include The Unknowns Regarding These Three Elevators), These Elevators Are Not Included In The Sow And Any Offers Submitted Should Related To The Actual Contents/requirements Of The Sow.
part B: All 21 Elevators In The Hospital And Garages Are Undergoing Modernizations Over The Next 2 Years Plus Finishing At Various Times.â as The Elevators Are Upgraded They Go Onto A Free Service Period.â i Believe It Is A Full Year Free Service. If A Company Other Than The Installation Company Works On The Elevators In Any Way It Voids The Warranty.â it Would Appear If The Installation Company Is Not Maintaining These Upgraded Elevators The Va Is Paying Twice For The Same Services And Possibly Voiding Warranties.â is This The Intent Of This Agreement?
answer: To More Clearly Define Which Elevators Will Be Requiring Services Under The Contract For Certain Periods Of Time, A New Price Schedule Has Been Drafted And Is Attached To This Amendment. Not All Elevators Will Need Services At The Same Time/in The Same Years, And As Such, It Is Imperative To Price Services Accordingly. Offerors Should Make Careful Note To Only Price Services For The Months Required, For The Base Year And For Each Potential Option Year, For Each Elevator.
please Provide Any Information Available On:
the Manufacture Of Controls, Geared Or Gearless Type Of Machine And,
answer:
1. Original Parking Elevators:
A. Dover (hydraulic) Motor.
B. Dover Wcr Control Panel.
2. Original Cart-lifts:
A. Dover Motor.
B. Dover Msd1 Control Panel.
3. Original Freight Elevator:
A. Dover (hydraulic) Motor.
B. Dover Wcr Control Panel.
4. Original Passenger Elevators And Original Service Elevators:
A. Dover Motor.
B. Thyssenkrupp Tac 50-04 Control Panel.
5. New Passenger Elevators:
A. Kone Mx40 Motor.
B. Kone Kcm Control Panel.
6. New Service Elevator 15 And Service Elevator 16:
A. Kone Mx40 Motor.
B. Kone Kcm Control Panel.
7. New Service Elevator 5 And Service Elevator 6:
A. Kone Mx Machine. (not The Same As Motor For Se15 & Se16).
B. Kone Kcm Control Panel.
8. New Parking Elevators:
A. Kone Mx Machine.
B. Kone Kcm Control Panel.
how Many Stops Each Elevator Has.
answer: This Information Is For The 21 Elevators Associated With This Requirement, And Also For The 3 Additional That May Or May Not Be Added To The Contract At A Later Date. Please Ensure Any Offer Submitted Pertains Only To The Actuals Of This Acquisition.
cart-lifts 7 And 8 (cl7, Cl8) Have Two Stops: Lower Level (ll) And Floor Four (f4).
freight Elevator (fe7) Has Two Stops: Ll And F1.
blue Parking Elevators 1, 2, And 3 (ge1, Ge2, Ge3) Have Six Stops: Ll Thru F5.
red Parking Ge1, Ge2, And Ge3 Have Six Stops: Ll Thru F5.
blue Passenger Elevators (pe1, Pe2, Pe3, Pe4) Have Eight Stops: Ll Thru F7.
blue Service Elevators (se5, Se6) Have Eight Stops: Ll Thru F7.
yellow Pe8 Has Six Stops: Ll Thru F5.
yellow Pe9 And Pe10 Have Five Stops: Ll Thru F4.
red Pe11, Pe12, Pe13, And Pe14 Have Six Stops: Ll Thru F5.
red Se15 And Se16 Have Six Stops: Ll Thru F5.
please Provide Any Outstanding Repairs, Inspection Items To Be Corrected, Etc.:
answer: The Only Outstanding Issue Is With Cart-lift (cl) 8 For Dirty Surgical Instruments. A Padlock Has Been On The Power Switch Since 2019 For Two Reasons:
cart-lift Travels At About One-third The Expected Vertical Speed.
surgical Staff, Multiple Elevator Specialists, And I Have Witnessed Cl8 Travel Up And Down While Lobby Doors Are 100 Percent Open At Floor Four.
44
page 44 Of 44
statement Of Work
general
the Detroit Va Medical Center (dva) Located At 4646 John R. Street, Detroit, Michigan 48201 Requires A Firm, Fixed-price Contract For Preventive Maintenance And Repairs For All Operational Vertical Lifts At Vamc Detroit. Contractor Shall Provide All Tools, Parts, Materials, Equipment, Labor, Certified Elevator Specialists/technicians, Supervision, Licenses, Insurance And Transportation Necessary To Perform Preventive Maintenance, Repairs, Inspections And Call-back Services For The Vertical Transport Equipment Listed In This Statement Of Work (sow). Contractor Shall Provide Maintenance In A Manner Which Ensures The Safe And Continuous Operation Of All Equipment Listed In Accordance With Commercial Practices Or Manufacturer's Specifications (ansi-asme Al7).
firm, Fixed-price Contracts Cover The Services Listed Within (with Exception To Any Exclusions List) At A Set Monthly Price, And Overall Total Contract Value. All Services And Repairs Under This Contract Are Included In The Monthly Price (except For Items On The Exclusions List).
scope Of Work:
elevator Services Include, But Are Not Limited To Scheduled Weekly Inspections, Adjustments, Cleaning And Lubrication Of All Machinery, Machinery Spaces, Hoist Ways, And Pits.
reports:
annual No-load Test
five-year Full-load Test
on-call And On-site Schedule:
the Contractor Shall Provide On-call Service Of 50 Hours Per Week, Ten Hours Per Day, Monday Through Friday, From 7:00 Am To 5:00 Pm Et, For All Vertical Transportation Equipment.
following Are Maintenance Hours Required By This Contract. Contractor Shall Be On-site:
monthly: 96 Hours
weekly: 24 Hours
Assigned Day: 8-hour Shift. Assigned Days Are Monday, Wednesday And Friday,
Unless One Of Those Days Is A Federal Holiday, In Which The Shift Shall Be Adjusted
To A Non-federal Holiday Business Day That Week, Subject To Cor Approval.
call-back Services:
the Contractor Shall Provide Call-back Service During Federal Holidays And Non-business Hours For Emergencies. The Contractor Shall Provide Make-up Inspection Hours Lost Due To Holidays By Scheduling Additional Preventative Maintenance Hours Within The Month The Holiday Occurs.
example: If The Holiday Falls On A Monday, Then The Makeup Day Shall Be Either Tuesday Or Thursday.
contractor Shall Provide Scheduled Weekly Examinations, Adjustments, Cleaning, And
Lubrication Of All Machinery, Machinery Spaces, Hoist Ways, And Pits.
Contractor Shall Maintain All Parts Of The Vertical Transportation Equipment Systems
Consisting Of, But Not Limited To, The Following:
hoisting Machinery
operating And Signal Fixtures
wire Ropes
door Operating And Safety Equipment
control Apparatus And Power Drives .
fixed Mechanical Equipment
auxiliary Apparatus (to Include Any Cart Ejection Systems) And Appurtenance
electrical Wiring And Traveling Cables
mechanical And Electrical Safety Devices
contractor Shall Ensure That Elevator Door Tracks Are Free From Dirt And Debris To Ensure Smooth, Proper Operation Of Elevator Doors.
contractor Shall Replace All Burned Out Light Bulbs Inside The Elevator Cabs To Maintain Proper Lighting At All Times. Vamc Detroit Will Provide The Light Bulbs For The Contractor.
Install As Used In The Work Required, Specifications And Drawings Shall Mean Furnish, Install, Connect, Adjust And Test Except Where Otherwise Specified.
brand Names Are Specified To Indicate Performance And Quality Characteristics. No Substitutes Of Specified Materials Shall Be Accepted.
emergency Generator Test: Vamc Detroit Conducts Testing Of The Facility S Emergency Generators On The First Wednesday Of Each Month, From 6:15 Am To 6:45 Am. Duties To Be Performed Shall Include The Following:
before 6:00 Am: Be Present For Duty To Participate In The Test.
no Later Than 6:05 Am: Assist Vamc Detroit Staff In Utilizing The Fire Recall System To Bring All Elevators To The First Floor. Note: Waiting Until Five Minutes After 6:00 Am Is To Give Biomedical Engineering Staff Necessary Time To Shut Down Biomedical Equipment Prior To Generator Testing.
after 6:15 Am: When The Facility Disconnects From Detroit Edison At 6:15 Am, The Contractor Will Assist Vamc Detroit Staff In Turning Off The Fire Recall System And Ensure That At Least One Elevator Is Running At Each Elevator Bank For The Duration Of The Generator Test.
assist Va Staff In Performing Code Blue Testing On Selected Elevators During The Test.
different Elevators Will Be Selected By The Cor For Each Test.
be Available To Troubleshoot Any Problems Occurring With The Elevators When Normal Power Has Been Restored Upon The Conclusion Of The Test.
the Cor Will Notify The Contractor If There Is A Need To Take A Vertical Lift Out Of Service In Order For Contractor To Make Repairs. If The Contractor Determines That A Vertical Lift Is Operating In An Unsafe Manner, The Contractor Is Authorized To Remove The Vertical Lift From Service And Must Notify The Cor Immediately. The Cor Will Coordinate With The Contractor To Repair Off-line Vertical Lifts In A Timely Fashion. Repairs Will Be Covered Under This Contract Unless It Is An Item Clearly Listed On The Exclusions List.
testing:
the Next Five-year Full-load Test Is Due In 2025.
monthly: Examine All Safety Devices And Governors.
quarterly:
test The Communications And Elevator Fire Safety System.
the Fire Safety System Testing Includes Manual Recall (phase I) And Fireman S
elevator Operation (phase Ii).
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
annually No-load Test Of Safety Mechanisms:
conduct A No-load Test Of Safety Mechanisms, In Accordance With The American Society Of Mechanical Engineers, Asme/ans1 A17.1 (2010).
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
every Five Years Full Load Test Of Safety Mechanisms. During The Full-load Test, The Following Shall Also Be Conducted:
conduct A Full-load Test Of Safety Mechanisms, In Accordance With The American Society Of Mechanical Engineers, Asme/ans1 A17.1 (2010).
inspect Car Balances.
inspect The Governors. Set Them, Recalibrate Them, And Seal Them For Proper Tripping Speed.
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
inspections:
the Contractor Shall Provide Vertical Transportation System Efficiency And Maintenance Survey Inspections Annually. The Results Of These Inspections Shall Be Summarized With Appropriate Backup Material In An Annual Report To The Cor By The End Of The Month Following The Anniversary Date Of The Contract. This Report Shall Include The Following Performance Parameters And Summary Data For Each Vertical Transportation Unit As Appropriate:
unit Speed Up And Oem Specification.
unit Speed Down And Oem Specification.
door Open Speed And Oem Specification.
door Close Speed Normal And Code Limit.
door Close Speed Reduced And Code Limit.
door Closing Torque And Code Limit.
door Dwell Time For Car Call.
door Dwell Time For Hall Call.
leveling Accuracy Summary And Oem Specification.
date Of The Last Annual / Five-year Safety Test Completed.
date Of The Last Annual Communications And Fire Recall System Test.
annualized Call-back Rate With Backup Detail.
dedicated Maintenance Hours For The Preceding Twelve Months.
semi-annual Inspections By Independent Consultant: Contractor Shall Accompany Cor Or Vamc Detroit S Independent Consultant On Inspections To Audit The Facility S Elevator Operations Every Six Months.
the Independent Consultant Shall Provide Semi-annual Inspection Reports To The Cor.
the Cor Shall Provide A Copy Of These Reports To The Contractor. The Contractor And Cor Will Determine Who Is Responsible For The Abatement Of Deficiencies Listed In The Semi-annual Reports.
the Cor Shall Provide A Copy Of These Reports To The Chief Of Facility Management Service. The Chief Of Facility Management Service Will Determine Abatement Procedures For Deficiencies That Are The Responsibility Of Vamc Detroit.
the Cor Shall Archive Corrective Actions Taken By Contractor And Chief Of Facility Management, For A File-retention Period Of Five Years.
lubrication: Lubricate Monthly (12 Times Per Year At Regularly Scheduled Intervals), All Mechanical Parts Recommended To Be Lubricated By The Oem Of The Vertical Transportation Equipment.
cleaning: The Contractor Shall, During All Examinations, Remove And Discard Immediately All Accumulated Dirt And Debris From The Pit Areas, And Be Responsible For Always Maintaining The Cleanliness Of All Elevator Machine Rooms. Additionally, Prior To Each Annual Anniversary Date Of This Contract, Contractor Shall Thoroughly Clean Down The Entire Hoist Way Of All Accumulated Dirt, Grease, Dust, And Debris.
painting: Contractor Shall Keep Machinery Exterior And Any Rust-prone Equipment Clean And Painted. Motor Windings And Controller Coils Shall Be Periodically Treated With Proper Insulating Compound. The Machine Room Floor And All Storage Areas Shall Be Painted Annually With Good Quality Deck Enamel.
repairs And Replacements Shall Be Made Promptly By Contractor, Or When The Cor Advises The Contractor To Do So. Repairs And Replacements Shall Be Made In Accordance With Conformance Standards And Oem Standards. Repair And Replacement Of Parts Shall Be New/genuine Oem Or Equal In Design, Workmanship, Quality, Finish Fit, Adjustment, Operation And Appearance. Repairs And Replacements Shall Apply To All Mechanical, Electronic, And Electrical Parts, Including But Not Limited To:
automatic Power And Manually Operated Door Systems, Car Door And Gate Hangers, Car Door And Gate Contact, Door Protective Device, Guides, Stops And Appurtenances, Car Safety Mechanism, Platform, Car Sills, Car Guide Shoes, Gibs Or Rollers And Appurtenances.
geared And Gearless Machinery, Worm, Gear, Bearings, Drive Sheave, Deflector Sheave, And Brake Assembly, Component Parts And All Associated Castings.
motor, Motor Generator, Motor Windings, Rotating Element, Stator, Bearings, Rotors, Starters, Solid-state Power Drives Complete And Associated Apparatus, Speed Monitoring Equipment And Attachments.
controller, Selector And Dispatching Equipment, All Relays, Solid State Components, Resistors, Condensers, Transformers, Contact Leads, Dashpots, Timing Devices, Computer Devices, Insulators, Solenoids, Resistance Grids, Mechanical And Electrical Driving Equipment, Diagnostics, Troubleshooting Tools, Monitors And Associated Apparatus.
governor, Governor Sheave And Shaft Assembly, Bearings, Contacts And Governor Tension Sheave Assemblies.
overhead, Deflector Or Secondary Sheaves, Bearings, Car And Counterweight Buffers, Car And Counterweight Guide Rails, Top And Bottom Limit Switches, Activating Cams, Compensating Equipment, Counterweight And Counterweight Guide Shoes Including Rollers Or Gibs.
hoist Way Door Interlocks, Top Tracks, Hanger Rollers, Operating Linkages And Auxiliary Door Closing Devices, Hoist Way Landing, Leveling And Encoding Systems Complete, And Power Door Clutch-engaging Systems Complete.
car And Hall Lanterns, Lobby Fixtures, Car Operating Panels, Car And Hall Position Indicators, Hall Push-button Fixtures, Audible/visible Signals And Controls Complete, Emergency Lighting, Communication Devices, Remote Operating And Signal Equipment Complete.
the Contractor Shall Examine And Equalize Tension On All Wire Ropes And Renew Them Whenever Necessary To Ensure The Maintenance Of Adequate Safety Factor. Contractor Shall Also Shorten All Ropes As Required To Maintain Legal Bottom Clearances And Perform All Safety Code Re-shackling Procedures Per Asme/ans1 A17.1 (2010).
contractor Shall Repair Or Replace All Electrical Traveling Cables, Wiring And Conductors Extending To The Vertical Transportation Unit From Main Line Switch In The Machine Room And Outlets In The Hoist Ways. The Main Power Switch And Its Fuses Are Excluded.
contractor Shall Be Responsible For Changing Lightbulbs And Lighting Fixtures In The Cab, Pit, Machine Room, And Hoist Way As Required. Dva Will Provide The Light Bulbs.
hydraulic Systems Components, Including But Not Limited To, Tanks, Valves, Pump, Cylinder Head, Above Ground Piping, Hoses, Fittings, Gauges, Seals, O-rings, Packing S, Belts, Recovery Devices, Overflow Devices, Rescuvator (auxiliary Power Device) Or Other Emergency Operating And Signal Systems, Above-grade Cylinder And Plunger Assemblies Complete, Cathodic Protection Devices, Muffler, Heater And Shut-off Valves.
performance Parameters: All Vertical Lifts Shall Meet The Standards Required By The American Society Of Mechanical Engineers (asme). Performance Parameters For Each Vertical Lift Must Comply With The Particular Version Of Asme 17.1, Safety Code For Elevators And Escalators, That Was In Effect At The Time Of Installation Or With The Most Recent Version For Each Renovated Vertical Lift.
spare Parts: The Contractor Shall Provide And Maintain A Supply Of Contacts, Coils, Solid-state Boards And Associated Components, Leads, Brushes, Lubricants, Wiping Cloths, Rollers, Guides, Switches, And Other Minor Parts In The Vertical Transportation System(s) Machine Room(s) For The Performance Of Routine Preventive Maintenance. All Spare Parts Shall Be Kept In Storage Cabinets Provided By The Contractor.
record Keeping:
a Complete Permanent Record Of Maintenance Inspections And Routines, Repair Work, Lubrication, And Call Back Service Will Be Kept In The Machine Room. These Records Are To Be Always Available To The Cor. The Records Shall Indicate The Reason The Mechanic Was In The Building, Arrival And Departure Time, The Work Performed, Etc., And These Records Shall Be Property Of Vamc Detroit. Record Keeping Requirements Are The Responsibility Of Contractor S Maintenance Personnel.
a Contractor S Proprietary System That Fulfills The Requirements In The Above Paragraph Will Be Accepted In Lieu Of The Method Specified, However, All Records, Including Annual Summary Reports Must Be Provided To The Cor And Are Property Of Dva.
Hot Work :
precautions Shall Be Taken By The Contractor, To Prevent Accidental Operation Of Any Existing Smoke Detectors By Minimizing The Amount Of Dust Generated In The Vicinity Of Any Smoke Detectors.
the Contractor Shall Not Perform Any Hot Work Without An Approved Hot Work Permit From The Cor. Hot Work Is Any Work That May Generate A Source Of Ignition In Areas Where Flammable Or Combustible Materials May Be Present. Welding, Flame Cutting, Use Of Pneumatic Hammers, Soldering, Brazing, Thermal Spraying, Thawing Pipe And Spark Producing Equipment Are Examples Of This Type Of Work.
before Any Hot Work Is Conducted, The Contractor Or Sub-contractors Shall Obtain A Hot Work Permit From The Cor. Cor Is The Overseer And Decider On Any And All Hot Work To Be Performed.
contractor Storage Space On Dva Premises: There Will Be Space Made Available To Contractor For Storing Items. The Cor Will Designate The Space; The Space Designated May Be Subject To Change With Dva.
list Of Elevators Requiring Services
lift Name
lift Type
lift Location
maximum Lift Capability
blue Pe1
geared Traction Passenger Elevator
blue Tower
4000
blue Pe2
geared Traction Passenger Elevator
blue Tower
4000
blue Pe3
geared Traction Passenger Elevator
blue Tower
4000
blue Pe4
geared Traction Passenger Elevator
blue Tower
4000
yellow Pe8
geared Traction Passenger Elevator
yellow Tower
5000
yellow Pe9
geared Traction Passenger Elevator
yellow Tower
5000
yellow Pe10
geared Traction Passenger Elevator
yellow Tower
5000
red Pe11
geared Traction Passenger Elevator
red Tower
4000
red Pe12
geared Traction Passenger Elevator
red Tower
4000
red Pe14
geared Traction Passenger Elevator
red Tower
4000
blue Se5
geared Traction Service Elevator
blue Tower
6000
blue Se6
geared Traction Service Elevator
blue Tower
6000
red Se15
geared Traction Service Elevator
red Tower
5000
red Se16
geared Traction Service Elevator
red Tower
5000
blue Fe7
hydraulic Freight Elevator
blue Tower
6000
yellow Cl7
geared-traction Cart Lifts
yellow Tower
1000
yellow Cl8
geared-traction Cart Lifts
yellow Tower
1000
red Ge2
hydraulic Garage Elevators
red Garage
3500
red Ge3
hydraulic Garage Elevators
red Garage
3500
blue Ge1
hydraulic Garage Elevators
blue Garage
3500
blue Ge2
hydraulic Garage Elevators
blue Garage
3500
elevator Warranty Coverage Periods
during The Specific Warranty Period Listed For Each Elevator, An Elevator Modernization Warranty Is In Effect And Contractor Shall Not Perform Any Services To Any Elevator Within The Warranty Period Listed. Contractor Shall Provide All Sow Services Required For Any Elevator Beginning On The First Day That Elevator Is No Longer Covered Under Warranty. For Example, Elevator Blue Pe1 S Last Day Under Warranty Is 12/15/2025, Therefore, Contractor Must Begin Providing Services On 12/16/2025. The Following Schedule Is Provided To Clarify Existing Warranty Coverage Periods For Each Elevator:
ten Gearless-traction Elevators:
blue Pe1 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
blue Pe2 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
blue Pe3 (warranty Coverage And Gps 05/19/2025 To 05/18/2026)
blue Pe4 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
yellow Pe8 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
yellow Pe9 (warranty Coverage And Gps 05/19/2025 To 05/18/2026)
yellow Pe10 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
red Pe11 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
red Pe12 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
red Pe14 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
four Service Elevators:
blue Se5 (warranty Coverage And Gps 09/01/2025 To 08/31/2026)
blue Se6 (warranty Coverage And Gps 12/01/2025 To 11/30/2026)
red Se15 (warranty Coverage And Gps 09/01/2025 To 08/31/2026)
red Se16 (warranty Coverage And Gps 12/01/2025 To 11/30/2026)
one Hydraulic Freight Elevator:
blue Fe7 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
two Geared-traction Cart-lifts:
yellow Cl7 (warranty Coverage And Gps 09/01/2025 To 08/31/2026)
yellow Cl8 (warranty Coverage And Gps 12/01/2025 To 11/30/2026)
four Gearless-traction Elevators:
blue Ge1 (warranty Coverage And Gps 07/03/2025 To 07/02/2026)
blue Ge2 (warranty Coverage And Gps 11/03/2025 To 11/02/2026)
red Ge2 (warranty Coverage And Gps 11/03/2025 To 11/02/2026)
red Ge3 (warranty Coverage And Gps 07/03/2025 To 07/02/2026)
conformance Standards
asme A17.1 / Csa B44 Safety Code For Elevators And Escalators (2013) Or Current
asme A17.1 Safety Code For Elevators And Escalators The Particular Version Of Asme 17.1 In Effect At Time Of Installation Or At Time Of Most Recent Renovation Of Each Vertical Lift
asme A17.2 Guide For Inspection Of Elevators, Escalators, And Moving Walks (2012) Or Current
compliance With The Current Editions Of Ansi/asme Al 7 (a17.1, A17.2, And A17.3)
original Equipment Manufacture (oem) Standards And Requirements
va Standards And Regulations
days And Hours Of Operation / Federal Holidays
a List Of All Federal Holidays Can Be Found At: Https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/
all Work, Including Regular Examinations And Repairs In Accordance With This Contract Are To Be Made During Regular Business Hours Between 6:00 Am To 4:30 Pm, Monday Through Friday, Except For Federal Holidays.
exclusions
all Repairs, Parts And Labor Required For Repairs Shall Be Included, At No Additional Cost, Unless It Is Clearly And Specifically An Excluded Item Listed Below:
any Extra Charge Work Clearly Due To Vandalism Or Misuse. Contracting Officer Must Be Informed In Advance And Approve Of Work Being Outside Of Scope For This Contract No Invoice Will Be Paid Without Prior Approval.
installation Of New Attachments, Which May Be Required Or Recommended By Insurance Agencies Or Government Authorities.
repairs Or Replacement Of Cab Enclosure, Hoist Way Enclosures, Door Frames (not Doors) And Sills, Machine Room Lighting, Cab Tile Or Carpet.
replacement Of Underground Hydraulic Piping Or Hydraulic Cylinder.
it Is To Be Understood That Any Item Not Specifically Excluded In The List Above Shall Be Considered The Contractor's Responsibility And Fall Within The Costs Of This Contract.
contractor & Contractor Staff Responsibilities
maintenance Work Shall Be Performed Only By Employees Directly Employed And Supervised By The Contractor. Contractor Employees Shall Be Experienced And Certified In Maintaining Vertical Transportation Systems/elevators.
the Contractor Shall Be Regularly Engaged In The Business Of Servicing Equipment Similar To That Being Maintained Under This Contract And Shall Have Done So For A Period Of At Least Five Years Prior To The Date Of The Solicitation For This Contract. The Contractor Shall Have A Permanent Service Branch Capable Of Providing Normal Service Within Two Hours After A Request Is Made And Emergency Call-back Service As Specified In Paragraph 17.
contractor Shall Make All Repairs Or Replacements Due To Damage By Contractor Employee Improper Repair, Negligent Or Willful Acts, Or Omissions Of Required Information, Services, Repairs, Etc.
Closing Date7 Feb 2025
Tender AmountRefer Documents
Bureau Of Corrections leyte Regional Prison Abuyog Leyte Tender
Others
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Government Of The Republic Of The Philippines Sixth Edition January 2025 Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….2 Section I. Invitation To Bid……………………………………………………..5 Section Ii. Instructions To Bidders…………………………………………...8 1. Scope Of Bid ………………………………………………………………………. 9 2. Funding Information………………………………………………………………. 9 3. Bidding Requirements ……………………………………………………………. 9 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 9 5. Eligible Bidders…………………………………………………………………… 9 6. Origin Of Goods ………………………………………………………………….. 10 7. Subcontracts ……………………………………………………………………… 10 8. Pre-bid Conference ………………………………………………………………. 10 9. Clarification And Amendment Of Bidding Documents …………………………… 10 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 10 11. Documents Comprising The Bid: Financial Component …………………………... 11 12. Bid Prices …………………………………………………………………………. 11 13. Bid And Payment Currencies ……………………………………………………… 12 14. Bid Security ………………………………………………………………………. 12 15. Sealing And Marking Of Bids ……………………………………………………… 12 16. Deadline For Submission Of Bids …………………………………………………. 13 17. Opening And Preliminary Examination Of Bids ………………………………….. 13 18. Domestic Preference ……………………………………………………………… 13 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 13 20. Post-qualification ………………………………………………………………… 14 21. Signing Of The Contract …………………………………………………………… 14 Section Iii. Bid Data Sheet …………………………………………………..15 Section Iv. General Conditions Of Contract ……………………...………..17 1. Scope Of Contract ………………………………………………………………… 18 2. Advance Payment And Terms Of Payment ……………………………………….. 18 3. Performance Security ……………………………………………………………. 18 4. Inspection And Tests ……………………………………………………………… 18 5. Warranty …………………………………………………………………………. 18 6. Liability Of The Supplier ………………………………………………………….. 19 Section V. Special Conditions Of Contract ………………………………….20 Section Vi. Schedule Of Requirements ……………………………………....24 Section Vii. Technical Specifications …………………………………………25 Section Viii. Checklist Of Technical And Financial Documents …………..29 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Invitation To Bid For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) 1. The Leyte Regional Prison, Through The General Appropriations Act (gaa) Of 2025 Intends To Apply The Sum Of Three Hundred Ten Thousand Pesos Only (₱310,000.00) Being The Abc To Payments Under The Contract For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Leyte Regional Prison, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Until December 31, 2025 From The Receipt Of Notice To Proceed (ntp) And Contract Agreement. Bidders Should Have Completed, Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Twenty-five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Leyte Regional Prison Bac Secretariat Using The Contact Below And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 8:00am - 5:00pm To January 24, 2025 8:00am – 8:55pm 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 Only (₱500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 24, 2025 @ 9:00am. 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 January 24, 2025 @ 9:00am At The Lrp – Conference Room, Administration Building, Leyte Regional Prison. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Schedule Of The Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents January 17, 2025 8:00am To 5:00pm To January 24, 2025 8:00am To 8:55am Office Of The Bac/bac Secretariat, Leyte Regional Prison, Abuyog, Leyte 2. Submission And Opening Of Bid Documents January 24, 2025 @ 9:00am Conference Room, Admin Building, Lrp, Abuyog, Leyte 10. The Lrp Bac Shall Use Non-discretionary And Non-discriminatory Measure Based On Sheer Luck As A Tie-breaking Tool (draw Lots) In The Event That Two Or More Bidders Were Declared As Lcrb In-order To Determine The Final Lcrb Based On The Following: I. In Alphabetical Order, The Bidder Shall Pick One Rolled Paper Ii. The Lucky Bidder Who Would Pick A Paper With “congratulations” Remark Shall Be Declared As The Final Lcrb And Recommended For The Award Of The Contract. 11. The Leyte Regional Prison Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jeruel Go Office Of The Bac Secretariat Leyte Regional Prison, Abuyog, Leyte Cp # 09455311532, Email: Leurejz@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.bucor.gov.ph/ Www.philgeps.gov.ph Date Of Issue: January 16, 2025 Mr. Tracy B. Soriano Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Leyte Regional Prison Wishes To Receive Bids For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) With Identification Number Bid 2024-05rb. The Procurement Project For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Ten Thousand Pesos Only (₱310,000.00). A. The Source Of Funding Is National Expenditure Program. 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. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 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. 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 {[insert If Applicable] And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) 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. 11.5. Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. A. 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 May 24, 2025. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On January 24, 2025 @ 9:00 Am At Lrp Administrative Building Conference Room 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 One Project Having Several Items That Shall Be Awarded As One Contract. 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 20.1. 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 Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Any Food Catering Services. B. Completed Within The Last Two (2) Years Equivalent To At Least Twenty-five Percent (25%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 No Further Instruction. 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 ₱6,200.00, 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 ₱15,500.00 If Bid Security Is In Surety Bond. 15 Electronic Copy/electronic Submission Is Not Allowed Each Bidder Shall Submit One (1) Original Copy And Three (3) Photocopies Of The First And Second Components Of Its Bid. 19.4 One Project Having Several Items That Shall Be Awarded As One Contract. 20.1 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; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3. Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Certificate Of Compliance Occupational Safety And Health Standards 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. 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 5.1 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. 5.2 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 Special Conditions Of Contract Gcc Clause Delivery And Documents – Delivery Of The Catering Services Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. Delivery Time Of The Food To Be Served As Follows: Am Snacks – Not Later Than 9:30 Am Lunch – Not Later Than 11:30 Am Pm Snacks – Not Later Than 2:30 Pm Upon Delivery Of The Catering Services To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (iii)certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; For Purposes Of This Clause, The Procuring Entity’s Representative At The Project Site Is The End-user, Or His Duly Authorized Representative. When A Seminar Has Been Rescheduled Or Cancelled, Leyte Regional Prison, Reserves The Right To Cancel The Catering Service Upon Formal Notice To The Caterer Two (2) Days Prior To The Start Of The Occassions. In Such Case, Leyte Regional Prison, Has No Obligation To Pay The Supplier The Amount Corresponding To The Cancelled Catering Service. Where There Is An Increase Or Decrease Of Participants, The End-user Shall Inform The Supplier Of The Same Three (3) Days Prior The Occasion Date. 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: 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. Transportation – The Transport Of The Food To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. The Procuring Entity Accepts No Liability For The Damage/spoilage Of Food During Transit. The Contract Price For The Catering Service Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Amount Stipulated In The Purchase Request (pr). After Each Occasion, The Supplier Is Responsible For Sending To The Leyte Regional Prison, A Billing Or Final Invoice For The Costs Of The Catering Service For Every Occasion Completed. It Shall Also Turn Over To The Bureau Any Remains/left Over Of The Catering Services Every End Of The Day For Its Use. 2.2 Partial Payment Is Not Allowed Cost For E-vat And Other Governmental Costs Which Fall Equally On All Prospective Suppliers Are Presumed To Be Included In The Computation Of The Bid Price 4 The Inspections And Tests That Will Be Conducted Are: The Evaluation Activities That Will Be Conducted At The Leyte Regional Prison, Upon Delivery Are As Follows: (1) Food Tasting On A Sampling Basis To Determine The Quality Of Food Served. (2) Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance To The Menu Set In The Schedule Of Requirements. (3) Observation Before, During And After The Training Schedule To Determine The Quality Of Service Given By The Supplier. (4) Surveys Among The Participants To Determine The Level Of Satisfaction Of The Participants To The Service Rendered By The Supplier 6 Liability Of The Supplier: A. To Provide Food And Services For The Number Of Participants On The Basis Of The Information Given By The Procuring Entity Thru Df Of Pr Signed By The End-user Or Authorized Representative, At Least Two (2) Days Prior To The Training Schedule. B. During The Training, To Increase/ Decrease The Number Of Meals/snacks To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day, Provided That Written Notice Is Given By The Procuring Entity Signed By The End-user Or Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. C. During The Training, To Adjust On Any Specific Food/diet Restrictions (religion Or Health Reasons) Of Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Procuring Entity Signed By The End-user Or Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training D. To Substitute The Menu For A Specific Training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Nonslaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. E. To Reschedule/cancel The Seminar Due To Fortuitous Event/instances Beyond The Control Of Leyte Regional Prison F. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks; And 14) Condiments. G. To Provide Clean Table Cloth, Seat Covers And Table Napkins In The Designated Dining Area. H. To Assign At Least Two (2) Waiters/ Waitresses In Clean Working Garments Per Class/seminar And Shall Secure An Updated Health Certification From The Medical Health/authorized Officer. I. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “clean As You Go”. 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. State “comply” Or “not Comply” To The Statement Of Compliance. Item No. Description Quantity Delivery Schedule 1 Meals: Breakfast 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Lunch 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Dinner 620 Pax From The Receipt Of Ntp Up To December 31, 2025 2 Snacks: Am Snacks 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Pm Snacks 620 Pax From The Receipt Of Ntp Up To December 31, 2025 The Quantity/units Is For Bidding Purposes Only. In The Actual Implementation Of The Contract, The Quantity/units That May Be Required May Increase/decrease As The Need Arises. I/we Hereby Commit To Comply And Deliver All The Above Requirements In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Section Vii. Technical Specifications Item Specification Statement Of Compliance I The Catering Service Provider Shall Comply With The Government Regulations As Provided In Presidential Decree No. 856 Otherwise Known As “the Code On Sanitation Of The Philippines”. A. Sanitary Permit B. Health Certificate Of Food Handlers C. Quality And Protection Of Food Ii The Catering Service Provider Agrees: A. To Provide Food And Services For The Number Of Participants On The Basis Of The Information Given By The Procuring Entity Thru A Notice Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, At Least Two (2) Days Prior To The Training Schedule. B. During The Training, To Increase/ Decrease The Number Of Meals/ Snacks To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day, Provided That Written Notice Is Given By The Procuring Entity Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. C. During The Training, To Adjust On Any Specific Food/diet Restrictions (religion Or Health Reasons) Of Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Procuring Entity Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. D. To Substitute The Menu For A Specific Training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Nonslaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. E. To Reschedule/cancel The Seminar Due To Fortuitous Event/instances Beyond The Control Of Leyte Regional Prison. F. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks; And 14) Condiments. G. To Provide Clean Table Cloth, Seat Covers And Table Napkins In The Designated Dining Area. H. To Assign At Least Two (2) Waiters/ Waitresses In Clean Working Garments Per Class/seminar And Shall Secure An Updated Health Certification From The Medical Health/authorized Officer. I. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “clean As You Go”. Additional Requirements 1 The Lrp Shall Inform The Concessionaire Of The Total Number Of Actual Participants At Least Three (3) Days Before The Conduct Of The Training. 2 The Service Provider Shall Assure The Quality Of Food To Be Served Maintaining High Standards Of Sanitation. In The Event That That The Food Served Has Indication Of Spoilage, The Caterer Shall Be Allowed To Make Substitution Upon The Approval Of The Course Administrator. 3 The Service Provider Shall Submit Or Provide Menu Including Healthy Foods Such As Rice, Beef, Chicken, Pork, Seafoods, Vegetables, Dessert/fruits, Fruit Juice 4 The End User Can Request Specific Meals Or Snacks And Services They Prefer As Long As Requests Remain Within The Allocated Budget Per Meal, Snacks And Services 5 Subject To Increase/decrease Of Participants. 6 The Caterer Shall Serve Consumables Of One (1) Lunch And Two (2) Snacks Per Day Which Shall Be Ready For Inspection By 11:15am, Snacks By 8:45am And 2:30pm, Respectively. 7 The Service Provider Shall Not Require Advance Payment And Deposit To Guarantee Reservation. 8 The Concessionaire Shall Assign At Least Four (4) Waiters/waitresses In Clean Working Garments In Trainings With 50 Or More Participants And At Least 2-3 Waiters/waitresses For Trainings With Less Than Or Equal To 50 Participants. 9 The Lrp Reserves The Right To Cancel/reschedule The Delivery Of Catering Services In Case Of Major Institutional Mandates/changes, Calamities, Etc. Upon Formal Notice To The Caterer At Least Three (3) Days Prior To The Event. 10 The Lrp Shall Pay The Concessionaire At Least Five (5) Days After The Billing Statements Have Been Received By The Office. 11 The Lrp Reserves The Right To Substitute/reschedule Trainings. 12 The Service Provider Shall Provide At Least Two (2) Buffet Tables With Centerpiece For Trainings With Less Than Or Equal To Fifty (50) Participants And At Least Four (4) Buffet Tables Inside The Function Hall For Trainings With More Than Fifty (50) Participants. 13 The Lrp Reserves The Right To Substitute/reschedule Trainings. Rice: A Serving Must Be Provided With Each Meal Viand: Each Meal Should Include One Main Viand Vegetables: A Side Of Vegetables Should Accompany The Meal To Ensure Balanced Nutrition. Desserts Or Sweets: Each Meal Should Include A Dessert Or Any Sweet Treat. Beverage: Participants Should Be Offered Bottled Water/canned Juice/softdrinks. I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) 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 ⬜ (c) 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 ⬜ (d) 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 ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) 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 ⬜ (g) 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 ⬜ (h) 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 ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Ix. Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery End User’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, (attached Copy) Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Certificate Of Net Financial Contracting Capacity ((please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _________________________(p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _______day Of __________2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Leyte Regional Prison I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Of The Leyte Regional Prison As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Of The Leyte Regional Prison, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Bid Form Date: Invitation To Bid No: Bid 2024-05rb To: Mr. Tracy B. Soriano, Msca Bac Chairperson Leyte Regional Prison Abuyog, Leyte Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply & Deliver Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) In Conformity With The Said Bidding Documents For The Sum Of __________________________________________₱ ________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Of The Bidding Documents. I/we Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert]: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply & Deliver Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Schedule Of Prices Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat Meals 620 Pax Breakfast ₱62,000.00 620 Pax Lunch ₱93,000.00 620 Pax Dinner ₱93,000.00 Snacks 620 Pax Am Snacks ₱31,000.00 620 Pax Pm Snacks ₱31,000.00 Total Bid Price Inclusive Of Vat In Words The Quantity And Unit Of Issue Is For Bidding Purposes Only. In The Actual Implementation Of The Contract, The Quantity That May Be Required May Increase/decrease As The Need Arises. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________
Closing Date24 Jan 2025
Tender AmountPHP 310 K (USD 5.2 K)
BULACAN AGRICULTURAL STATE COLLEGE Tender
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Fy 2025 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 12 9. Clarification And Amendment Of Bidding Documents …………………………… 12 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 12 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 13 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 14 15. Sealing And Marking Of Bids ……………………………………………………… 14 16. Deadline For Submission Of Bids …………………………………………………. 14 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 15 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 15 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..19 1. Scope Of Contract ………………………………………………………………… 20 2. Advance Payment And Terms Of Payment ……………………………………….. 20 3. Performance Security ……………………………………………………………. 20 4. Inspection And Tests ……………………………………………………………… 20 5. Warranty …………………………………………………………………………. 21 6. Liability Of The Supplier ………………………………………………………….. 21 Section V. Special Conditions Of Contract ………………………………….22 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………34 Section Viii. Checklist Of Technical And Financial Documents …………..38 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub 1. The Bulacan Agricultural State College, Through The Gaa Capital Outlay Fy 2025 Intends To Apply The Sum Of One Billion Pesos Pesos (php1,000,000,000.00) Being The Abc To Payments Under The Contract For Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required With Contract Duration Of 280 Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 7, 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 Php75,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference On January 24, 2025, 09:00 Am Via Zoom Platform (meeting Id: 853 1254 4715, Passcode: 578270) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of February 7, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 7, 2025, 09:00 Am At The Conference Room, Administration Building, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph January 16, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub With Identification Number 2025-01g. The Procurement Project (referred To Herein As “project”) Is Composed Of Twenty-eight (28) Components 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 Gaa Fy 2025 In The Amount Of Php1,000,000,000.00 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025. 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. Not Applicable. 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 At Least Fifty Percent (50%) Of The Abc Or Have 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; 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 Procuring Entity Has Prescribed That: A. 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 At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Days From The Opening Of Bids. 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 Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2 Duly Signed By The Authorized Representative Of The Bidder. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission 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 One Project Having Several Items That Shall Be Awarded As One Contract. 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 20.1. Not Applicable 20.2. 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 Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery, Installation, Commissioning And Set-up Of Ict Materials And Laboratory Equipment With Any Of The Two (2) Components As Follows: 1. Productivity Software And/or Licenses 2. Hardware Such As Servers, Desktops And/or Laptops 3. Closed-circuit Television (cctv) 4. Smart Solar Lighting Systems 5. Network Infrastructure B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids That Is Equivalent To 50% Of Abc Or 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; 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 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 Php20,000,000.00 [(2%) Of The 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 Php50,000,000.00[(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special 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 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 Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. 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: “the Delivery Terms Applicable To This Contract Are Delivered At Basc, San Ildefonso, Bulacan. 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 Dr. Ma. Melanie A. Cruz And Mr. Florentino S. Casuco, Jr. 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; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair 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. 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. 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 Any Relevant Hazchem Classifications 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. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof 2.2 The Terms Of Payment Shall Be As Follows: 15% : Upon Submission Of Signed Contract 25% : Submission And Acceptance Of Detailed Work Plan And Systems Design 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Internet Connectivity 15. Campus Network System 16. Fiber Optics Works 17. Structured Cabling Works 18. It Security Operations Center & Network Operations Center 19. Campus Data Center Upgrade 20. Data Center Network Switches 21. Data Center Compute System & Data Center Block And File Storage System 22. Data Center Backup And Recovery System 23. Cloud Infrastructure 24. Ip-pabx System 25. Software & Networking Laboratories 26. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 27. E-library Infrastructure 28. Smart Function Hall 26.43% 1st Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 1. It Security Operations Center & Network Operations Center 2. Campus Data Center Upgrade 3. Data Center Network Switches 4. Data Center Compute System & Data Center Block And File Storage System 5. Data Center Backup And Recovery System 6. Ip-pabx System 7. Software & Networking Laboratories 8. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 9. E-library Infrastructure 10. Smart Function Hall 11. Campus Network System 12. Fiber Optics Works 13. Structured Cabling Works 14. Human Resource Management System & Time Keeping System 15. Document Management System 16. Queuing / Appointment System 1st Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 1. Human Resource Management System & Time Keeping System 2. Payroll Management System 3. Assets & Fleet Management System 4. Document Management System 5. Trouble Ticketing System 6. Queuing / Appointment System 7. Campus Portal System 23.57% 2nd Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 1. Internet Connectivity 2. University Library System 3. Econference Room W/ Video Conferencing 2nd Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 1. Cloud Infrastructure 2. University Information System 3. Learning Management System 4. Executive Information System 5. University Library System Hardware Installation, Configuration And Integration 1. Campus Network System 2. Structured Cabling Works 3. It Security Operations Center & Network Operations Center 4. Data Center Network Switches 5. Data Center Backup And Recovery System 6. Ip-pabx System 7. E-library Infrastructure Acceptance Of Volume Testing 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing : Completion Of Training 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Campus Network System 15. It Security Operations Center & Network Operations Center 16. Campus Data Center Upgrade 17. Data Center Backup And Recovery System 18. Smart Function Hall 10% : Project Acceptance And Turnover 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Internet Connectivity 15. Campus Network System 16. Fiber Optics Works 17. Structured Cabling Works 18. It Security Operations Center & Network Operations Center 19. Campus Data Center Upgrade 20. Data Center Network Switches 21. Data Center Compute System & Data Center Block And File Storage System 22. Data Center Backup And Recovery System 23. Cloud Infrastructure 24. Ip-pabx System 25. Software & Networking Laboratories 26. E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 27. E-library Infrastructure 28. Smart Function Hall 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. 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 Delivered, Weeks/months 1 University Information System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 2 Learning Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 3 Innovative Cashiering System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 4 Human Resource Management System & Time Keeping System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 5 Payroll Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 6 Assets & Fleet Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 7 Document Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 8 Trouble Ticketing System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 9 Queuing System / Appointment System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 10 Executive Information System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 11 Campus Portal System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 12 University Library System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 13 Econference Room W/ Video Conferencing 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 14 Internet Connectivity 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 15 Campus Network System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 16 Fiber Optics Works 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 17 Structured Cabling Works 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 18 It Security Operations Center & Network Operations Center 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 19 Campus Data Center Upgrade 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 20 Data Center Network Switches (network Infrastructure) 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 21 Data Center Compute System & Data Center Block & File Storage System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 22 Data Center Backup And Recovery System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 23 Basc Cloud Infrastructure 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 24 Ip-pabx System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 25 Software And Networking Laboratories 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 26 E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 27 E-library Infrastructure 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 28 Smart Function Hall 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed For Details See Terms Of Reference [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications 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 University Information System 2 Learning Management System 3 Innovative Cashiering System 4 Human Resource Management System & Time Keeping System 5 Payroll Management System 6 Assets & Fleet Management System 7 Document Management System 8 Trouble Ticketing System 9 Queuing System / Appointment System 10 Executive Information System 11 Campus Portal System 12 University Library System 13 Econference Room W/ Video Conferencing 14 Internet Connectivity 15 Campus Network System 16 Fiber Optics Works 17 Structured Cabling Works 18 It Security Operations Center & Network Operations Center 19 Campus Data Center Upgrade 20 Data Center Network Switches (network Infrastructure) 21 Data Center Compute System & Data Center Block & File Storage System 22 Data Center Backup And Recovery System 23 Basc Cloud Infrastructure 24 Ip-pabx System 25 Software And Networking Laboratories 26 E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 27 E-library Infrastructure 28 Smart Function Hall For Details See Terms Of Reference [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Bulacan Agricultural State College Address: Pinaod, San Ildefonso, Bulacan Website: Https://basc.edu.ph/ Tel/fax No.: (044) 931 8660 Terms Of Reference Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Definition Of Terms Key Description Internet-based Application A Client/server Application That Uses Standard Internet Protocols For Connecting The Client To The Server. Acl Access Control List Ap Transmit Power Access Point Transmit Power Aec Acoustic Echo Cancellation Ad Database Active Directory Database Arp Address Resolution Protocol Awg American Wire Gauge Api Application Programming Interface Abc Approved Budget Cost Ai Rf Artificial Intelligence Radio Frequency Afms Assets & Fleet Management System Aes/ebu Audio Engineering Society / European Broadcasting Union Ah Authentication Header Ajb Auto Jitter Buffer Agc Automatic Gain Control Agronomy The Application Of Science And Technology From The Fields Of Biology, Chemistry, Economics, Ecology, Soil Science, Water Science, Pest Management, And Genetics To The Improvement And Management Of The World's Major Food Crops. Animal Husbandry The Branch Of Agriculture Is Concerned With Animals That Are Raised For Meat, Fiber, Milk, Or Other Products. It Includes Day-to-day Care, Management, Production, Nutrition, Selective Breeding, And Livestock Raising. Anpr Camera Automatic Number Plate Recognition Camera Basc Bulacan Agricultural State College Bunas Bulacan National Agricultural School Bi Dashboard Business Intelligence Dashboard Cmmi5 Capability Maturity Model Integration 5 Cpu Central Processing Unit Ca Certificate Authentication Certificate Authority Certificate Authentication Cor Certificate Of Registration Ceh Certification Certified Ethical Hacker Certification Cgeit Certified In The Governance Of Enterprise It Isc Certified Information Systems Security Professional Cpmp Certified Project Management Practitioner Cos Class Of Service Cctv Closed-circuit Television Cng Comfort Noise Generation Dtr Daily Time Record Dpa Data Privacy Act [r.a. No. 10173] Db Decibel Dbm Department Of Budget And Management Dscp Differentiated Services Code Point Dsp Digital Signal Processing Dvi Digital Visual Interface Dss Direct Station Selection Dr Drills Disaster Recovery Drills Dms Document Management System Dns Domain Name System Ddr4 Double Data Rate 4 Dfp Dynamic Fabric Provisioning Dhcp Dynamic Host Configuration Protocol Dps Dynamic Path Selection Ecc Employee Compensation Contribution Esp Encapsulating Security Payload Eis Executive Information System Xlr External Line Return Fpi Fabric Performance Impact Fspf Fabric Shortest Path First Foc Fiber Optic Cable Ftp File Transfer Protocol Fdmi Flat Display Mounting Interface Fhd Ir Full High Definition Infrared Camera Fqdn Fully Qualified Domain Name Fdm Fused Deposition Modeling Gbe Gigabit Ethernet Gb Gigabyte Gbps Gigabyte Per Second Gui Graphical User Interface Gddr5 Graphics Double Data Rate 5 Hdd Hard Disk Drive Hi-fi High Fidelity Hdmi High-definition Multimedia Interface Hf Amplifier High-frequency Amplifier Hris Human Resource Information System Http Hypertext Transfer Protocol Ict Information And Communications Technology Ict Information Communication Technology Itil Certification Information Technology Infrastructure Library Certification Ir Infrared Radiation Ir/rgb Infra-red/red, Green And Blue Ieee Institute Of Electrical And Electronics Engineers Ipmi Intelligent Platform Management Interface Iec Standard International Electrotechnical Commission Standard Iso International Organization For Standardization Igmp Internet Group Management Protocol Ike Internet Key Exchange Ip Internet Protocol Ipofc Internet Protocol Over Fibre Channel Ip-pabx Internet Protocol Private Branch Exchange Ipsec Internet Protocol Security Ipv4 Internet Protocol Version 4 Ipv6 Internet Protocol Version 6 Isp Internet Service Provider Isl Trunking Inter-switch Link Trunking Management Tunnel Encryption It Is A Secure Channel Or Connection Established Between A Management Station And A Network Device To Remotely Manage And Configure The Device. Intelligent Load Balancing It Is The Technique Used In Computer Networking And Server Management To Distribute Incoming Network Traffic Or Workload Across Multiple Servers Or Resources In A Way That Optimizes Resource Utilization, Improves Performance, And Ensures High Availability. Kpi Key Performance Indicator Kvm Keyboard, Video, Mouse Lms Learning Management System Ldap Lightweight Directory Access Protocol Lacp Link Aggregation Control Protocol Lan Local Area Network Lf Amplifier Low-frequency Amplifier Mac Media Access Control Mp Megapixels Ms Milliseconds Mcb Miniature Circuit Breaker Maps Monitoring And Alerting Policy Suite M-lag Multichassis Link Aggregation Group Mimo Multiple-input And Multiple-output Nhmfc National Home Mortgage Finance Corporation Nat Network Address Translation Nat-t Network Address Translation-traversal Ndi Network Device Interface Nic’s Network Interface Cards Nvme Network Address Translation Ops Open Pluggable Specification Ospf Open Shortest Path First Oem Original Equipment Manufacturer Oem Certification Original Equipment Manufacturer Certification Pppoe Point-to-point Protocol Over Ethernet Pptp Point-to-point Tunneling Protocol Pvc Polyvinyl Chloride Pdu Power Distribution Unit Poe Power Over Ethernet Pacu Precision Air-conditioning Units Pc Project Category Psc Project Sub– Category Rfid Radio Frequency Identification Ram Random Access Memory Rdp Read Diagnostics Parameter Rstp Real-time Streaming Protocol Rj Registered Jack Rdbms Relational Database Management System Rh Relative Humidity Rcs Reliable Commit Service Rog Report Of Grades Rotc Reserve Officers' Training Corps Rpm Revolutions Per Minute Rip Routing Information Protocol Srtp Secure Real-time Transport Protocol Ssl Secure Sockets Layer Ssl Vpn Secure Sockets Layer Virtual Private Network Sata Serial Advanced Technology Attachment Sp Service Provider Ssid Service Set Identifier Sip Session Initiation Protocol Stp Shielded Twisted Pair Sms Short Message Service Sns Simple Name Server Sso Single Sign-on Sddq Slow Drain Device Quarantine Sddq Slow Drain Device Quarantine Sfp Small Form-factor Pluggable Cadre A Small Group Of People Specially Trained For A Particular Purpose Or Profession. Ssd Solid State Drive Spl Sound Pressure Level Soa Statement Of Account San Storage Area Network Sqlnet Structured Query Language Network Tb Terabyte Encrypted Communication The Process Of Encoding Information In Such A Way That Only Authorized Parties Can Access And Understand It. Tat Time & Attendance Terminal Tor Transcript Of Records Tcp/ip Transmission Control Protocol/internet Protocol Tls Transport Layer Security Tftp Trivial File Transfer Protocol Uhd Ultra High Definition Ups Uninterruptible Power Supply Usb Universal Serial Bus Uis University Information System Utp Unshielded Twisted Pair Udp User Datagram Protocol Ui User Interface Vga Video Graphics Array Vram Video Random-access Memory Vlan Virtual Local Area Network Vms Virtual Machines Vpn Virtual Private Network Vad Voice Activity Detection Voip Voice Over Internet Protocol Wpa Wi-fi Protected Access Wep Wired Equivalent Privacy Wan Wireless Area Network Wi-fi Wireless Fidelity Wips Wireless Intrusion Prevention System I. Introduction A. Executive Summary The Bulacan Agricultural State College (basc) Was Established In 1952. It Started As The Community Agricultural School In Bintog, Plaridel, Bulacan With About 100 Students. The Succeeding Years Saw An Increase In The Number Of Students. Unlike Before, Students Came Not Only From The Local Community But Also From Elsewhere In The Province. With This, The School Was Aptly Named The Bulacan Provincial High School. In 1955, With A Growing Population And A Need To Accommodate The Same, Presidential Proclamation No. 163 Was Issued Allocating 200 Hectares Of Land For The School In Pinaod, San Ildefonso, Bulacan. Not Long After, Republic Act (r.a.) No. 948 Was Issued Changing The School’s Name To Bulacan National Agricultural School (bunas). In 1960, Tertiary Education Was Offered In Bunas With A Two-year Associate In Agriculture Program, Which Eventually Led To The Offering Of The Bachelor Of Science In Agriculture Degree With Majors In Agronomy And Animal Husbandry. Cognizant Of The Broad-based Agricultural Education And Training Needs Of The Bulakeños, Hon. Ricardo C. Silverio, And Then Representative Of District Ii Of The Province Of Bulacan Authored House Bill No. 2389 Which Moved For An Expanded Educational Program For Bunas. With The Bilateral Approval Of Both Houses, President Fidel V. Ramos Signed R.a. No. 8548, Officially Converting The Bunas Into A Chartered State College Known As The Bulacan National Agricultural State College On February 24, 1998. Its Name Was Changed To Bulacan Agricultural State College By Virtue Of R.a. No. 9249 Signed By Her Excellency Gloria Macapagal Arroyo On February 19, 2004. As Mandated By Its Charter, Basc Shall Provide Higher Professional, Technical, And Special Instructions For Special Purposes And Promote Research And Extension Services And Advanced Studies In Agriculture, Arts And Science Programs, And Other Allied Courses. It Shall Also Offer Short-term Technical And Vocational Non-degree Courses Within Its Area Of Specialization To Meet The Needs Of Its Constituents. Basc Main Campus Is Situated In Pinaod, San Ildefonso, Bulacan. It Has Three Extension Campuses – Doña Remedios Trinidad Campus; Balagtas Technical Vocational School Campus; And Fortunato Halili National Agricultural School. The Basc Board Of Trustees Is The Policy-making Body Of The College Composed Of The Following: Chairperson: Chairperson, Commission On Higher Education Vice-chairperson: President, Bulacan Agricultural State College Members: Chairperson, Senate Committee On Higher And Technical Education Chairperson, House Committee On Higher And Technical Education Director, Neda Region Iii Director, Da Region Iii President, Basc Alumni Association Faculty Trustee Student Trustee Prominent Citizen Resource Person: Director, Dost Region Iii The College Is Headed By Its President, Dr. Jameson H. Tan, And Assisted By Dr. Cecilia S. Santiago, Vice President For Academic Affairs; Dr. Ronald Reagan T. Alonzo, Vice President For Administration, Finance And Business Affairs; And Dr. Honeylet J. Nicolas, Vice President For Research, Extension, Production And Development. The Bulacan Agricultural State College Shall Strive For Excellence In Agriculture And Other Allied Disciplines. It Shall Provide For And Address Ever-changing Educational Needs And Services For Those Seeking To Expand Their Intellectual Horizons. Basc Shall Address National And International Issues And Be Established As A Major Presence And Contributor To The Progress Of The Global Community. To Ensure The Training Of Productive And Competitive Graduates In Agriculture And Other Related Disciplines, Basc Is Keen On Delivering The Following Goals/objectives. 1. Produce Quality Graduates Equipped With Knowledge And Expertise Enough To Meet The Demands And Challenges Of The Fast-changing Society. 2. Develop A Cadre Of Highly Competent Manpower To Implement The Various Academic, Research, Extension, Training, And Production Programs Of The College. 3. Undertake Relevant Research, Extension, And Training Programs To Accelerate Productivity And For Additional Income Of People In Rural And Urban Areas. 4. Promote The General Welfare Of The Faculty And Staff As Well As The Students. 5. Maintain A Wholesome Academic Community Conducive To Learning By Providing A State-of-the-art Laboratory, Information And Communication Equipment, And A Modern Library, Sports, And Other Facilities. 6. Establish Networks, Linkages, Or Collaboration With Other Stakeholders To Take Advantage Of The Synergy For Fund Sourcing. 7. Develop And Implement Resource Generation Projects To Modernize And Sustain The Operation Of The College. 8. Implement An Improved Administrative Efficiency And Financial Management System. Delivering These Goals/objectives Would Require Adding And Improving Systems As Well As Information Communication Technology (ict) Equipment For Basc To Provide Better Management, Process, Technology, And System, Thus, Achieving An Improvement For The Goals Outlined Above. The Agency Aligns Its Support Commitments To Its Core Programs Focused On The Desired Impact Of Improved Ict Equipment And Systems Using The Latest Technology And Developing A Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub. To Address These Services, Systems Are Needed To Properly Put In Place All The Information. These Systems Will Target All The Services Mentioned In Such That Each Service Will Be Dealt With One By One As Follows: 1. University Information System – A Platform That Can Oversee And Streamline All Aspects Of University Operations, From Student Admission, Enrollment, Student And Alumni Services, Faculty And Staff Management, Curriculum Management, Grades, And Academic Progress. 2. Learning Management System – It Should Integrate Course Development, Distribution, Evaluation, And Control Into A Unified, Device-compatible Interface. It Facilitates Personalized Learning Trajectories That Enhance Student Engagement And Achievement By Centralizing Communication, Content, Analytics, And Work Process Automation. 3. Cashiering System – This Is A Cutting-edge And Highly Efficient Solution To Transform Cashiering Operations Within The Basc Setting. 4. Human Resource Management System & Timekeeping System – Integrates All Human Resource (hr) Functions Into A Unified System Designed To Streamline Hr Process Workflow And Improve Data Management, Data Security, Integrity, Onboarding, Benefits Administration, Compliance, Performance Tracking, Development, And Retention. 5. Payroll Management System – This Represents A Cutting-edge Solution To Revolutionize And Simplify Payroll Management. 6. Assets & Fleet Management System – A Comprehensive Platform Designed To Assist The University In Efficiently Monitoring And Administering The University’s Valuable Assets And Fleet Of Vehicles. 7. Document Management System – A Digital Platform Designed To Consolidate And Enhance The Document Management Processes Within Basc. 8. Trouble Ticketing System – Provides Centralized Incident/problem Reporting, Coordinated Troubleshooting, Assignment, Tracking, Knowledge Base Documentation, And Customer Communication Streams To Rapidly Restore Technology Performance And Availability While Optimizing Resource Efficiency And Minimizing Disruptions Across Users And Business Operations. 9. Queueing / Appointment System – A Solution Designed To Streamline And Enhance The Way Universities Handle Queues And Appointments For A Wide Range Of Services. 10. Executive Information System – Selectively Aggregate, Analyze, And Visualize Kpis On Vital Organizational Statistics From Integrated Bi Dashboards Tuned To Strategic Objectives To Reveal Insights Driving Informed Decisions And Management By Exception For Optimized, Data-driven Governance And Outcomes. 11. Campus Portal System - This Should Encompass Intranet Platforms Facilitating Single Sign-on Access For Faculty, Staff, And Administrators. These Portals Practically Incorporate Critical Academic Resources, College Services, And Administrative Systems For Their Respective Roles. 12. University Library System – Consolidates The Management Of Physical And Digital Resources On Campus. These Include Discovery Layers, Circulation, Patron Records, Book/media Cataloging, And User Usage Analytics. 13. Econference Room With Video Conferencing – A Solution Designed To Streamline And Enhance The Institution By Facilitating Seamless Real-time Communication Between Individuals Or Groups In Different Locations. Reporting And Any Associated Sub-modules Thereof May Be Necessary. Ii. Project Objectives A. General Objectives The Main Objective Of Bulacan Agriculture State College (basc) Is To Enhance The Educational Experience, Improve Campus Operations, And Address The Needs Of Students, Faculty, And Staff In An Efficient, Sustainable, And Forward-thinking Way. The System Shall Be Securely Accessible By All Stakeholders Anytime And Anywhere. B. Specific Objectives The Project Aims To Provide A System With The Following Features: • The System Must Promote The Virtue Of Transparency. • The System Runs On An Internet-based Application. • The System Is Available On Both Android And Ios Mobile Devices. • The System Should Record And Track Potential Students From Their First Inquiry To Enrollment. • The System Should Record And Calculate Grades, As Well As Facilitate The Transmission Of Grades To The Dean’s And Registrar’s Office. • The System That Manages Academic Records, Courses, And Academic-related Information For Students. • The System Should Record Each Student's Class Attendance And Allow The Teachers To View It. • The System Should Have A Dashboard For Quickly Identifying The Total Quantity Of Tasks, Assignments, Tests, Quizzes, Finished Projects, And Subjects For Each User. • The System That Handles The Student’s Enrollment Charges, Accounts Receivable, Payment, And Adjustment Of Student’s Fees. • The System Should Have An Online Registration That Automatically Assesses Fees. • The System That Can Manage The Payments Of The Students Includes Printing Official Receipts And Cashier Settings. • The System Can Manage Registrar Department Transactions From The Submission Of Records, Enrollment Up To Graduation, And The Issuance Of Transcript Of Records Of Students. • The System That Can Manage And Monitor Students’ Health And Well-being. • The System Can Display Upcoming Events, Announcements, And News. • The System Handles The Alumni Master File And Enables The User To Create, Edit, And Update The Alumni Profile. • The System Can Enable Parents To Monitor The Activities And Progress Of Their Children. • The System Is Accessible Anywhere, Anytime. • The System That Is User-friendly. The Proposal To Be Submitted Shall Include The Following: • Executive Summary. O Cost Of The System O Advantages Of The Proposal • Company Information • Solution Overview O Solution Architecture O High-level Component Description • Process Flows • Detailed Description Of Sub-system • Technical Specification • Dimensioning • Web-based System • Mobile Web Access (android And Ios) • Project Workshop • Performance Management • Hardware And Site Information • Installation And Trainin Iii. Scope Of Work The Project Comprises Several Phases Of Development And Implementation. It Includes Not Only The Provision Of The Software Development/customization Services, Hardware, And Network With Accessories But Also Support Services, Necessary To Achieve The Project’s Objective. A. Systems Analysis This Phase Covers The Data Collection Process In Order To Improve The Efficiency Of Related Systems In Basc. The Process Includes But Is Not Limited To The Following: 1. Data Gathering, Consultation, And Evaluation Of Existing Systems-related Information Management Systems In Basc. 2. Documentation, Assessment, And Testing Of The Existing Basc Processes. 3. Preparation, Assessment, And Evaluation Of The Current Database Of The Existing Systems. 4. Identification Of Issues, System Requirements, And Development Opportunities Of The Existing Versus The Proposed System. 5. Data Migration Plan, Execution Plan, Reversion Plan, Backup Plan, And Verification Process From Existing Database To New Database. 6. Actual Migration And Verification Of Data. 7. Executions Of Backup Plan. 8. Post-migration Verifications. 9. Capacity Planning. 10. Knowledge Transfer B. Systems Design And Development Supply, Install, And Implement A System Upgrade For Availability To A Web, Desktop, And Mobile Version, Inclusive Of (2) Two Years Of Software And Maintenance Support. The Solution Shall Include The Following Modules And Sub-modules Of The System Software: The Development/customization Of The System Consists Of But Is Not Limited To The Five Functionalities: (a) Information Management; (b) Provision Of Statistical Chart On Dashboard; (c) Service Status Monitoring; (d) Security Management; (e) Reporting And Any Associated Sub-modules Thereof As May Be Necessary. B.1 Pre-requisite Setup Module ● University Information Settings ● Secured Access Management ● Module To Set Organizational Units With The Following Hierarchy ○ University > Campus > College > Department ○ Approval Level Hierarchy ● The Admission Setups Should Have The Following: Document Types, Application Types, Admission Limits, Entrance Exams, Entrance Exam Schedules, Interview Schedules, Medical Schedules. ● Furthermore, Clinic Records Management Setups That Play A Vital Role In University Operations. ● Clearance Management Setups ● Learning Management Settings ● Secured Access Management ● It Should Have A Configuration Grading Parameters, Rubrics Matrix Of The Activities, Major Course Output (mco), Syllabus, And Lesson Plans. ● Cashiering Settings ● Secured Access Management ● Cashiering Setup: Must Allow Setting Up Customer Master Data, Accounts Group, Sub Groups, Discounts, Collection Of Terms Settings, And Interests, Fines, & Penalties Settings. ● Human Resource Management Settings ● Secured Access Management ● Holiday: Holiday Types And Holidays ● People Attributes: Talents, Hobbies, And People Relationships ● Hr Settings: Employment Types, Positions, And Leave Types ● Schedule Settings: Schedule Templates And Schedule Parts ● Government Settings: Withholding Tax, Sss, Philhealth, Pag-ibig, Gsis. ● Salary Grades: Salary Grades And Salary Level ● Default Leave Types: Manage Default Leave Types, Which Are Used For Easy Assignment Of Leaves To Employees (e.g., Regular, Jo, Casual, Oyster, And Part-time Employees) ● Training And Seminar: Manage Training And Seminar; Use For Easy Training, Seminar, Certification, And Workshop Creation. ● Manage Suspension Types ● Manage Termination Types ● Payroll Settings ● Secured Access Management ● Mandatory Deductions: ○ Withholding Tax ○ Philhealth Contribution ○ Pag-ibig Contributions/home Development Mutual Fund (hdmf) ○ Gsis Contribution ● Loans ○ Gsis Mpl (multi-purpose Loan) ○ Gsis Gfal (governmentfinancial Assistance Loans) ○ Gsis Housing Loan ○ Gsis Policy Loan ○ Gsis Computer Loan ○ Gsis Salary Loan ○ Gsis Consolidated Loan ○ Gsis Emergency Loan ○ Gsis Educational Loan ○ Gsis Old Loan ○ Pag-ibig Housing Loan ○ Pag-ibig Multi Purpose Loan ○ Pag-ibig Calamity Loan ○ Grocery Loan ○ Koop ○ Hospital Bills Loan ○ Psmb Fund ○ National Home Mortgage Finance Corporation(nhmfc) ○ Provident Fund ○ Land Bank Of The Philippines(lbp) Salary Loan ○ Unlimited Optional Life Insurance (uoli) ○ Development Bank Of The Philippines (dbp) Loan ● Other Deductions ○ Absences/lates ○ Sss Contribution ○ Gsis Optional Insurance ○ Pag-ibig Mpii ○ Child Support ○ Philhealth Up ○ Additional Tax ○ Basc Personnel Credit Cooperative (pcc) ○ Basc Faculty And Employee Association (fea) ● Other Income ○ Overtime (e.g., Normal O.t., Rest Day O.t., Holiday O.t., Non-working Holiday O.t., And Special Non-working Holiday O.t.) ○ Night Differential ○ Salary Adjustment ○ Pera (personnel Economic Relief Allowance) ○ Meal Allowance ○ Fitness Allowance ○ Transportation Allowance ○ Rice Allowance ○ Uniform Allowance ○ Laundry Allowance ○ Communication ○ Internet Allowance ○ 13th Month ○ Bonus Pay ○ Retirement Pay ● Assets And Fleets Management Settings ● Secured Access Management ● Asset Groups ● Asset Categories ● Asset Types ● Asset Articles ● Annual Procurement Plan (app) / Project Procurement Management Plan (ppmp) ● Document Management Settings ● Secured Access Management ● Delivery Type ● Document Category ● Document Security Level ● Document Type ● Process Flow ● Trouble Ticketing Settings ● Secured Access Management ● The Solution Must Have A Maintenance Module For Category Settings. ● The Solution Must Have A Maintenance Module For System Settings. ● The Solution Must Have A Maintenance Module For Types Settings. ● The Solution Must Have A Maintenance Module For State Settings. ● The Solution Must Have A Maintenance Module For Impact Settings. ● The Solution Must Have A Maintenance Module For Urgency Settings. ● The Solution Must Have A Maintenance Module For Team Settings. ● Executive Information Settings ● Secured Access Management ● Dashboard Configuration And Control ● Campus Portal Settings ● Secured Access Management ● Basc Active Directory W/ Configuration ● Themes Configurations ● University Library Settings ● Secured Access Management ● Access Control ● Library Locations ● Shelves Mapping ● Call Number/book Mapping ● Queueing/appointment Settings ● Secured Access Management ● The Solution Must Have An Office/department Setups To Manage The List Of Office/departments. ● The Solution Must Have A Service Set Up To Handle The List Of Services. ● The Solution Must Have Window Settings To Manage The Window List. ● The Solution Must Have Window-type Setups To Control The Queueing System Window Types. ● The Solution Must Have Marquee Setups To Configure The Footer Data Or Information. ● The Solution Must Have Printer Setups To Manage The List Of Printers. ● The Solution Must Have Advertisement Setups To Manage The List Of Advertisements. B.2 University Information System ● Academics ● The Solution Must Enable The Setup Of Courses, Sections, Course Programs, And Curriculum. ● The Solution Must Include A Course Master List To Manage And View Course Information, Course Program Inclusion, And Section Details. ● The Solution Must Include A Master List Of Course Programs To Streamline The Management And Viewing Of Course Program Information, Curriculum Details, And Curriculum Structure. ● The Solution Must Include A Curriculum List To Easily Manage And View Academic Progression Or Flowchart. ● Enrollment Module ● The System Must Have An Online Registration With Automatic Assessment Of Fees, Interconnected With The Other Modules To Facilitate The Automatic Course Advising. ● The System Must Have A Monitoring Of Section Fill Rates. ● The System Must Have A Post-enrollment (adding/changing/dropping) Module. ● The System Must Support Automatically Generating A “list Of Allowed Subjects And Schedules To Be Taken”. ● The System Must Support The Ability To Prevent Choosing Subjects With Prerequisites Not Yet Taken. ● The System Must Support The Ability To Show The Maximum Number Of Allowed Units A Particular Student Can Enroll In Based On Previous Semester Grades With The Capability To Add And Decrease Units By The Registrar Department. ● The System Must Support Enlistment To Rotc And Pe Subjects. ● The System Must Support The Automatic Generation Of Assessment Slips And Registration Slips. ● The System Must Have A Curriculum Auditing. ● The System Must Support Students' Online Queries Of Available Subjects. ● The System Must Support The Generation Of Reports Such As A Summary Of Enrolled Students. ● Section Management Module ● The Solution Must Be Able To Assist In Creating Multiple Sections For Courses To Accommodate Varying Class Sizes, Instructor Availability, And Scheduling Preferences. ● The System Must Aid In Managing Instructor Workloads To Ensure Equitable Distribution Of Teaching Assignments And Compliance With Contractual Obligations. ● The Solution Must Provide Real-time Updates And Notifications To Students, Faculty, And Staff Regarding Changes To Class Schedules, Room Assignments, Or Instructor Assignments. ● The System Must Be Able To Generate Reports On Room Utilization, Resource Usage, And Scheduling Patterns To Inform Decision-making And Resource Allocation. ● The Solution Must Be Able To Enroll Students In Courses And Sections Using Normal Scheduling Techniques While Supporting Non-standard Term Arrangements. ● The System Must Be Able To Generate Schedules For Both Students And Professors. ● Admission Module ● The Solution Must Allow The Creation Of Applications For Potential Students. ● The Solution Must Contain A List Of Applicants To Easily Manage/view The Applicant’s Complete Information, Attachments, And Progress Status. ● The Solution Must Allow The Setting Of Admission Limits To Know The Number Of Allowed Applicants Quickly. ● The Solution Must Allow Applicant Pooling That Is Printable. ● Must Have A List Of Applicants Scheduled For The Entrance Exam, Interviews, And Medical. ● The Solution Must Be Able To Customize The Requirements Of Students For Admission. ● Must Support The Fast Generation Of Reports For The List Of Applicants. ● Grade Management Module ● The System Maintains Complete Records Of The Academic Grades Of The Students. ● The System Must Facilitate Academic Grade Crediting For Transfer Students. ● The System Must Have A Module To Handle Effortless Reviews Of Grades Submitted By Faculty Members. ● The Students Must Be Able To View Their Historical Grades Anytime Thereby Replacing Class Cards. ● Registrar Module ● Must Have Tools To Monitor And Manage Various Operations Of The Registrar Like Monitoring Screen For Records, Certification, And Documents Requested By Students And Alumni. ● Must Contain Complete Student Information, Academic Data File, And Scanned Submitted Documents Of Students. ● Must Support The Fast Generation Of Tor, Cor, Rog, And Form 9 ● Must Be Capable Of Generating A List Of Candidates For Graduation, Scholarships, And Honors. ● The Solution Must Allow The Generation Of The Following Reports: Academic Evaluation, Official List Of Enrollment, Diploma, Registration, Shiftee, Student Directory, Subject Masterlist, And Summary Of Enrollment Reports. ● Must Be Able To Apply Tags To Documents Being Submitted By New Enrollees And Remind The User Of Documents That Students Need To Submit. ● Must Have The List Of Student Subsidy And Adding Of Students For The Scholarship. ● The System Must Be Capable Of Correcting Student Grades. ■ Students With An 'incomplete' (inc) Grade Will Have One Year To Fulfill Requirements To Update Their Grades; Otherwise, The Grade Will Be Changed To A Failing Grade. ● Student Services ● Must Allow Teachers To Submit Requests For Grade Corrections In Case Of Errors Or Discrepancies In Their Recorded Grades. ● The Solution Must Facilitate Tracking The Progress Of Such Requests And Include Checks To Ensure The Necessary Supporting Documentation Is Provided. ● The Grade Correction Request Must Be Reviewed And Approved By Relevant Faculty Members And The Registrar. ● The Solution Must Allow Students To Request Essential Documents Such As Copies Of Report Cards And Academic Certifications For Various Purposes (e.g., Employment, Further Education, Or Personal Records.) ● The Solution Must Allow Students To Specify The Details Of Their Requests (e.g., Number Of Copies, Type Of Document, Purpose) And Provide Estimated Processing Times. ● The Solution Must Notify The Students About The Status Of Their Requests, From Submission To Approval And Document Issuance. ● The Solution Must Have A Feature That Supports Students To Request For Change Of Their Course Or Program Of Study. ● The Solution Must Have A Process That Involves Submitting A Detailed Request, Including The Reason For The Change And Relevant Supporting Information. ● Alumni Module ● The Solution Must Have An Alumni Module That Can Populate The Alumni Master File. ● The System Must Have A Record That Can Be Utilized To Contact The Alumni. ● The Solution Must Be Able To Update Alumni Information. ● The Solution Must Be Able To Search The Directory Of Alumni. ● The Solution Must Be Able To Update The Alumni Profile. ● Scholarship Management ● The System Must Serve As A Central Repository For All Scholarships. ● The Solution Must Handle Recurring Scholarships, Including Reminders To Renew. ● The Solution Must Provide Tools To Automatically Monitor Compliance With Scholarship Conditions (e.g., Gwa Maintenance). ● The System Must Be Integrated With Academic Records And Financial Systems For Validation. ● The System Must Be Able To Provide Real-time Application Status Tracking For Students. ● Awards And Distinction Management ● The System Must Provide A Streamlined Management Of Awards Through Automation. ● The System Must Be Able To Support Multiple Types Of Awards (e.g., Academic Excellence, Leadership, Research, Sports, And Cultural Activities) ● The System Must Be Able To Select Recipients By Committees. ● The System Must Be Able To Ensure Adherence To University Policies And Regulations Regarding Awards. ● The System Must Provide Fields To Define Award Qualifications (e.g., Gwa Thresholds, Competition Results, Or Nomination-based Recognitions) ● Academe Module ● The System Must Provide An Overview Of The Academic Organizational Chart Of The University's Faculties. ● Curriculum Module ● The System Must Provide Tools For Designing And Structuring Academic Programs, Including Defining Course Sequences, Corequisites, And Prerequisites ● The System Must Allow The User To Maintain A Comprehensive Catalog Of Available Academic Programs, Including Undergraduate Majors, Minors, Graduate Programs, And Certificates. ● Acts As A Map Between Program Learning Goals And Course Learning Objectives To Guarantee Coherence And Alignment Across The Curriculum. ● Block Sections Management Module ● The System Must Be Able To Efficiently Manage Student Groupings (block Sections) For Better Academic And Administrative Coordination. ● This Module Manages Predetermined Groupings Of Students Who Attend Classes Together For The Entirety Of A Course Or Academic Program. ● This Module Must Be Able To Automatically Assign Students To Sections Based On Predefined Rules, Such As Enrollment Data, Course Requirements, And Class Size Limits. ● Short Courses Management Module ● This Module Offers Enrollment Information, Fees, And Course Content For Tesda Courses And Other Modules. ● The System Should Include A Student List, Class Schedules, Faculty Assignments, Assessment Results, And The Issue Of Training Certificates, As Well As Other Data On Short-term Courses. ● Clinic Records Management Module ● The System Must Have A Component Designed To Facilitate The Management Of The Clinical Records Of The Students And The Dispensing Of Clinic Items. B.3 Learning Management System ● Administration Module ● The System Must Show Interactive Analytics ● The System Must Allow The Customization Of The Grading Transmutation. ● The System Must Allow The Customization Of The General Passing Percentage. ● Professor Module ● The System Must Show Interactive Analytics ● The System Must Automatically Retrieve The Classes Assigned To Teachers. ● The System Must Automatically Retrieve The List Of Students Enrolled In Each Class. ● The System Must Allow Teachers To Manage The Student Attendance Records. ● The System Must Support The Creation Of Lessons And The Attachment Of Related Files, Including Modules, Powerpoint Presentations, Excel Spreadsheets, Pdfs, Word Documents, Text Files, Videos, And Images. ● The System Must Permit The Addition Of User Activities, Such As Assignments, Projects, Quizzes, And Exams. ● The System Must Be Capable Of Creating And Generating A Rubric To Provide Clear Expectations For Each Evaluation Criterion. ● The System Must Be Capable Of Generating The Student Portfolio For A Range Of 3 To 5 Years. ● The System Must Be Able To Archive The Students' Assignments, Projects, Quizzes, And Exams. ● The System Must Be Able To Have A Grade Consultation ● The System Must Allow Teachers To Set Time Limits For Activity Questions. ● The System Must Be Capable Of Preventive Measures For Cheating. (e.g. Disabling Screenshots) ● The System Must Enable The Configuration Of Date Ranges For Users To Complete Assigned Activities. ● The System Must Be Able To Set Schedules And Deadlines For Posting The Activities, And Quizzes. ● The System Must Allow The Shuffling Of Quizzes And Exam Item Numbers And Answers. ● The System Must Provide Immediate Visibility Of Scores On Activities Upon Completion. ● The System Must Allow The List Of Created Questions To Be Viewable And Editable By The Activity Creator. ● The System Must Support The Creation Of Lessons And Quizzes One At A Time, All With The Same Subject Description. ● The System Must Allow The Teachers To View The Grades Of His/her Students. ● The System Must Allow The Teachers To Generate Reports For Each Class. ● Student Module ● The System Must Show Interactive Analytics ● The System Must Have A Dashboard To Easily Identify The Total Number Of Completed Activities, Assignments, Quizzes, Exams, Projects, And Subjects Per User. ● The System Must Allow Students To Change Their Passwords And Usernames During Their Initial Login. ● The System Must Provide A Newsfeed Feature To Display Upcoming Events And The School's Mission And Vision. ● The System Must Enable Students To Upload Profile Pictures. ● The System Must Support Live Chat And Messaging Functionality Between Students Of The Class. ● The System Must Automatically Post Classes In Which A Student Is Enrolled To Their User Account. ● The System Must Support User/class Attendance Tracking Within The Learning Management System (lms). ● The System Must Enable File Attachments To Lessons That Are Downloadable To The Users' Devices. ● The System Must Allow Students To View The Results Of Their Activities. ● The System Must Ensure That Detailed Activity Results Are Posted. ● The System Must Include An Activity Stream To Summarize The Recent, Upcoming, Later, And Missed Activities Providing An Overview Of A Student's Activity Status. ● The System Must Include Notifications When There’s New Activity Uploaded, Modifications, And Grade Posting. ● The System Must Provide Visibility Into Student Ranking. ● Parents Module ● The System Must Enable Parents To Monitor The Activities And Progress Of Their Children Within The System. ● The System Must Support The Addition Of Children With No Limitations, With An Auto-identification Feature. ● The System Must Comply With The Data Privacy Act. ● Student Transcript Module ● The System Must Have An Academic Record Or Course Management ● The System Must Play A Crucial Role In Managing And Organizing Academic-related Information For Students. ● The System Must Have A Module That Focuses On Tracking And Displaying Details Related To Individual Courses, Classes, And Academic Progress. B.4 Cashiering System ● Cashier Module ● The System Must Be Capable Of Setting Up The Assessment Fees. ● The System Must Be Able To Keep A Record Of A Student's Soa And Its Current Status Whether It’s An Active Soa Or Inactive. ● The System Must Be Able To Preview Or Print Student’s Soa Based On The Selected Academic Year And Semester. ● The System Must Be Able To Have An Audit Trail For Any Actions Or Activity Made Per Account. ● The System Should Support Walk-in Payments At Physical Locations Whether By Cash Or By Check. It Should Enable The Manual Entry Of Payment Details And Generate Receipts. ● The System Must Be Capable Of Identifying Eligible Students Based On Predefined Criteria And Offer A Range Of Financial Incentives, Including Scholarships, Fee Reductions, And Grants. It Must Also Establish An Efficient Application And Selection Process While Promoting Transparency And Fairness In Awarding Scholarships. B.5 Human Resource Management System And Timekeeping System ● Employee Management Module ● The System Must Be Able To Provide A Single Repository Where All Employee Records Are Stored, Updated, And Maintained. ● The System Must Be Able To Reflect Any Updates Or Changes Made To The Master Database Across All Modules. ● The System Must Be Able To Allow Linkage Of Personnel Files To The University Information System. ● The System Must Be Able To Prepare And Generate An Employee Masterlist. ● The System Must Be Able To Set Up Organizational Units With A Hierarchy. ● The System Must Be Able To Provide A Viewable Organizational Chart Of The University, Which Is Linked To The Employee Plantilla Records. ● The System Must Be Able To Manage Employees Based On Their Plantilla Numbers. ● The System Must Be Able To Organize The Employee Hierarchy By Rearranging The Plantilla Numbers Of Specific Employees Through A Drag-and-drop Interface. ● The System Must Be Able To Provide Employee Self Service For The Following: ■ Request To Update Profile. ■ Receive Notifications, News, And Announcements. ■ View Attendance. ■ View Schedule. ■ View Leave Balances, Benefit Balance, And Ledgers. ■ View Monthly Net Pay Summary/payslip. ■ Request Dtr Correction. ■ Submit Requests For Leave, Overtime, Business Trip, And Six Days Of Work. ● The System Must Be Able To Record And Generate Audit Trail Reports. ● Time-keeping Monitoring Modules ● The System Must Be Able To Link With The Biometrics Attendance System. ● The System Must Be Able To Link With The Payroll Management System. ● The System Must Be Able To Do Auto-tracking Of Sick Leave And Vacation Leave Balances. ● The System Must Be Able To Monitor Regular And Special Holidays With Automated Computation Of Pay Rates. ● The System Must Be Able To Prepare A Summary Of Attendance And Absences. ● The System Must Be Able To Prepare A Summary Of Overtime For Validation And Approval. ● The System Must Be Able To Provide A Calendar Of Approved And Pending Leave Requests. ● The System Must Be Able To Set Up Holidays Such As But Not Limited To Recurring Regular-holidays And Special Non-working Holidays. ● The System Must Be Able To Set Up Template Schedules To Be Assigned To A Bulk/group/ Per Employee. ● The System Must Be Able To Record And Generate Audit Trail Reports. B.6 Payroll Management System ● Automated Payroll System ● The System Must Be Able To Provide The Analytics Of Payroll Reports With Real-time And Accurate Data. ● The System Must Be Able To Display, Create, And Manage Payroll Period/s For Generating Payroll Reports. ● The System Must Be Able To Create And Manage Payroll Groups And Assign Employees To Their Payroll Groups Accordingly. ● The System Must Be Able To Set Bank Details And Salary Pertaining To The Corresponding Employee’s Job Type, Salary Grade, And Step. ● The System Must Have A Feature That Customizes And Manages Employees’ Allowances, Deductions, Loans, And Other Compensation Components. ● The System Must Be Able To Export Files For All Tables/lists Within The Payroll System (e.g., Employee Lists, Payroll Reports For A Certain Period, And Others). ● The System Must Have A User Access Control Wherein The Administrator Can Manage Who Can View, Edit, And Delete The Employee And Payroll Information. ● The System Must Be Able To Track Audit Logs Including Who Accessed The System And Made Changes. ● The System Must Have A Feature For Providing Alerts And Notifications Regarding Updates About Generating Payroll Reports And Releasing Payslips. ● The System Must Be Able To Archive Data With Complete Accessibility For Future Reference. ● The System Must Have A Feature That Allows The User To Have Backup And Recovery To Maintain Historical Payroll Records For Auditing And Compliance Purposes. ● Mandatory Deductions And Contribution Module ● The System Must Be Able To Accurately Calculate And Deduct Mandatory Contributions Such As Gsis Contribution, Philhealth, Pag-ibig, And Withholding Tax. ● The System Must Be Able To Integrate With The Latest Bir Tax Tables To Ensure Compliance With Tax Regulations. ● The System Must Be Able To Automatically Generate Reports For Government Agencies. ● Other Deductions Module ● The System Must Allow Flexible Customization Of Other Deductions. ● The System Must Have A User-friendly Interface For Easy Input And Management Of Deduction Rules. ● Other Income Module ● The System Must Be Able To Accommodate Various Types Of Other Income. ● The System Must Be Able To Calculate The Appropriate Tax. ● Loans Module ● The System Must Be Able To Allow The Creation And Tracking Of Different Loan Types With Varying Interest Rates And Repayment Terms. ● The System Must Be Able To Automatically Compute Loan Amortization And Deduct Payments From Employee Salaries. ● The System Must Be Able To Automatically Update Loan Balances And Remaining Dues. ● Attendance Module ● The System Should Be Able To Record Employee Attendance And Generate Accurate Time And Attendance Reports. ● The System Must Be Able To Calculate Overtime, Night Differential, And Other Time-based Compensations. ● Bank Transmittal ● The System Must Be Able To Generate Accurate Bank Files For Payroll Disbursement. ● The System Must Be Compatible With Various Bank Formats To Ensure Seamless Integration With Banking Systems. ● Integration To Time Keeping Monitoring Module ● The System Must Be Able To Connect And Communicate With The Biometrics Attendance System. ● The System Must Be Able To Provide Automated Tracking Of Sick Leave And Vacation Leave Balances Of Employees. ● The System Must Be Able To Monitor Regular And Special Holidays With The Inclusion Of An Automated Computation Of Pay Rates. ● Integration To Hris System ● The System Must Be Able To Integrate Data With The Human Resources Information System (hris) For The Employees’ Relevant Data Including Basic Information, Job Position, Salary Grade, And Bank Details. ● The System Must Be Able To Integrate Data With Hris To Track Employee Work Hours, Including Regular Hours, Overtime, Absences, And Leave Requests. B.7 Assets & Fleet Management System ● Asset Management System ● The System Must Be Able To Show And Manage The General Information, Vendor Details, Warranty Information, Financial Info, And Depreciation Info. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Requests. ● The System Must Be Able To Show Operational Costs And Progress Of The Asset Update. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Auction. ● The System Must Be Able To Show Operational Costs And The Progress Of The Repair And Maintenance. ● The System Must Be Able To Show The Operational Cost And Progress Of The Decommissioning. ● The System Must Be Able To Show Operational Cost And Progress Of The Disposal. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Issuance. ● The System Must Be Able To Show The Operational Cost And Progress Of The User Transfer. ● The System Must Be Able To Create, Update, And Delete Assets With Their Respective Information. ● The System Must Be Able To Create A Comprehensive Inventory Of All Assets, Including Physical Equipment, Software, Licenses, And Other Resources. Each Asset Is Typically Associated With Relevant Information Such As: ■ Article (laptops, Furniture, Or Journals) ■ Property Number ■ Assigned Number ■ Purchase Date ■ Vendor Name ■ Service Provider (optional If Different As To Vendor Name) ■ Financial Information ■ Required Documents (e.g., Purchase Request) ● The System Must Be Able To Track The Movement And Changes In The Status Of Assets. This Includes: ■ Recording Of Asset Transfers ■ Disposal ● Fleet Management System ● The System Must Be Able To Show And Manage General Information, Vehicle Registration Details, Vendor Details, Warranty Information, Financial Info, And Depreciation Info. ● The System Must Be Able To Show Operational Costs And The Progress Of The Fleet Requests. ● The System Must Be Able To Show Operational Costs And Progress Of The Fleet Update. ● The System Must Be Able To Show The Operational Cost And Progress Of The Fleet Auction. ● The System Must Be Able To Show Operational Costs And Progress Of The Repair And Maintenance. ● The System Must Be Able To Show The Operational Cost And Progress Of The Decommissioning. ● The System Must Be Able To Show Operational Cost, And Progress Of The Disposal. ● The System Must Be Able To Show Operational Cost, And Progress Of The Fleet Issuance. ● The System Must Be Able To Show Operational Cost, And Progress Of The User Transfer. ● The System Must Be Able To Show A Statistical Overview Of Fleets According To Its Categories And Types (e.g., Motorcycles, Service Vehicles, Heavy Equipment). ● The System Must Be Able To Have An Elaborative List Of Records Of All Fleets And Their Corresponding Information. ● The System Must Be Able To Have Integration With The Asset Management System To Be Able To Handle Instances Of Assets Being Carried On A Vehicle, Allowing Easier Management, Monitoring, And Inventory. ● The System Must Be Able To Create A Comprehensive Inventory Of All Fleets. Each Fleet Is Typically Associated With Relevant Information Such As: ■ Article (service Vehicle, Car, Heavy Equipment) ■ Body No./ Plate No./ Conduction Sticker No. ■ Assigned Department ■ Registration Information ■ Vendor Information ■ Insurance Information ■ Financial Information ■ Depreciation Information ■ Attachments ● Requisition And Issuance Slip ● Par ● Purchase Request ● The System Must Be Able To Have A Feature That Schedules And Tracks Vehicle Maintenance, Including Oil Changes, Tire Rotation,s And Physical Inspections. ● Inventory Management Module ● The System Must Be Accountable For Tracking, Managing, And Maintaining Various Assets And Fleets Owned Or Used By The Academic Institution. ● The System Must Be Able To Maintain A Centralized Database Of University-owned Resources, Including Computers, Equipment, Furniture, And Other Tangible Assets. B.8 Document Management System ● Document Management System (dms) ● The System Must Be Able To Track Both Physical And Electronic Documents. ● The System Must Be Able To Store Electronic Documents, Such As Pdfs, Word Processing Files, And Digital Images Of Paper-based Content. ● The System Must Be Able To Be A Centralized Repository Where Documents Can Be Easily Searched, Accessed, And Updated By Authorized Business Users. ● The System Must Be Able To Define The Recipient’s Routes With Information Such As Time & Date Sent, Time & Date Received, And Remarks. ● The System Must Be Able To Save/download Uploaded Attachments. ● The System Must Be Able To Generate Tracking With A Unique Batch Number As A Tracking Reference. ● The System Must Be Able To Provide Easier Identification Of Status For Users By Using Color Codes. ● The System Must Be Able To Send System Notifications On Printing Barcodes, Tracking Status Changes, Receiving Recipients, And Other System Actionable Functionalities. ● Process Flow Management ● The System Must Allow For The Customization Of Workflows To Accommodate Various Document Types And Other Business Processes. ● The System Must Offer A Visual Interface, Such As A Dashboard, To Display And Monitor Process Flows Efficiently. ● Routing Management ● The System Must Be Able To Automate The Routing Of Documents To Appropriate Individuals Or Departments Based On Predefined Rules And Flow. ● The System Must Be Able To Allow For Dynamic Routing, Where Documents Can Be Rerouted As Needed. ● The System Must Be Able To Provide Real-time Notifications To Users Upon Receipt Of A Document. ● The System Must Be Able To Include A History Log To Track The Routing Path For Auditing Purposes. ● Integration To Hris ● The System Must Be Able To Seamlessly Integrate With The Organization's Hris To Access Employee Information, Such As Names, Email Addresses, And Department Affiliations. ● Barcode Printing Module ● The System Must Be Able To Print Barcode Labels In Batches With A Unique Tag/number. ● The System Must Be Able To Provide Accurate Status Of The Document Based On The Printed/attached Barcode. ● Security Module ● The System Must Be Able To Record The Audit Trail For All The User Actions Inside The System. ● The System Must Provide Document Security And Access Control Depending On The Security Level. ● The System Must Be Able To Create/update Accounts And Give Them Access Rights Depending On The Business User's Role. B.9 Trouble Ticketing System ● Incident Ticket Management ● The System Must Be Able To Create A New Incident Ticket. ● The System Must Be Able To Identify Related Incident Tickets Based On Category, Type, System, And Description During Creation. ● The System Must Be Able To Assign The Incident Ticket To The Appropriate Team Based On The System Defined In The Assignment Rules. ● The System Must Be Able To Filter Incident Ticket Lists Based On State (e.g., Open, In Progress, Hold, Resolved, Closed, And All). ● The System Must Be Able To Show An Overview Of Incident Ticket Statistics, I.e.; ■ Open ■ Inprogress ■ Overdue ■ Overview Of Incident Ticket By Severity And State ● The System Must Be Able To Capture The Notes, Attachments, And Resolution Information. ● The System Must Be Able To Notify The Team Member To Whom The Ticket Is Assigned. ● The System Must Be Able To Notify The Team Manager To Whom The Ticket Is Assigned Whenever A Critical Ticket Is Created. ● Problem Ticket Management ● The System Must Be Able To Create A New Problem Ticket. ● The System Must Be Able To Create A New Problem Ticket From An Existing Incident Ticket. ● The System Must Be Able To Identify Related Tickets Or Problem Tickets Based On Category, Type, System, And Description During Creation. ● The System Must Be Able To Assign The Problem Ticket To The Appropriate Team Based On The System Defined In Assignment Rules. ● The System Must Be Able To Filter Problem Ticket Lists Based On Status (e.g., Open, In Progress, Hold, Resolved, Close,d And All). ● The System Must Be Able To Show An Overview Of Problem Ticket Statistics, I.e.; ■ Open ■ Inprogress ■ Overdue ■ Overview Of Incident Ticket By Severity And State ● The System Must Be Able To Capture The Notes, Attachments, Analysis, And Resolution Information. ● The System Must Be Able To Notify The Team Member To Whom The Ticket Is Assigned. ● The System Must Be Able To Notify The Team Manager To Whom The Ticket Is Assigned Whenever A Critical Ticket Is Created. ● Security Module ● The System Must Ensure That Only Authorized Personnel Can Access And Modify Tickets. ● The System Must Maintain A Detailed Audit Trail Of All Actions Taken On A Ticket To Ensure Accountability And Traceability. B.10 Queueing / Appointment System ● Queueing Admin Module ● The System Must Be Able To Allow Administrators To Manage And Monitor The Entire Queueing Process And Appointments. ● The System Must Be Able To Apply The Concept Of Calling Population To Determine And Measure The Arrival Process Of Customers. ● The System Must Be Able To Have Its Service Counters, Its Own Common Queue, And The Probability Distribution Of Customers’ Service Time. ● The System Must Be Able To Have The First-in-first-out (fifo) Approach To Have A Systematic And Consistent Flow To Maximize The Throughput Of The Customer Service Center. ● The System Must Be Able To Measure The Logical Ordering Of Customers In A Queue And Determine Which Customer Will Be Chosen For Service When The Service Counter Becomes Free. ● The System Must Be Able To Measure Performance Based On Steady-state Average Delay And Steady-state Average Waiting Time In The System. ● The System Must Be Able To Measure The Conversation Steady State Time Average Number In The Queue And The Steady State Time Average Number In The System. ● The System Must Be Able To Administer Parallel Management Through Multiple Counters By Navigating The Queue And Finding The Appropriate Counter For Their Needed Service. ● The System Must Be Able To Allow The Customers To Request Services Without Being Physically Present Throughout The Waiting Time Of The Lineup Of Customers. ● The System Must Be Able To Give Freedom To The Customers To Wait Outside The Premises Of The Branch Upon Enabling Virtual Sign-up. ● Admin Appointment Module ● The System Must Be Able To Manage And Oversee The Scheduling, Modification, And Cancellation Of Appointments. ● Local Kiosk Module ● The System Must Be Able To Provide A Self-service Station That Allows Users (clients, Customers, Or Employees) To Interact With The System For Tasks Like Check-ins, Appointment Booking, Ticket Printing, And Managing Their Queue Status. ● Mobile Kiosk Module ● The System Must Be Able To Provide A Mobile-based Self-service Solution That Enables Users To Interact With The System Directly From Their Smartphones Or Tablets. ● Security Module ● The System Must Be Able To Offer Protection For The System And Its Users By Managing Access, Ensuring Data Privacy, And Preventing Unauthorized Actions. ● Appointment System ● The System Must Be Able To Provide Users To Schedule An Appointment According To Their Needs. ● The System Must Gather Needed Information For The Services That The Customer Wants To Avail Or Request. ● The System Must Have The Feature Of Canceling Or Rescheduling A Registered Appointment Within A Specific Period. ● The System Must Have The Feature Of Sending Out A Notification Or Reminder To The Customer Regarding His/her Appointment. ● As An Admin/ Team Member ● The System Must Be Able To Have A Dashboard To Provide An Overview Of Queues And Appointments From The Web And Mobile Web Access Such As: ■ Currently Serving ■ Next Queue Number ■ Next Appointment Number / Priority Lane (pwd, Senior Citizens, Pregnant) ■ Summary ● The System Must Be Able To Provide A Queuing List Including The Queue’s: ■ Status (unserved, Served, Canceled) ■ Queue Date And Time ■ Last Call Date And Time ■ Called By (counter, Name And Position) ■ Actions (view, Recall/call, Start/end, Cancel, Hold) ● The System Must Be Able To Identify Customer Appointment Referrals Including: ■ Id Number ■ First Name ■ Last Name ● The System Must Be Able To Receive Notification/s When A Certain Appointment Needs To Be Accommodated Within A Specific Period. ● The System Must Be Able To Receive Notification/s When An Appointment Has Been Canceled Or Rescheduled. ● The System Must Be Able To Provide Reports And Data Exports In Excel And Pdf Formats. ● The System Must Have Customization Capabilities And A Control Console. ■ Marquee ■ Advertisements On The Tv Screen ● The System Must Be Able To Track The History Of Registered Appointments And Passed Queues. B.11 Executive Information System ● Executive Dashboard Module ● The System Must Be Able To Allow Configurable Layouts, Enabling Users To Choose, Arrange, And Resize Charts To Suit Their Preferences Or Specific Needs. ● The System Must Be Able To Reflect Almost Real-time Information, Ensuring That Executives Are Always Working With The Latest Data. ● Security Module ● The System Should Be Able To Include A Security Module To Ensure Robust Access Control, Data Protection, And Compliance, Safeguarding Sensitive Information And System Integrity Against Unauthorized Access. ● Dashboard Configuration ● This Module Should Allow The Administrators To Create And Configure The Layout And Content Of Dashboards To Reflect Key Business Metrics And Performance Indicators, Ensuring That The Right Data And Accurate Data Are Properly Presented. ● Access Control ● This Module Should Allow The Administrators To Assign Users Or Groups Of Users Who Will Have Access To The Different Dashboards. B.12 Campus Portal System ● Sso-based User Management System ● The System Must Have Sso (single Sign-on) To Enable Users To Authenticate Once And Automatically Gain Access To Multiple Campus Services, Eliminating The Need To Log In To Each Service Separately. This Seamless Authentication Process Must Enhance User Convenience, Improve Security By Reducing The Number Of Passwords Needed, And Streamline Access To Various Tools And Resources, Saving Time, And Effort For Both Students And Staff. ● Basc Active Directory W/ Configuration ● The System Must Allow Centralized User Management Through Active Directory (ad), Which Stores And Organizes Information About Users, Groups, Computers, And Other Network Resources. ● Web Traffic Statistic ● The System Must Allow The Administrators To Monitor Standard Web Traffic Data, Such As Page Views, No. Of Visitors, Geographic Locations, Duration Of Visits, And Referrals, Integrated With Google Analytics (ga4). ● Content Management ● The System Must Allow The Administrators To Manage And Update The Contents Of The School’s Campus Portal Page. Such As Announcements, Blogs, Calendars, Articles, And Activities. B.13 University Library System ● Cataloging And Inventory Management Module ● The System Must Allow The Cataloging And Inventory Management Of The Library's Collection Of Books, Journals, Dissertations, And Other Materials. ● Circulation Module ● The System Must Allow The Librarian To Monitor The Borrowing, Returning, And Renewing Of Library Materials, Ensuring Efficient And Accurate Tracking Of Resources As They Move Between The Library And The Borrowers. ● Acquisition Module ● The System Must Allow The Processing Of Acquiring New Library Resources, Including Books, Journals, E-books, Multimedia Materials, And Other Educational Or Research Content. ● The System Must Allow The Management Of Book Requisitions From Students And/or Teachers. ● Student Module ● The System Must Allow Students To Access New Library Resources, Including Books, Journals, E-books, Multimedia Materials, And Other Educational Or Research Content. ● The System Must Be Able To Provide The Following Information And Services: ■ Book Details (non-dissertation) ■ Book Details (dissertation) ■ My Library Card ■ Request For Purchase/acquisition ■ Reservation ■ Notices Of Due Dates ■ Notices Of Overdue Penalties ● Librarian Module ● The System Must Have A Dashboard That Shows The Librarian’s Crucial Kpis For The Library Such As: ■ Search Word Statistics ■ Tags And Metadata Of The Book Statistics ■ Circulation Statistics ● Student Request List (book Reservation, Purchase Request, Clearance Request, Dissertation Access Request) ■ This Module Must Allow The Students To Submit Various Types Of Requests Related To Their Academic And Campus Activities. ● Book Reservation ■ This Module Must Allow The Students And Faculty To Reserve Library Books Or Materials. ● Purchase Request ■ This Module Must Enable The Students, Faculty, Or Staff To Submit Requests For Purchasing Books, Equipment, Or Other Materials Needed For Academic Or Administrative Purposes. ● Clearance Request ■ This Module Must Enable The Students, Faculty, Or Staff To Submit Requests For Clearance. ● Dissertation Access Request ■ This Module Must Enable The Students, Faculty, Or Researchers To Request Access To Dissertations Or Theses Stored In The Library’s Collection From The Authors. ● Kiosk (self Check-in And Check-out Student) ● The System Allows The Kiosk To Provide Students With A Self-service Station For Managing Their Borrowing And Return Activities. Using Touch-screen Kiosks Or Other Interactive Devices, Students Can Quickly And Efficiently Check Out Library Materials, Return Items, And Access Various Library Services Without Requiring Staff Intervention. ● Integration With Sso Services ● The System Allows Integrating Single Sign-on (sso) Services With An Application Or System, Providing A Unified Authentication Process That Allows Users To Log In Once And Gain Access To Multiple Connected Systems Or Applications Without Needing To Log In Again For Each Service. B.14 Econference Room With Video Conferencing ● Video Conferencing System ● The System Must Be Able To Provide A Seamless And User-friendly Video Conferencing Experience. ● The System Must Enhance Remote Collaboration And Communication. ● The System Must Have Integrated Audio, Video, And Collaboration Tools For Effective Virtual Meetings. ● The System Must Ensure The Scalability And Flexibility To Accommodate Future Needs. B.15 Mobile Version Module ● Mobile Version ● The System Must Have A Mobile Version Of The Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Subsystems Website Designed For Smartphones And Tablets. It Gives Students, Professors, Staff, And Stakeholders Easy Access To University Information And Services. ● The System Should Promote Accessibility, Convenience, And A Great User Experience By Allowing Users To Communicate With The University Community Anytime. ● The System Should Accommodate Each Module's Specialized Functionalities While Staying Mobile-friendly And Focusing On Users. ● The System Must Be Able To Receive Notifications. C. Report Requirements These Are The Suggested Reports That Ought To Be Produced By The System To Analyze The Information Systems Trends In Bulacan's Colleges. It Is Recommended That The Data Be Automatically Submitted Through An Api In Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub To Give Basc Staff The Information They Need To Enhance The School Community. C.1 University Information System ● Admission Module ● List Of Applicants - The Overall List Of Potential Students With Their Personal Or Application Information. ● Registrar Module ● Academic Evaluation - Assessment Of A Student's Academic Performance, Conducted By The Institution's Instructors. ● Official List Of Enrollment - Document Provided By The Institution That Confirms The Students That Are Registered Or Enrolled For A Specific Academic Year. ● Diploma - Gives Thorough Details Regarding A Student's Academic Accomplishments And The Diploma's Presentation As Evidence Of Completion Of An Academic Program. ● Registration - A Document That Gives Information About A Student's Course Enrollment At The Institution For A Certain Term Or Semester. ● Shiftee - Document Of Proof For Students Who Are Changing Or Shifting Their Academic Programs Or Courses. ● Student Directory - Comprehensive And Manageable List Of Students Enrolled At The Institution. ● Subject Master List - A Thorough List Or Catalog Of Each Field Or Course That The Educational Institution Offers ● Summary Of Enrollment - Overview Of The Current Enrollment Status Of The Students At The Institution For A Specific Semester Or Academic Year. ● Enrollment Module ● Summary Of Enrolled Students - A Summary Of The Current Student Population, Including Enrollment Data And Demographics. ● Summary Of Unpaid School Fees - Gives A Summary Of The Unpaid Fees That Students Owe For The Current Semester Or Academic Term. ● Summary Of Tuition Fees Collected - Gives A Summary Of The Fees Collected/received From The Students For The Current Semester Or Academic Term. ● Clinic Record Management Module ● Health Management Report - A Document That Typically Focuses On The Health And Wellness Of Its Students And Covers Various Aspects Related To Healthcare Services Offered By The University. C.2 Learning Management System ● Professor Module ● Class Report - A Summary Of The Progress, Performance, And Involvement Of The Students In A Particular Course Or Class. ● Student Transcript Module: ● Subject Modules Report - Provides Comprehensive Insights And Summaries Related To The Modules Listed In A Specific Subject. ● Lesson Plan Report - Generates A Summary Lesson Plan That Is Defined By The Institution Or Organization. C.3 Human Resource Management System And Timekeeping System ● Audit Trail Report: ● Gives A Thorough Account Of All The Actions And Modifications Conducted Within The Hr System. Monitoring User Behavior, Protecting Data Integrity, And Upholding Adherence To Hr Rules And Regulations All Depend On This Report. C.4 Payroll Management System ● Payroll Management System ● Daily Time Record (dtr) - An In-depth Record Of Employees' Daily Attendance That Includes The Total Number Of Hours Worked, The Number Of Leaves Taken, And Other Essential Time-related Data. ● Payslip/s - A Detailed Breakdown Of An Employee's Earnings And Deductions For A Specific Pay Period. ● Payroll Report For A Specific Period - A Complete Summary Of Payroll Costs And Associated Information For A Specific Pay Period. C.5 Assets & Fleet Management System ● This Applies To Both Systems ● Assets And Fleets Reporting - A Document Containing Management Insights For Different Vehicles And Assets Used For Administrative And Academic Purposes. ● Depreciation Tracking - A Detailed Overview And Monitoring Of The Decrease In Value Of Such Assets Over Time Over A Specified Period. C.6 Document Management System ● Document Management System (dms) ● List Of On-hand Documents - Displays A List Of All Of The Documents That Are Available Or Accessible At The Moment Within The System. ● List Of Incoming Documents - Provides An Inventory Of Documents That Have Been Recently Received Or Uploaded Into The System. ● List Of Received Documents - Provides A List Of All The Documents The Institution Has Received In A Given Time Frame. ● List Of Finalized Or Kept Documents - Provides An Inventory Of All The Documents That Have Been Approved, Completed, And Archived In The System. ● List Of Archived Documents - Provides Comprehensive Details About The Documents That Have Been Stored In The System's Archive. ● Details Of Document Batch Tracked - Provides Full Details On The Batches Of Documents That The System Is Tracking. Documents Pertaining To Research Projects, Financial Transactions, Student Records, Admissions, And Other Aspects Of University Operations May Be Included In These Sections. ● Audit Logs Of Documents - Detailed Log Of Every Activity And Modification Performed To Any Document In The System. C.7 Trouble Ticketing System ● Reporting And Analytics ● The Solution Must Be Able To Provide Reports In Different Formats I.e., Pie Graph, Line Graph, Or Bar Graph. ● The Solution Must Be Able To Extract The Following Data Groupings: Open Tickets, Open With Critical Severity, In Progress, Overdue, Not Updated For 7 Days And Older Than 30 Days, And Tickets By State. C.8 Queueing / Appointment System ● The Solution Must Be Able To Generate Reports Which Show The Following: ● Queue List - Presents A Summary Of The System's Appointments And Queue Status At The Given Moment. ● Visitors List - Provides A Summary Of The Visitors' List And The Appointments They Have Made Using The Appointment/queuing System. ● Advertisements - Provides An Overview Of Advertisements And The Details That Are Displayed In The System. ● Queue Service - Presents An Overview Of The Queue Service Availability And Performance Within The Queueing/appointment System. ● Audit Trail - List Of Users' Activities On Who Approves, Disapproves, Cancels, And Reschedules Appointments. C.9 Executive Information System ● Reporting And Dashboard ● All-in-one Reporting, Dash Boarding, And Analysis. The Solution Should Support Multiple Use Cases Of Visualization Software Including Reporting, Interactive Analysis, And Business Intelligence. C.10 Campus Portal System ● Web Traffic Report ● The Web Traffic Report Provides Insights Into The Usage Patterns And Trends Within The Campus Portal, Offering Valuable Information About How Users Interact With The Platform. This Report Encompasses Various Metrics And Analytics That Help Administrators And Stakeholders Understand The Effectiveness Of The Portal And Identify Areas For Improvement. Key Components Of The Web Traffic Report Include: ■ Page Views: This Metric Quantifies The Total Number Of Times Each Page Within The Portal Has Been Viewed By Users Over A Specified Period. It Helps Gauge The Popularity And Relevance Of Different Sections Or Features Of The Portal. ● Unique Visitors: Unique Visitors Represent The Number Of Distinct Individuals Who Have Accessed The Portal Within A Given Timeframe. Tracking Unique Visitors Provides A Measure Of The Portal's Reach And User Engagement. ● Traffic Sources: Understanding Where The Traffic Originates From Can Provide Insights Into The Effectiveness Of Marketing Efforts Or The Impact Of External Events. Traffic Sources May Include Direct Visits, Referrals From Other Websites, Search Engines, Or Social Media Platforms. ● Bounce Rate: The Bounce Rate Indicates The Percentage Of Visitors Who Navigate Away From The Portal After Viewing Only One Page. A High Bounce Rate May Suggest Issues With Content Relevance, User Experience, Or Site Performance. ● User Demographics: Analyzing Demographic Data Such As Geographic Location, Device Type, And Browser Preferences Can Help Tailor The Portal's Content And Optimize Its Compatibility Across Different Platforms. ● Session Duration: This Metric Measures The Average Amount Of Time Users Spend On The Portal During Each Visit. Longer Session Durations Generally Indicate Higher User Engagement And Interest In The Provided Content. ● Popular Pages: Identifying The Most Visited Pages Or Sections Of The Portal Can Inform Content Prioritization And Resource Allocation Efforts. It Also Highlights Areas Of Interest Or Importance To The User Community. ● Audit Logs Report ● The Audit Logs Report Offers A Comprehensive Overview Of All Activities And Interactions Within The Campus Portal, Serving As A Vital Tool For Monitoring Compliance, Security, And Accountability. By Maintaining Detailed Records Of User Actions, System Events, And Administrative Changes, The Audit Logs Report Enables Administrators To Track User Behavior, Detect Anomalies, And Investigate Incidents Effectively. Key Features Of The Audit Logs Report Include: ■ User Activity Tracking: Every Action Performed By Users Within The Portal, Such As Login Attempts, File Uploads, Document Downloads, And Profile Modifications, Is Logged And Timestamped For Auditing Purposes. ■ Access Control Monitoring: The Report Monitors Changes To User Permissions, Role Assignments, And Access Privileges, Ensuring That Only Authorized Individuals Can View Or Modify Sensitive Information. ■ System Events Recording: Critical System Events, Including Software Updates, Database Modifications, Error Messages, And Security Alerts, Are Recorded To Facilitate Troubleshooting And Maintain System Integrity. ■ Compliance Verification: By Documenting Compliance-related Activities, Such As Data Access Requests, Consent Agreements, And Policy Acknowledgments, The Audit Logs Report Helps Organizations Demonstrate Adherence To Regulatory Requirements And Internal Policies. C.11 University Library System ● Reporting And Analytics Module ● The System Must Enable The Library To Gather, Analyze, And Present Data Related To Its Operations And Performance. ● The Solution Must Be Able To Generate Reports That Show The List Of Patrons. D. System Requirements • Sso Should Be Able To Manage People's Information And Authentication Of Security. • Hris Should Be Able To Manage The Employee Information • The System Should Be Developed Using The Coreui Framework. • The System Shall Support Connectivity And Access To Data Stored In Relational Ms– -sql Databases. • The System Must Support Interfaces To Common Packaged Applications Via The Standard Application Interface Provided. • The System Shall Support Paperless Reporting. • The System Shall Support Mobile (android & Ios) Devices. • The System Shall Support Web Desktop And Mobile Web Access. • A System With Superior Wide Area Network (wan) Performance, Highly Secured Features/functionalities, And Uses Web–enabled Workflow Systems Available To The Offices. E. Supply, Delivery, And Implementation E.1 University Information System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Server Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration (qa) 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.2 Learning Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.3 Cashiering System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.4 Human Resource Information System Infrastructure 1. Twenty (20) Units - Biometric - Time & Attendance A. Must Support Up To 1,500 Fingerprints, Up To 100,000 Records, And Up To 2,000 Cards (optional). B. Must Support Multi-languages. C. Must Have Communication: Tcp/ip, Usb-host, Wi-fi (optional). D. Must Have High Verification Speed. E. Must Have Professional Firmware And Platform. 2. One (1) Unit - Desktop Computer A. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in M. Must Have 1*650va Ups 3. One (1) Service - Vulnerability And Pen-testing 4. One (1) Service - Database Modelling Design Services 5. One (1) Service - Installation And Configuration Services 6. One (1) Service - Application Installation 7. One (1) Service - User Workflow Integration 8. One (1) Service - Ssl And Dns Configuration 9. One (1) Service - Integration To Basc Rdbms Database 10. One (1) Service - Data Migration 11. One (1) Service - Project Management Services 12. One (1) Service - User Acceptance Testing (uat) 13. One (1) Service - User Training Services 14. One (1) Service - Scaling And Optimization 15. One (1) Service - Manpower Cost 16. One (1) Service - Mobilization Cost 17. Two (2) Years - Support 18. One (1) Year - Warranty E.5 Payroll Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization Of Payroll Management System 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.6 Assets & Fleet Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.7 Document Management System Infrastructure 1. Ten (10) Units - Barcode Printer A. Should Be Capable Of Printing High-quality, Durable Barcodes On Various Label Materials. B. Should Offer Customizable Printing Options, Including Label Size, Orientation, And Font. C. Must Be Easy To Integrate With The Document Management System For Automated Barcode Generation And Printing. 2. One-hundred (100) Rolls - 2 X 1 Risen Label Sticker (2688 Stickers Per Roll) A. Should Be Durable And Resistant To Wear And Tear. B. Must Be Compatible With The Chosen Barcode Printer. 3. One-hundred (100) Rolls - 2 X 1 Ribbon For Risen Label Sticker (4 Rolls Sticker: 1 Ribbon) A. Should Produce Clear And Legible Barcode Prints. B. Must Be Compatible With The Chosen Barcode Printer And Label Stickers. C. Should Provide A Long Print Life And Minimize Ribbon Wastage. 4. Twenty (20) Units - Industrial Doc Imaging Machine A. Should Be Capable Of High-volume, High-speed Scanning Of Various Document Types (e.g., Paper, Plastic Cards). B. Must Offer Advanced Image Processing Features, Such As Automatic Document Feeding, Image Enhancement, And Ocr. C. Should Be Durable And Reliable, Suitable For Heavy-duty Use In Industrial Environments. D. Must Be Easy To Integrate With The Document Management System For Automated Image Capture And Indexing. 5. Three (3) Units -departamental Doc Imaging Machine A. Should Be Suitable For Lower-volume Scanning Needs In Departmental Settings. B. Must Offer Basic Image Processing Features, Such As Automatic Document Feeding And Image Enhancement. C. Should Be Compact And Easy To Use. D. Must Be Compatible With The Document Tracking System For Automated Image Capture And Indexing. 6. Twelve (12) Units -departamental Doc Imaging Machine Peripherals A. Should Include Necessary Accessories For Efficient Document Scanning, Such As Paper Trays, Feeder Units, And Cleaning Kits. B. Must Be Compatible With The Chosen Departmental Doc Imaging Machine. C. Should Be Easy To Install And Maintain. 7. Forty (40) Units -barcode Scanner A. Should Be Capable Of Accurately Scanning Various Barcode Types. B. Must Offer High-speed Scanning And Reliable Performance. C. Should Be Durable And Ergonomic, Suitable For Frequent Use. D. Must Be Easy To Integrate With The Document Management System For Automated Data Entry And Workflow Triggering. 8. One (1) Service - Vulnerability And Pen-testing 9. One (1) Service - Database Modelling Design Services 10. One (1) Service - Installation And Configuration Services 11. One (1) Service - Application Installation 12. One (1) Service - User Workflow Integration 13. One (1) Service - Ssl And Dns Configuration 14. One (1) Service - Integration To Basc Rdbms Database 15. One (1) Service - Data Migration 16. One (1) Service - Project Management Services 17. One (1) Service - User Acceptance Testing (uat) 18. One (1) Service - User Training Services 19. One (1) Service - Scaling And Optimization 20. One (1) Service - Manpower Cost 21. One (1) Service - Mobilization Cost 22. Two (2) Years - Support 23. One (1) Year - Warranty E.8 Trouble Ticketing System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.9 Queueing / Appointment System Infrastructure 1. Six (6) Units - Kiosk Stand With Touch Screen Monitor And Printer 2. Six (6) Units - Kiosk Audio Panel 3. Twelve (12) Units - Kiosk Interactive 65” Smart Tv 4. One Million (1m) Credits - Sms 5. One (1) Service - Vulnerability And Pen-testing 6. One (1) Service - Database Modelling Design Services 7. One (1) Service - Installation And Configuration Services 8. One (1) Service - Application Installation 9. One (1) Service - User Workflow Integration 10. One (1) Service - Ssl And Dns Configuration 11. One (1) Service - Integration To Basc Rdbms Database 12. One (1) Service - Data Migration 13. One (1) Service - Project Management Services 14. One (1) Service -user Acceptance Testing (uat) 15. One (1) Service - User Training Services 16. One (1) Service - Scaling And Optimization 17. One (1) Service - Manpower Cost 18. One (1) Service - Mobilization Cost 19. Two (2) Years - Support 20. One (1) Year - Warranty E.10 Executive Information System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.11 Campus Portal System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service -installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service -project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.12 University Library System Infrastructure 1. One (1) Unit - Kiosk (self Check-in & Self Check-out) With Monitor And Barcode Reader. 2. Fifty Thousand (50,000) Pcs - Rfid Tags For Books 3. Two (2) Units - Rfid Reader 4. One (1) Unit - Barcode Printer 5. Twenty Five (25) Rolls - Barcode Sticker 6. One (1) Unit - Barcode 3d Scanner 7. One (1) Service - Vulnerability And Pen-testing 8. One (1) Service - Database Modelling Design Services 9. One (1) Service - Installation And Configuration Services 10. One (1) Service - Application Installation 11. One (1) Service - User Workflow Integration 12. One (1) Service - Ssl And Dns Configuration 13. One (1) Service - Integration To Basc Rdbms Database 14. One (1) Service - Data Migration 15. One (1) Service - Project Management Services 16. One (1) Service - User Acceptance Testing (uat) 17. One (1) Service - User Training Services 18. One (1) Service - Scaling And Optimization 19. One (1) Service - Manpower Cost 20. One (1) Service - Mobilization Cost 21. Two (2) Years - Support 22. One (1) Year - Warranty E.13 Internet Connectivity 1. Eighteen (18) Months - Speed Requirement: 5 Gbps Bandwidth A. Connection Should Be Of Cable Type, Preferably Fiber-optic; Wireless Solutions May Be Considered. B. No Limitations On Traffic/ports; Bandwidth Capacity Should Be Ensured Through A Direct Ip Connection. C. A Subnet Of At Least 14 Static Publicly Routable Ip Addresses Is Required. D. Service Reliability Must Be Ensured. Overall Uptime Should Not Be Less Than 99%. E. All Necessary Hardware, Cabling, And Software (if Required For Internet Service) Should Be Provided And Set Up By The Provider. F. Support Managed Vpn Services. G. Isp Must Be Able To Manage The Customer Premises Equipment (cpe) To Be Installed In The Bulacan Agricultural State College. H. Traffic Management, Network Monitoring, And Access To Raw Log Files. I. Fiber Optic Connectivity From The Isp To The Internet Backbone. 2. One (1) Unit - Multiple Wan Router 3. One (1) Unit - Core Routing Switch 4. Four (4) Units - Distribution Switch 5. Ten (10) Units - Qsfp+ Module Xq+cm0000-xs+ 6. One (1) Service - Project Management Services Network Configuration Services 7. One (1) Service - Training And Knowledge Transfer 8. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 9. One (1) Service - Manpower Cost 10. One (1) Service - Mobilization Cost 11. Two (2) Years - Support 12. One (1) Year - Defect Liability E.14 Campus Network System 1. Ninety-four (94) Units - Indoor Wireless Access Points A. The Proposed Equipment Shall Support 802.11a/b/g/n/ac/ac Wave2/ax Protocol B. Triple-band Design, Support 2*2 Mimo, 2.4g ≥570mbps, 5g ≥3200 Mbps, The Maximum Speed ≥3.8gbps. C. Support Built-in Omnidirectional Antenna D. 1 Gigabit Ethernet Port E. 1*micro-usb Port F. Support 802.3at Standard Poe Power Supply And Power Adaptor G. Ap Full Load Working Power Consumption ≤ 17.5w H. Ap Transmit Power ≤20dbm (smaller Than 100mw), And Power Can Be Adjusted (adjustment Granularity Is 1dbm, Adjustment Range Is 3dbm~27dbm) I. Protection Degree≥41 J. Operating Temperature: -10~50℃, Humidity:5%~95% Non-condensing K. Maximum Concurrent Client ≤ 256 L. Support For Ssid-based Access User Limit M. Support Virtual Ap Technology, The Number Of Ssid Per Rf ≥16, Per Ap ≥32; N. Support Hiding Of Ssid O. Support Multiple Vlans Per Ssid P. Support Standalone Mode And Controller-based Mode, The Controller Must Be On-premise. Q. Ap Supports Tunnel Mode And Bridge Mode. Each Ssid Can Choose Its Own Working Mode. R. Support Ap Zero Configuration, Support Layer 2 And Layer 3 Discovery, Dhcp Option43, Dns Domain Name, And Other Network Access Controller Automatic Discovery Mechanisms S. Supports Ap Deployment Across Layer 3 Network, Wan, And Nat, And Supports Management Tunnel Encryption With Network Access Controller. T. Support The Service Sense Via Ai Rf, Including Connection And Delay For Network Access, Dhcp, Gateway, Dns, Internet And Other Server Address U. Support The Environment Sense Via Ai Rf, Including Channel Utilization, Co-channel Ap, Interference Ssid V. Supports 802.1x, Portal, Mac Address Authentication, Ca Certificate Authentication, Qr Code Approval Authentication, Sms Authentication, App Authentication, Guest Account, Facebook, 802.1x Wep, Wpa, Wpa2, And Other Authentication Methods; W. Support 802.11i, Aes, Tkip, And Other Encryption Methods X. Support Wips/anti-phishing Wifi Via Independent Rf (non-user Connected Radio Frequency) To Conduct Real-time Detection, Alarm, And Countermeasures For Illegal Access Points. Y. Support East-west Traffic Security, By Detecting Abnormal Behavior To Block Viruses Within The Intranet Z. Support Ap Vpn, An Encrypted Communication Tunnel Can Be Established Across The Internet And Remote Wireless Controllers For Encrypted Remote Access, The Ap Vpn Should Also Support Bidirectional Access From Site To Site. Aa. Support Intelligent Load Balancing Based On The Number Of Users, Signal Strength, And Channel Utilization, And Automatically Balance The Access Pressure Between Aps Bb. Support Rf Guiding Function To Guide Wireless Terminals To Preferentially Access 5g Frequency Bands With Low Interference Cc. Supports Fit Ap Switching To Gateway Mode (non-fat Ap Mode), Supports Pppoe Dial-up, Static Ip, And Dhcp. Dd. Support Dhcp Server And Dns Proxy Ee. Support The Wireless Controller Escape Function, When The Wireless Controller Is Down, The Ap Still Can Guarantee The Normal Online Access Of Online Users, And Ensure That New Users Can Also Connect To The Wireless Network Through Authentication; 2. One (1) Lot - Network Access Controller A. The Proposed Controller Shall Support At Least 5 Service Ports, 1 Rj45 Console Port, 1 Rj45 Manage Port, 2 Usb Ports, And 2 Expansion Slots. B. The Proposed Controller Shall Support Up To 1200 Access Points. C. The Proposed Controller Shall Support At Least 8 Built-in Captive Portal Templates. D. The Proposed Controller Shall Support Access Controller And Qos-based Applications And Urls. The Application Fingerprints In The Controller Database Should Be Larger Than 6400 At Least One Year Application And A Url Update License Should Be Included E. The Proposed Controller Shall Support A Questionnaire Survey And The Survey Result Can Be Shown In The Controller F. Web Ui To Show Survey Results In The Controller G. The Proposed Controller Can Configure The Time/data Quota Policy For Wi-fi Users. H. The Proposed Controller Shall Support The Topology Of The Switch. I. The Proposed Controller Shall Support The Big Data Analysis For The Guests, And Staff. The Content Should Include The Favorite Application, Online Duration, Time Starts, And Checkout. J. The Proposed Controller Shall Be Capable Of Identifying Terminal Types And Assigning The Different Policy-based Terminal Types. K. The Proposed Controller Shall Support The Graphical Dhcp Address Pool From The Controller And Switch And Can View The Following Information In Each Address Pool: I. Conflict Ip Address Ii. Terminal Devices Fail To Obtain An Ip Address Iii. Address Pool Utilization Iv. Ip Allocation Times Distribution L. The Proposed Controller Can Be Used As The Gateway, Support Ppoe, Nat, Policy-based Routing, Dhcp Server, Dhcp Replay, Provide Authentication And Access Controller For Both Wired And Wireless Users, M. The Proposed Software Controller Shall Support The Following: I. 802.1x Authentication Ii. Portal Authentication Iii. Mac Address-based Authentication N. Also Need To Support The Integration With Radius, Ldap, Ad, And Other Databases O. The Proposed Controller Shall Support Viewing Of The Following Status Of Ap. I. Power Supply Load Ii. System Resources (memory, Cpu) Iii. Chip Resources (mac Table, Arp Table, Acl Table, Route Table Utilization) Iv. Packet Drop Ratio V. Jumbo/normal Frame Vi. Traffic Load Vii. Packet Analysis (broadcast, Multicast, And Unicast Packets) Viii. Network Protocol Packet Receiving Rate Analysis (dhcp, Icmp, Arp, And Tcp Packet Rate) P. The Proposed Controller Shall Support A Security Log To View Switch Attack Events, Including Event Types, Attacker Mac Address, And Attack Device Types. Q. The Proposed Controller Shall Support The Binding Of Terminals To Ip Based On Switch Port Groups, And The Binding Of Terminals And Ports Based On Switch Port Groups. R. The Proposed Controller Manufacturer Shall Have A Cmmi5 Certificate To Ensure The Maturity Of The Product Software. S. The Proposed Brand Must Be Iso 9001 Certified 3. Forty-seven (47) Units - Access Poe Switch A. The Proposed Equipment Shall Have At Least I. 24 Gigabit Ethernet Poe Ports Ii. 4* Sfp+ Ports B. The Proposed Equipment Shall Support Ieee 802.3af/at Power Supply Standard, Single Port Maximum Output Poe Power 30w, The Whole Machine Maximum Output Poe Power 370w C. The Proposed Equipment Shall Have A Console Port D. The Proposed Equipment Shall Support Standalone Web Gui Management And Controller-based Management. E. The Proposed Equipment Shall Have A Switching Capacity Of At Least 336gbps F. The Proposed Equipment Shall Have Packet Forwarding Of At Least 108mpps G. The Proposed Equipment Shall Support Acl Policies Based On Single-port And Aggregation Of Interfaces. H. The Proposed Equipment Shall Support Acl Policies Based On Source Ip Address And Mac Address. I. The Proposed Equipment Shall Support Acl Policies Based On Protocols (ospf, Udp, Arp) J. The Proposed Equipment Shall Support Time-based Acl Policies K. The Proposed Equipment Shall Support 802.1p, Ip And Service Level, Dscp Priority Settings L. The Proposed Equipment Shall Support Traffic Shaping; And Packet Forwarding Rate Setting Based On The Outbound And Inbound Directions Of Switch Ports. M. The Proposed Equipment Shall Support Cos And Dscp Priority Mapping Based On Switch Groups N. The Proposed Equipment Shall Support Congestion Management That Supports Multiple Scheduling Modes To Implement Traffic Based On Packet Or Port Priority. O. The Proposed Equipment Shall Support Port Mirroring And Redirection. P. The Proposed Equipment Shall Support Dhcp Snooping, Dhcp Server Q. The Proposed Equipment Shall Support The Spanning Tree Protocol (stp, Rstp, Mstp) R. The Proposed Equipment Shall Support Igmp V1/v2/v3 Snooping S. The Proposed Equipment Shall Support 4,000 Vlan T. The Proposed Equipment Shall Support 16,000 Mac Address U. The Proposed Equipment Shall Support Mac Address Dynamic Learning V. The Proposed Equipment Shall Support Mac Address Filtering W. The Proposed Equipment Shall Support Mac Address Learning Limit X. The Proposed Equipment Shall Support Link Aggregation Y. The Proposed Equipment Shall Support M-lag Technology, Cross-device Link Aggregation Z. The Proposed Equipment Shall Have Layer 3 Routing Protocols Such As Static Routing, Rip, Ospf, Vrrp Aa. The Proposed Equipment Shall Support East-west Traffic Security With Policies Based On Area Or User Role, And Prevent The Virus Spread Within The Intranet Bb. The Proposed Equipment Shall Support Topology In The Controller, Configuration And Status Checking Can Be Done By Clicking The Topology. Cc. The Proposed Equipment Shall Support The Replacement By One Click On The Controller Platform To Replace The Defective Device Dd. The Proposed Equipment Manufacturer Shall Have A Cmmi5 Certificate To Ensure The Maturity Of The Product Software Ee. The Proposed Brand Must Be Iso 9001 Certified 4. One (1) Lot - Installation Consumables 5. One (1) Service - Network Design, Consultation (signed By Pece) And Permits 6. One (1) Service - Project Management Services 7. One (1) Service - Switch & Access Point Installation 8. One (1) Service -network Configuration Services 9. One (1) Service - User's Training And Knowledge Transfer 10. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 11. One (1) Service - Manpower Cost 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. One (1) Year - Campus Network System Defect Liability (base Bundle Warranty-support) A. 1-year Warranty For All Active Devices B. 1-year Subscription To Licenses C. 1-year Workmanship Warranty And After-sales Support E.15 Fiber Optics Works 1. Fiber Optics Passive Components A. Thirteen Thousand (13,000) Meters - Fiber Optic Cable Single Mode I. 8-core Single-mode 8 Ii. Fiber Type=g.652.d And G.657.a1, Teraspeed, Os2 Iii. Armored-type Corrugated Steel Iv. Stranded Loose-tube Cable-type V. Gel-free Sub-unit Type B. Forty-seven (47) Units - Fms Panel I. 1u Standard Size 19” Ii. Includes 6 X Lc Sm Adaptors (12f) Iii. Includes 12 X Sm Lc Pigtails Iv. Includes 12 X Splice Protectors V. With Splice Tray And Cable Glands (12 Port Loaded) C. One (1) Unit - Epx 4u Sliding Panel Splicing Cassette I. Symmetrical Body Style Ii. Sliding Shelf Iii. Splicing Type = Heat Shrink, Single Fiber Fusion Iv. Dimension: 44.45h X 482.6w X 320d Mm V. Powder Coated Finish D. Sixteen (16) Units - G2 Splice Cassette 24lc/upc With Internal Shutters Os2 With Pigtails I. Lc/upc Interface Ii. Method A Polarity Iii. Shuttered Iv. Maximum Insertion Loss = 0.25db V. Minimum Return Loss = 50db E. One Hundred Eighty-eight (188) Pcs - Fiber Patch Cords I. Lc-lc Patch Cord Ii. 1.6mm Duplex Iii. Riser Single Mode Os2, 0.9m F. Forty-seven (47) Units - Data Cabinet 15u I. Wall-mounted Type Ii. 600 X 600mm X 15u Dimension Iii. Glass Door With Lock With 8-gang Pdu G. One (1) Lot - Handhole Fabrication And Heat Shrinkable Seal Fiber Optic Splice Dome Closure I. With 24-core Pigtail Splicing Plate Termination H. One (1) Lot - Earth Ground Material And Accessories 2. Fiber Optics Active Components A. Two (2) Units - Network Core Switches I. 24-ports 10ge Layer 3 Managed Core And Aggregation Switch Ii. With 4 X 25g Ports Backward Compatible With 10g Iii. With 40g Uplink Capability Iv. With 150w Ac Power Module V. 19” Rack-mountable Vi. Steel Case B. Forty-seven (47) Units - Network Managed Switch I. 24-ports Layer 2 Managed Switch Ii. With 4 X 10g Uplink Ports Iii. 19” Rack-mountable Iv. Steel Case C. Four (4) Units - 40g Transceiver Modules I. 40g Lr Single-mode Fiber Module Ii. Qspf+ Transceiver Iii. Lc (1310nm) D. Ninety-four (94) Units - 10g Transceiver Modules I. 10g Lr Single-mode Fiber Module Ii. Qspf+ Transceiver Iii. Lc (1310nm) 3. One (1) Service - Roughing Ins Cost (piping Of Foc Per Building, Pvc/hdpe Pipes, Pullbox 10" X 10" X 6", Metal Clamps, Tox & Screws, Gi Wire) 4. One (1) Service - Labor Cost: Horizontal Direct Drilling (hdd) Wire Pulling, Roughing Ins For Expose Foc Going To Idf And/mdf 5. One (1) Service - Termination/splicing Of Pigtail Connectors/otdr Testing 6. One (1) Service - Electronic Permit Layout And Design (as-built Plan) 7. One (1) Service - Network Design And Consultation (signed By Pece) 8. One (1) Service - Project Management Services 9. One (1) Service - Switch Installation 10. One (1) Service - Network Configuration Services 11. One (1) Service - Training And Knowledge Transfer 12. One (1) Service - Cable Testing And Analysis By Fluke Systems 13. One (1) Service - Scaling And Optimization Of Network Security 14. One (1) Service - Manpower Cost 15. One (1) Service - Mobilization Cost 16. One (1) Service - Forwarding Cost 17. One (1) Year - Defect Liability 18. One (1) Year - Fiber Optic Passive Components Support Warranty A. 1-year Warranty For All Active Devices B. 1-year Subscription To Licenses C. 1-year Workmanship Warranty And After-sales Support E.16 Structured Cabling Works 1. Structured Cabling Passive Components A. Sixty-seven (67) Units – 24-ports 1u Keystone-type Patch Panel With Io Assembly I. 24-ports 1u Keystone Blank Panel Ii. 24-pcs Cat6+ Modular Jack, Rj45 Keyconnect Style B. One Thousand Four Hundred Thirty-three (1,433) Pcs – Cat6+ Modular Jack I. Cat6+ Modular Jack, Rj45 Keyconnect Style Ii. T568 A/b Wiring Scheme C. One Thousand Four Hundred Thirty-three (1,433) Pcs – 1-meter Cat6 Stranded Patch Cord I. 1-meter Cat6 Stranded Patch Cord Ii. T568b- Standard Machine-made Termination D. One Thousand Four Hundred Thirty-three (1,433) Pcs – 2 Meters Cat6 Stranded Patch Cord I. 2-meter Branded Cat6 Stranded Patch Cord Ii. T568b- Standard Machine-made Termination E. Sixty-seven (67) Units – Cable Organizer 1u I. 24 Slots Plastic With Cover F. Three Hundred Seventy-five (375) Rolls– Utp Cat6 Pure Copper I. Solid Bare-copper 24awg 4-pairs Ii. Pe-polyethylene Insulation Material Iii. 0.97 Mm Insulation Diameter Iv. Outer Jacket = Pvc Polyvinyl Chloride V. Operating Temperature = -20°c To +75°c Vi. Bending Radius = 23.2 Mm (0.913 In) G. Sixty-seven (67) Units – 15u Data Cabinet 600 X 600mm I. Wall-mounted Type Ii. 600 X 600mm Iii. Glass Door With Lock Iv. With 8-gang Pdu H. Sixty-seven (67) Sets – Fabricated Data Cabinet Bracket I. Five Hundred Fifteen (515) Pcs – Simplex Faceplate I. Keyconnect Faceplates, 1-port Ii. Plastic-made J. One Hundred Thirty-three (130) Pcs – Duplex Faceplate I. Keyconnect Faceplates, 2-ports Ii. Plastic-made K. Six Hundred Forty-five (645) Pcs – Faceplate Box I. Standard, Rectangular 2. Structured Cabling Active Components Technical Specification A. Seventy-two (72) Units – 24-ports L2+ Gigabit Switch + 4-sfp Ports Rack-mountable Ii. 24 X Gigabit Rj45 Iii. 4 X 10g Sfp+ Ports Iv. 19” Standard Size Rack-mountable B. Eighty-one (81) Units – 24-ports L2+ High-poe Switch Gigabit, With 4-sfp Module Rack-mountable I. 24 X Gigabit Poe Ports Ii. 4 X Sfp+ Slots Iii. 19” Standards Size Rack-mountable Iv. Poe Budget: At Least 370w C. Six (6) Units – 16-ports Aggregation Switch With 16-ports 10ge Ports I. 16 X 10g Sfp+ Slots Ii. 1u Rack Mountable 19” Iii. 802.3at/af D. Three Hundred Six (306) Units – Sfp+ Module, Single Mode Lc Connector I. 1310nm Single Mode Ii. Lc Duplex Connector Iii. Up To 10km Distance E. Three Hundred Six (306) Pcs – Lc Fiber Patch Cord I. Lc-lc Patch Cord Ii. 1.6mm Duplex Iii. Riser Single Mode Os2 0.9m F. Sixty-seven (67) Units – 1kva Ups, Tower Type I. 1000va/600w Ratings Ii. 1 X 12v/9ah Battery Iii. 4 X Universal Socket Iv. Not More Than 5.3kg G. One (1) Unit – 5kva Ups 4u, Online I. 5000va/5000w Ii. Dimension: Not Bigger Than 420 X 630 X 217mm Iii. Operating Voltage = 176 To 288 Vac Iv. Maximum Allowable Voltage = 288 Vac V. Input Frequency Without Battery Operation = 40 To 70hz Vi. Factory Default Voltage = 230 Vac Vii. Waveform = Pure Sinewave Viii. Backup Time At Full Load = 7 Ix. Backup Time At Half Load = 18.5 X. Audible Noise <55dba H. Sixty-seven (67) Units– Pdu With Reset And Switch, Metal Case I. 8-gang Metal With Reset Button Ii. Standard 19’’ Rack Mountable 3. Structured Cabling Roughing-ins A. One (1) Lot – Conduiting/piping Materials B. One (1) Lot – Cable Tray, Cable Ladder And Support Assembly (noc) C. One (1) Lot – Cable Tray Support & Hangers (distribution Per Building) D. One (1) Lot – Restoration Materials E. One (1) Lot – Cable Distribution Materials F. One (1) Lot – Grounding Materials, Installation And Consumables G. One (1) Lot – External Cabling Materials 4. One (1) Service - Network Design And Consultation (signed By Pece) 5. One (1) Service - Project Management Services 6. One (1) Service- Switch Installation 7. One (1) Service - Network Configuration Services 8. One (1) Service - Training And Knowledge Transfer 9. One (1) Service - External Cabling 10. One (1) Service - Scaling And Optimization (cable Testing And Analysis By Fluke Systems) 11. One (1) Service - Manpower Cost 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. One (1) Year - Service -structured Cabling Works Defect Liability 15. One (1) Year - Structured Cabling Passive Components Support Warranty A. 1-year Warranty For All Active Devices B. 1-year Workmanship Warranty And After-sales Support E.17 It Security Operations Center & Network Operations Center 1. One (1) Lot – Indoor Video Wall A. One (1) Lot – Led Panel I. Must Have 4.2x2.025m P0.9375 Indoor Led Screen Ii. Led Lamp Parameter: Color Configuration: Rgb 3in1, Color: Red, Green, Blue, Luminance: 990-1210 Mcd, 1980-2420 Mcd, 495-605 Mcd, Viewing Angle: 160º/160º, Wavelength: 625-630 Nm, 520-525 Nm, 465-470 Nm Iii. Must Have Led Module Parameter: Pixel Pitch(mm) 0.9375, Iv. Pixel Configuration Cob, Module Size(mm) W 300 H 168.75, Module Resolution(dots) W 320 H 180, Drive Ic Icn1069 V. Must Have Led Cabinet Parameter: Cabinet Size (mm) W 600 H 337.5, Cabinet Resolution (dots) W 640 H 360, Cabinet Pixels (dots) 230400, Cabinet Material Die Casting Aluminum, Cabinet Weight (kg) 4.8 Vi. Must Have Led Screen Parameter: Screen Size(m)w 4.2 W 2.025 H, Screen Resolution(dots)w 4480 W 2160 H, Cabinet Quantity(pc)w 7 W 6 H, Pixel Density(pixel/m2) 1137778, Brightness(cd/m2) 600, Brightness Adjusted 256 Grade By Software Or By Auto-optic Induced, Driving Method 1/46 Scan Display Color 439, 804, 651, 110, Viewing Distance (m) ≥0.9375m, View Angle Horizontal 160°; Vertical 160° Color Contrast Ratio 5000:1, Gray Grade 16bit, Refresh Frequency (hz) 3840, Protective Grade Ip43, Working Temperature(ºc) -30~+70, Stored Temperature (ºc) -40~+80, Operation Humidity(rh) 0-95%, Lifetime 100,000 Hrs Maintenance Front Side Working Voltage Ac110 / Ac220v±10% 47~63hz, Power Consumption Max: 800w/㎡ ; Ave:310w/㎡" B. One (1) Unit – Controller I. Must Have Three Kinds Of Led 4k Sending Cards: (1) − H_20xrj45 Sending Card Loads Up To 13,000,000 Pixels, (2) − H_16xrj45+2xfiber Sending Card Loads Up To 10,400,000 Pixels And Provides Two Opt Ports That Copy The Outputs On Ethernet Ports, (3) − H_4xfiber Sending Card Loads Up To 20,800,000 Pixels And Supports Three Working Modes, Including Independent, Copy And Backup. The Three Cards Mentioned Above Cannot Be Used Together To Load The Same Screen. Ii. Must Have Multi-capacity Configuration On A Single Card Slot: − 4x 2k×1k@60hz, − 2x 4k×1k@60hz, − 1x 4k×2k@60hz Iii. Must Have A Simple Screen Configuration Using A Single Card And Connector Iv. Must Have Online Status Monitoring Of All Input And Output Cards V. Must Have Hot-swappable Input And Output Cards Vi. Must Have An H_2xrj45 Ip Input Card That Supports Up To 512 Ip Camera Inputs And Input Mosaic. Vii. Must Have Auto Decryption Of Hdcp-encrypted Sources Viii. Must Have Decimal Frame Rates Supported Ix. Must Have Hdr10 And Hlg Processing X. Each Screen Can Have Its Output Resolution. Xi. Must-have Output Mosaic: Adopts The Frame Synchronization Technology, Which Ensures All The Output Connectors Output The Image Synchronously, And The Image Is Complete And Played Smoothly, Without Any Stuck, Frame Loss, Tearing, Or Piercing. Xii. Must Support Irregular Screen Configuration: Supports Irregular Rectangle Mosaic Without Any Limitations. Xiii. Must Have Input Source Grouping Management Xiv. Must Have Eye-saver Mode: Display The Image In A Warmer But Less Bright Way To Relieve Eye Strain. Xv. Lcd Bezel Compensation Xvi. Must Have Multi-layer Display: A Single Card Supports 16x 2k Layers, 8x Dl, Layers Or 4x 4k Layers. All Layers Support Cross-connector Output And The Layer Quantity Is Not Reduced For Cross-connector Output. Xvii. Must Have High-definition Scrolling Text, Customize The Scrolling Text Content, Such As Slogans Or Notification Messages, And Set The Text Style, Scrolling Direction, And Speed. Xviii. Must Support Up To 2,000 Presets: Fade Effect And Seamless Switching Supported, Less Than 60ms Preset Switching Duration Xix. Must Have Scheduled Playback Of Preset Playlist, Set Whether To Add The Presets To Playlist, Which Is Ideal For Monitoring, Exhibitions, Presentations, And Other Applications. Xx. Must Have Osd Settings On A Single Screen And Adjustable, Osd Transparency Xxi. Must Have Bkg Settings, Bkg Images Do Not Occupy The Layer Resources. The Max Width And Height Of A Bkg Image Is Up To 15k And 8k Respectively. Xxii. Must Have Channel Logo Management: Set A Text Or Image Logo For Identifying The Input Source. Xxiii. Must Have Input Source Cropping And Renaming After Cropping, Crop Any Input Source Image And Form A New Input Source After Cropping. Xxiv. Must Have Hdr And 10-bit Video Processing, Allowing For A More Exquisite And Clear Image. Xxv. Must Have Color Adjustment: Output Connector Color And Screen Color Adjustable, Including Brightness, Contrast, Saturation, Hue, And Gamma. Xxvi. Must Have Xr Scenario Control Xxvii. Must Have Low Latency: Reduce The Latency From The Input Source To The Receiving Card To As Low As 1 Frame. Xxviii. Must Have Web Control: Real-time Response And 1000m/100m Self-adaptive Network Control, Allowing For Multi-user Collaboration. Xxix. Must Have Monitoring Of Inputs And Outputs On A Web Page Xxx. Must Support Firmware Updates On Web Page Xxxi. Must Have Ark Visualized Management And Control Platform App Control On Pad Device. Xxxii. Must Have Self-test For Fault Detection Xxxiii. Must Have Auto-monitoring And Alarms: Supports Hardware Monitoring, Such As Fan Rotation Speed, Module Temperature And Voltage, And Running Status, And Sends Fault Alarms If Necessary. Xxxiv. Must Support An Optional Power Supply For Higher System Reliability. Xxxv. Must Have Backup Design − Backup Between Devices − Backup Between Led 4k Sending Cards. C. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable (4k) 10 Meters D. Six (6) Units - 1500va/900w Line Interactive Ups E. Three (3) Units – Desktop Computers I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 2. Desktop Computers W/ Extended Monitor A. Six (6) Units – Desktop Computer I. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4gb Vram, Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Motherboard: B760-g Wifi D5 Micro-atx Motherboard Viii. Power Supply: Modular Power Supply 850w 80+ Gold Argb Modular Psu Ix. Peripherals: Power Cords, Keyboard & Optical Mouse X. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Xi. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Xii. Operating System (os): Windows 11 Pro Or Higher Xiii. Warranty: 1 Year Courier Or Carry-in B. Six (6) Pcs For 6 Units Of Desktop – Extended Monitor I. Display: At Least 23.8” Hd Led Display (or Higher) C. Six (6) Units – Ups For Command Center I. Must Have Capacity 650va 3. Communication Equipment A. Six (6) Units – Desktop Computer Headphone I. Audio Specifications Must Have, Frequency Response: 20 Hz To 20,000 Hz (standard Range For Human Hearing), Impedance: 32 Ohms (standard For Most Headsets; Higher Impedance May Be Better For High-end Audio), Sensitivity: 90-120 Db (decibels) At 1 Mw For Sound Level, Driver Size: 30-50 Mm (larger Drivers Often Provide A Better Bass Response), Sound Output: Stereo Or 7.1 Surround Sound (for Gaming And Multimedia), Total Harmonic Distortion (thd): Less Than 1% (minimizes Audio Distortion), Noise-canceling: Active (anc) Or Passive, Ii. Microphone Specifications Must Have, Type: Omnidirectional Or Unidirectional, Frequency Response: 100 Hz To 10,000 Hz, Sensitivity: -38 Db ± 3 Db, Noise Cancellation: Active Or Passive Noise-canceling Microphone, Mute Function: Usually Included For Easy On/off Control, Iii. Connectivity Wired: 3.5 Mm Audio Jack, Usb (type-a Or Type-c) Iv. Controls Volume Control: On-ear Cup Or Inline Volume Adjustment, Playback Control: Some Models Allow Pause/play/skip For Media. B. Six (6) Units – Ip Phone Handset Note: Covered In Ip-pa System And Ip-pbx System I. Must Have The Following Physical Specifications: 2.3-inch 128x48 Pixel Dot-matrix Display, Graphical Lcd With Backlight, Keypad: 33 Keys, Including: 4soft-keys, 9 Function Keys (hold / Transfer / Voice Message / Conference / Phonebook, Mwi / Headset / Redial / Hands-free) 4 Navigation Keys, 12 Standard Phone Digits Keys, 3 Volume Control Keys (up/down/mute (microphone), Desktop Stand X1 Status Indicator Light X1 (red), Rj9/rj11 Port X2: Handset X1, Headset X1, Rj45 Port X2: Network X1, Pcx1 (bridged To Network), Security Slot X1, Dc Power Input: 5v/0.6a, Power Consumption (adapter): 0.8~1.29w, Power Consumption (poe): 1.25~1.86w, Device Dimensions: Desktop Stand (45°): 169x201.1x177.4 Mm, Desktop Stand (50°): 169x191.9x185.8 Mm, Wall Mountable: 169x120.1x213.7 Mm Ii. Must Have 6-way Audio Conference Iii. Must Have At Least 600 Call Logs Iv. Must Have At Least 1000 Local Phonebook V. Must Have At Least 1000 Remote Phonebook Vi. Must Have G.722, Opus Wideband Codec Vii. Must Have G.711a/u,g.726,g.723.1, G.729a/b, Ilbc Narrowband Codec Viii. Must Have 2 X 10/100/1000 Mbps Network Rate Ix. Must Have Power Supply Poe X. Must Support Ehs Wireless Headset Xi. Must Have Desktop Stand Xii. Must Support Plantronics Wireless Headset (through Plantronics Apd-80 Ehscable) Xiii. Must Support Recording (through Server) Xiv. Must-have Physical: 10/100/1000 Mbps Ethernet, Dual Bridged Port For Pc Bypass Xv. Must Support Ip Configuration: Static Ip / Dhcp / Pppoe Xvi. Must Support The Following Protocols: Sip 2.0 Over Udp/tcp/tls, Rtp/rtcp/srtp, Stun, Dhcp, Ipv6, Lldp, Pppoe, 802.1x, L2tp, Openvpn, Sntp, Ftp/tftp, Http/https, Tr-069, Aes 128 & Aes 256 Xvii. Must-have Generic Ip Phone Features: 2siplines, Hdvoice, Poeenabled, Dot-matrix Display Screen, Handset/hands-free /headset Mode, Desktopstand/ Wall Mountable (optional), Optional External Power Supply Xviii. Must Have The Following Call Functions: Callout/ Answer/ Reject, Mute/unmute(microphone), Callhold / Resume, Callwaiting, Intercom, Caller Id Display, Speeddial, Anonymouscall(hide Caller Id), Callforward(always/busy/no Answer), Calltransfer (attended/unattended), Callparking/pick-up (depending On Server), Redial, Do-not-disturb, Auto-answering, Voicemessage(with Server), 6-wayconference, Hotline, Hot Desking. 4. Two (2) Units – Laptop A. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Pro Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in 5. One (1) Lot - Outdoor Video Wall W/ Smart Led Solar Powered Light A. Led Panel I. Pixel Pitch 3.91mm Ii. Pixel Configuration 1r1g1b Iii. Led Type Smd1921 Iv. Brightness (max) 5000 Nit V. Color Temperature 3500k-10000k(adjustable) Vi. Viewing Angle H140° / V120° Vii. Pixel Density 65,536 Dots/m² Viii. Module Size 500mm×250mm Ix. Module Resolution 128x64 Dots X. Cabinet Size W500mm×h1000mm×d77mm Xi. Cabinet Resolution (w×h) 128×256 Dots Xii. Cabinet Weight 17.0 Kg ± 0.5 Xiii. Cabinet Material Aluminum Xiv. Operating Temperature/ Xv. Humidity -40℃~+60℃/10~80%rh Xvi. Storage Temperature/ Xvii. Humidity -40℃~+60℃/10~80%rh Xviii. Ip Rating Front Ip68/rear Ip66 Xix. Mounting: Ground Structured Support For Outdoor Video Wall Display Unit (181"w X 138"h) B. Four (4) Unit – Smart Led Solar Powered Light I. Independent Distributed Power Supply System Ii. Solar Powered W/ Smart Sensors Iii. High Quality Lithium Battery Iv. Input Voltage Ac 110~220v (+/-10%) V. Pole-mounted Installation Vi. Mounting: Ground Structured Support For Outdoor Smart Led Solar Powered Light C. One (1) Lot - Controller Required: Quantity I. Must Have Sending Box, Receiving Card, And Light Sensor D. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable (4k) 10 Meters Iv. Two (2) Units - 1500va/900w Line Interactive Ups E. One (1) Unit – Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Pro Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 6. One (1) Lot – Security Software Licenses A. Access Rights Manager B. Patch Manager C. Serv-u File Transfer Protocol Server D. Serv-u Managed File Transfer Server E. Server Configuration Monitor F. Engineer's Toolset G. Ip Address Manager H. Log Analyzer I. Network Performance Monitor J. Security Event Manager K. Network Topology Mapper 7. One (1) Service - Electronic Permit Layout And Design (as-built Plan) 8. One (1) Service - Electronic Permit Layout And Design Signed By Pece 9. One (1) Lot - Security Software Licenses W/ Dashboard 10. One (1) Lot - Structured Cabling (including External Cabling) 11. One (1) Lot - Roughing-in Materials 12. One (1) Service - Network Design And Consultation 13. One (1) Service - Project Management Services 14. One (1) Service - Temporary Facility (temfacil) For 30 Days 15. One (1) Service - Installation & Configuration 16. One (1) Service - Network Configuration Services 17. One (1) Service - User's Training And Knowledge Transfer 18. One (1) Service - Scaling And Optimization 19. One (1) Service - Manpower Cost 20. One (1) Service - Mobilization Cost 21. One (1) Service - Forwarding Cost 22. One (1) Year - Support Warranty E.18 Campus Data Center Upgrade 1. Non-electrical Components A. Seven (7) Units - Data Racks I. 1200mm Deep Static Rack Cabinet. Ii. Rack Capacity Must Be 42u Iii. Must Be Equipped With Casters And Leveling Feet Iv. Front And Back Doors Must Be Perforated V. Must Have A Load-carrying Capacity Of 950 Kg Or Higher Vi. Optional: Front And Side Stabilizers B. Three (3) Units - Gpu Server I. Must Have Warranty Support (4hr Resp) Ii. Gpu Server Add Ons Iii. Management Controller With 3-year Subscription For Server Endpoint Iv. Console Manager With 3-year Software Subscription C. One (1) Unit - Telephone Terminal Cabinet (ttc) I. The Ttc Must Be Made With Stainless Steel (304 Or 316) Gauge 16. Ii. At Least (800mm X 500mm X 200mm), With Canopy And Locking Mechanism. Iii. Water-resistant 2. Electrical Components A. One (1) Lot - Power Management System I. Design And Install Based On The Requirements Of Section 5.b (electrical Works Services) B. Fourteen (14) Lot - Power Distribution Unit I. 2 Units Shall Be Installed Per Data Rack. Ii. Input Voltage (v): 200-230 Iii. Input Plug Type: Iec 60309 32 A 2p + E Iv. Input Current Limit: 32 A V. Load Capacity: 7400 Va Vi. Network Frequency: 47...63 Hz Vii. Outlet Type And Quantity: (20) Iec 60320 C13, (4) Iec 60320 C19 C. One (1) Unit - Uninterruptible Power Supply 20kva (ups) And One (1) Unit - Uninterruptible Power Supply 5kva (ups) I. At Least 20kva/20kw Rackmount And 5kva/5kw Rackmount 1. Input: A) Ac Input Nominal Voltage (single-phase): 220/230/240 Vac, 3 Wire (l + N + G), Connected Via Hardwire. B) Ac Input Nominal Voltage (three-phase): 380/400/415 Vac, 5 Wire (l1 + L2 + L3 + N + G), Connected Via Hardwire. C) Ac Input Voltage Range: 160 – 285 Vac (l-n) At Full Load, While Providing Nominal Charging To The Battery System; Or 100 – 160 Vac (l-n) At 50% Load, While Providing Nominal Charging To The Battery System. D) Input Frequency Range: 40-70 Hz, Auto-selecting. E) Online Input Power Factor: 0.99 For 75% And 100% At 230 Vac. F) Green Mode Input Power Factor: ≥ 0.95 (for Resistive Load ≥ 25%) At 230 Vac.) At 230 Vac G) Input Current Distortion: <4% For 50% Resistive Load, <3% For 100% Resistive Load. H) Surge Protection: 600 Joules 2. Output: A) Ac Nominal Output Voltage: Single-phase B) Single-phase: 220/ 230/ 240 Vac. Models Are Factory Set At 230 Vac. C) 3-phase: 380/400/415 Vac. Models Are Factory Set At 400 Vac. (for 20kva) D) Output Frequency: 50/60 +/- 4 Hz (auto-sense). 3. Battery: A) Battery Type: Maintenance-free Sealed Lead-acid Battery With Suspended Electrolyte, Leakproof. 4. Installation: A) All Materials To Be Used In The Installation Should Be Included. From The Tapping Point To Ups. D. One (1) Unit - Generator With Automatic Transfer Switch (ats) I. 50kva Generator With Built-in Ats Or Ats Ready Ii. Automatic Start, Electric Start Iii. Phase: 3-phase/1-phase Iv. Operating Mode: Silent/soundproof V. Frequency Rating (hz): 50-70 Vi. Voltage Rating (v): 220-240 Vii. Engine Type: Turbo Diesel Viii. Large Capacity Fuel Tank Ix. Cooling System: Water Cooled X. Protection System: Low Oil Alarm, Temperature Sensor Xi. Should Include Installation And Configuration Services E. One (1) Set - Precision Air Conditioning Unit (pacu) I. Cooling Capacity: 7 Tr (20kw Or 75,400 Btu/hr) Ii. Power Supply: 230 Volts/60 Hz./3 Phase/pe Iii. System Type: Air-cooled Non-inverter Compressor Iv. Air Circuit: 1. Air Direction - Downflow Vertical Discharge 2. Air Inlet Into The A/c On A Large Surface From The Top Of The Unit V. Refrigerant Circuit: 1. Equipped With An Open Refrigerant Circuit The Basic Version Consists Of The Following Components: A. Fully Hermetic, Variable-speed Dc Scroll Compressor B. Oil Separator C. High-performance Evaporator With A Large Surface Area D. Liquid Receiver With Rota Lock On-off Valve And Safety Valve E. Dehydrating Filter F. Liquid Sight Glass G. Thermostatic Electronic Expansion Valve H. High-pressure Switches With Manual Resetting I. Needle Valves For The Refrigerant Change For Pressure Control J. External Welded Connections Vi. Standard Functions: Cooling Mode, Humidification & Dehumidification Mode Vii. User Terminal: 1. 64 X 120 Pixel Backlit Lcd Display And 6 Backlit Keys To Move Between And Change Parameters. 2. Set The Operating Parameters, Monitor The Trend Of The Main Working Parameters, And Read Any Alarm Messages. 3. Capable Of Enabling The Following Functions: A. Temperature And Humidity Control B. Setting Double Temperature And Humidity Set Point C. Complete Alarm Detection System D. Alarm Event History Storage E. Automatic Restart When Power Returns After A Cutout F. Remote Switching On/off Of The Unit G. Graphical Display With Icons Displaying The State Of The Unit Components H. Time Bands For Differential Weekly Switching On/off Of The Unit I. Management Of The Local Network With Setting The Rotation Of One Or Two Units In Standby J. Alarm Sequence History With Up To 100 Alarm Events Viii. Fan Section (indoor): 1. Radial Fan With Electronically Commutated (ec) Motor 2. High-efficiency Ec Motor With Wear-resistant And Maintenance-free Ball Bearing 3. Variable Speed Motor Modulating Fan Speed According To Load Density 4. Eurovent Certification 5. Ce Certification Ix. Air Filter: 1. Made From Self-extinguishing, Synthetic Fiber Cellular Material. 2. Large Filter Surface, Small Pressure Loss, Long Service Life, And Easy Replaceability X. Condenser: 1. Connections To The Remote Condenser 2. Witha Kit Of Legs For Vertical Discharge 3. With Rota Lock Shutoff Valves 4. Regulate The Fan Speed To Ensure Trouble-free Operations F. One (1) Unit - Dehumidifier I. At Least 80 Liters Capacity Ii. Adjustable Humidistat Iii. Auto Restart Iv. Automatic Bucket Full Shut-off V. Automatic Humidistat Control Vi. Bucket Full Indicator Light Vii. External Drain Connect Viii. Removable Water Tank Ix. Washable Air Filter 3. Safety Components A. Eight (8) Units - Fire Suppression System I. Hfc236fa (fe36) / /hcfc-123 Ii. At Least 20 Lbs Iii. Non-residual Iv. Non-corrosive V. Lifetime Chemical Efficacy Vi. Built-in Sensor For Automatic Discharge Vii. Should Include Mounting Plates And Installation Service B. Two (2) Units - Metal Door With Panic Lock Mechanism Note: Included In E-classroom, E-conference Room And Smart Led Solar Powered Light I. The Door Jamb Must Be Able To Hold The Weight Of The Metal Door. Ii. The Door Hinge Must Be Able To Contain The Stress Of The Sudden Swing Of The Metal Door Induced By The Panic Lock Mechanism. Iii. Panic Lock Mechanism Has Priority Over Electronic Security Locks For Exit. C. Four (4) Units - Environmental Monitoring System I. Temperature Sensor And Humidity Data Logger. Ii. Logging Capacity: 60000 Readings Or Higher. Iii. Alarm Status Indicator. Iv. Wired Or Wireless Connection Mode. V. Inclusion Of Cloud Access And/or Mobile Application For Data Access. Vi. Optional: Sms And/or Email Capability. 4. Warranty-three (3) Years Warranty A. Non-electrical Components I. Data Racks Ii. Telephone Terminal Cabinet (ttc) B. Electrical Components I. Electrical Management System Ii. Uninterruptible Power Supply 20kva Iii. Uninterruptible Power Supply 5kva Iv. Power Distribution Units V. 100 Kw Generator With Automatic Transfer Switch (ats) Vi. Air Conditioning Units Vii. Dehumidifier C. Safety Components I. Fire Suppression System Ii. Metal Door With Panic Lock Mechanism Iii. Environmental Monitoring System 5. Included Supply, Installation, And Configuration Services A. Civil Works Services I. Supply And Installation Of Telephone Terminal Cabinet (ttc) (800mm X 500mm X 200mm) With Canopy And Locking Mechanism. Ii. Supply And Installation Of 2 Fire Rated Metal Door With Panic Locking Mechanisms 400mm(w) X 900mm(w) X 2100mm(h)(1-unit) Iii. Supply And Installation Of 2hr Fire-rated Wall Partition 4” Thick (40 Sqm.) Iv. Supply And Installation Of Anti-static Raised Flooring (75 Sqm.) V. Supply And Installation Of The Acoustic-type Ceiling (75 Sqm.) Vi. Supply And Installation Of Led Lighting With Complete Wiring Vii. Painting Inside The Data Center Viii. Water Proofing (covering Part Of Data Center) Ix. Supply And Installation Of Emergency Lights X. Installation Of Generator System Housing B. Electrical Works Services I. Creation And Installation Of An Electrical Design Supporting Ups Power, Air-conditioning, Emergency Light And Exhaust Fan System, With The Capability To Switch To A Generator System With Ats And Auto-start Function. Ii. Independent Circuits For Ups And Regular Power Distributed On A Per Rack Basis. Iii. Independent Circuits For Air Conditioning Systems (ahu) On A Per Unit Basis. Iv. Provision Of Ups Circuits For Security And Environment Monitoring Devices. V. Provision Of Circuits For Future Use. Vi. Installation Of Grounding Systems. Vii. Electrical Panel Boxes Should Be Equipped With Surge Suppressors, Low Voltage Detectors And Power Monitoring. C. Mechanical Works Services I. Plumbing Works For Ahu Drain System. Ii. Plumbing Works For The Dehumidifier Drain System. Iii. Supply And Installation Of Electrical Wire Ways From Main Electrical Panel To Generator Location. Iv. Supply And Installation Of Data Wire Ways For Inter-rack Connections. 6. One (1) Service - System Design Services 7. One (1) Service - Cabling Works 8. One (1) Service - Structured Cabling (including External Cabling) 9. One (1) Service - Forwarding Cost 10. One (1) Service - Project Management Services 11. One (1) Service - User Acceptance Testing (uat) 12. One (1) Service - User's Training And Knowledge Transfer 13. One (1) Service - Scaling And Optimization 14. One (1) Service - Manpower Cost 15. One (1) Service - Mobilization Cost E.19 Data Center Network Switches 1. Two (2) Units - Core Switch A. Hot Swap Power Supply B. Open Ports Configuration With At Least 16 100g Qsfp28 Ports C. Open Ports Configuration With At Least 4 25g Qsfp28 Ports D. All Open Ports Enabled E. Zero License Fee For Modules Inserted I. Four (4) 100 Gbit Fiber Module Ii. Four (4) 40 Gbit Fiber Module Iii. Six (6) 10 Gbit Copper Module Iv. Six (6)10 Gbit Fiber Module V. 100 Gbit Dac Cable 2. Two (2) Units - Core Fiber Switch 3. One (1) Unit - Router A. Redundant Power Supply B. Load Balancing/failover Capability For Unequal Bandwidth C. At Least 12 1gbit Ports D. All Open Ports Enabled E. Zero License Fee For Modules Inserted F. One (1) Lot - X 10g Sfp+ Ports G. One (1) Lot - 10gbit Fiber Module (sfp / Sfp+ / Sfp28) H. One (1) Lot - 10gbit Copper Module 4. One (1) Unit- Top Of Rack (tor) Switch Poe A. Redundant Power Supply B. At Least 48 Gbit Ports C. All Open Ports Enabled D. Zero License Fee For Modules Inserted E. Four (4) X 10g Sfp+ F. Two (2) 40g Qsfp+ G. 48 Poe Ports H. Poe Out Standard: 802.3af/at I. Max Power Output Per Port (input 18-30 V): 1000 Ma J. Max Power Output Per Port (input 30-57 V): 570 Ma K. Total Power: 700w L. Six (6) 40gbit Fiber Module 5. One (1) Unit - Top Of Rack (tor) Switch Non-poe A. Redundant Power Supply B. At Least 48 Gbit Ports C. All Open Ports Enabled D. Zero License Fee For Modules Inserted E. Four (4) X 10g Sfp+ F. Two (2) 40g Qsfp+ G. 48 Poe Ports H. Six (6) 40gbit Fiber Module 6. One (1) Unit - Management Switch A. Redundant Power Supply B. At Least 24 Gbit Ports C. 10gbit Fiber Module D. Sfp+ To Sfp+ Connector 7. Two (2) Units - Access Point Cap-ac 8. One (1) Service - Electrical And Racking Design Services 9. One (1) Service - Network Design And Consultation 10. One (1) Service - Project Management Services 11. One (1) Service - Switch Installation 12. One (1) Service - Network Configuration Services Supplier 13. One (1) Service - Training And Knowledge Transfer 14. One (1) Service - Scaling And Optimization Of Data Center Network Switches 15. One (1) Service - Manpower Cost 16. One (1) Service - Mobilization Cost 17. One (1) Service - Forwarding Cost 18. One (1) Year - Support Warranty E.20 Data Center Compute System & Data Center Block And File Storage 1. Eight (8) Lots - Hci Cluster: A. Form Factor: 2u Rack Server B. A Total Of Eight (8) Hci Nodes C. Must Have 2x 6426y 16c 185w 2.5ghz Processor Per Node D. Must Have A Total Of 256gb 2rx8 4800mhz Memory Per Node. Can Support Up To 8tb Of Memory E. Network Interfaces Must Have A 2x 2-ports 10gb Base-t F. Storage Drives Must Have 2.5" Cache Drives And 3.5" For The Capacity Drives G. Must Have 2x M.2 Nvme 960gb Read Intensive Pcie Gen 4 Ssd For The Boot Drive H. Must Have A Total Effective Capacity Of At Least 500 Tb And 700 Tb Raw Capacity On Rf2 With 0% Savings I. Must Have Redundant 1100w Platinum Psu J. 2u Rack Mounted K. Software Inclusion: I. Must Include Rhel For Virtual Datacenters Premium 3 Years. Ii. Must Include Microsoft Center Licenses, Cals, And Sql Server With Software Assurance For The Education Sector. L. Hypervisor Support: I. Supports Industry-standard Hypervisors Like Vmware Esxi, And Native (bundled) M. Hci Features: Ii. Hci Licenses Should Be Oem Iii. Can Support Heterogeneous Clusters And Storage Nodes Only Iv. Must Have Vm-centric Snapshots & Clones V. Must Have Data Tiering Vi. Must Have Online Cluster Grow/shrink Vii. Must Have Data Path Redundancy Viii. Up To 2 Tunable Redundancy Factor Ix. Basic Compression (lz4) - Inline And Post-process X. Deep Compression (lz4hc) - Greater Efficiency For Cold Data Xi. Cache Deduplication Xii. Capacity Deduplication Xiii. Volume Groups - For In-cluster Vms Xiv. Async Replication (rpo = 1 Hr Or Greater) Xv. Application Consistent Snapshots Xvi. Client Authentication Xvii. Centralized Management Can Support Multi-cluster Management Xviii. Infrastructure Management, Monitoring, And Health Xix. Enterprise Authentication And Rbac Xx. Rest Apis Xxi. Comprehensive Search Xxii. Management Can Support The Report Xxiii. Management Has A Customizable Dashboard Xxiv. Management Can Plan And Forecast The Capacity Xxv. Resource Inefficiency Detection And Right-sizing Xxvi. Low-code/no-code Operations Automation Xxvii. Must Have 50tib Licenses For Unified Storage N. Hardware Management Features: I. Configure An Hci Node Ii. Update An Hci Node Iii. Integrate Into External Apps Through Integrators Or Rest Apis Iv. Manage Servers, Network, And Storage V. Auto-discover Systems Vi. Monitor And Track Multiple Systems, And Handle Faults Including Call Home Or Equivalent Vii. Manage Server, Network, And Storage Updates With Policies Viii. Configure Multiple Servers With Software Patterns Ix. Install Operating Systems And Hypervisors X. View The Status Summary Of All Hardware Components Xi. Encapsulation, Which Enables Us To Configure The Management Software To Change The Firewall Rules For The Devices So That Incoming Requests Are Accepted Only From The Management Software Xii. Compliant With Nist Sp 800-131a Or Fips 140-2. Hardware Management Should Support Self-signed Ssl Certificates (issued By An Internal Certificate Authority) Or External Ssl Certificates (private Or Commercial Ca). Xiii. Must Include An Audit Log That Provides A Historical Record Of User Actions, Such As Logging On, Creating Users, Or Changing User Passwords. O. Hardware Management Platform Should Have A Mobile App With The Following Features: I. View The Status Summary Of All Hardware Ii. Monitor The Detailed Status Of Each Device Iii. Monitor Inventory Of Each Device Iv. Monitor Audit Events, Hardware And Management Events, Alerts, And Jobs. V. Performs Power Actions On The Device. Vi. Act On Common System-level Tasks To Minimize The Risk Of Disruptions And Downtime. Vii. Forward Emails To Share Inventory, Alerts, And Event Information. Viii. Perform Initial Configuration Of Servers, Retrieve Diagnostic Information (virtual Lcd) And Perform Actions, Initiate Hardware Management From A Mobile Device. Ix. Monitor Hardware Inventory For Unexpected Component Changes, And Simply Log The Event Or Prevent Booting X. Enforces Cnsa 1.0 Level Security Xi. Enables Administrators To Manage And Synchronize Configurations And Firmware Levels Across Multiple Servers Xii. Should Be Available On Both Ios And Android. Xiii. The Hci Should Provide A Single Unified Management Console For The Management Of The Entire Environment Including Virtualized Environment As Well As Software Defined Storage Environment, Underlying Hardware, And Associated Components. Xiv. The Hci Should Provide Enterprise Data Services Such As Deduplication And Compression With Erasure Coding Completely In Software Without Dependency On Any Proprietary Hardware. Xv. System Management Must Be Able To Provide Proactive Alerts For Processors, Voltage Regulators, Memory, Internal Storage, Fans, Power Supplies, Raid Controllers, And Server Ambient And Sub-component Temperatures. Xvi. Must Be 100% Software-defined Without Dependency On Proprietary Hardware Or Networking Components. Xvii. Supports Differing Cpu & Memory Configurations Of Nodes Within The Same Cluster Xviii. The Hyper-converged Platform Must Have Fips 140-2 Certification Xix. The Hyper-converged Platform Must Have Common Criteria Security Certification. 2. One (1) Lot - Kvm Switch With Lcd Console A. 16-ports Kvm Switch And One (1) Lcd Console. Must Be The Same Brand As The Hci Nodes. B. Must Be Able To Handle 2 Concurrent Users. C. Local User Connection For Kvm: Vga + Usb D. Maximum Number Of Target Systems: 16 E. Maximum Video Resolution: 1600x1200 (4:3),1680x1050 (wide) 3. Thirty-two (32) Roll - Green Cat6 Cable 4. One (1) Service - Storage System Installation 5. One (1) Service - Storage Network Configuration Services 6. One (1) Service - System Design Services 7. One (1) Service - Application Installation 8. One (1) Service - Project Management Services 9. One (1) Service - User Acceptance Testing (uat) 10. One (1) Service - User's Training And Knowledge Transfer 11. One (1) Service - Scaling And Optimization Of Data Center Compute System 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost 14. One (1) Service - Forwarding Cost 15. Three (3) Years - Software Warranty 16. Three (3) Years - Support Warranty E.21 Data Center Backup And Recovery System 1. One (1) Lot - Enterprise On-premises Data Backup System - Hardware A. Must Have At Least 4410t 10c 150w 2.7ghz Processor. B. Must Have At Least 32gb 4800mhz Memory With Expansion Of Up To 8tb. C. Must Have 4-ports 10gb Base-t. D. Must Have At Least 22tb Storage Capacity. E. Must Have 2x M.2 480gb Read Intensive Sata Ssd. F. Raid Controller Should Support Raid 0,1,10,5,50,6 Configurations With 4gb Cache. G. Must Include Microsoft Windows Server Standard And Client Access Licenses (cals) For The Education Sector. 2. One (1) Lot - Enterprise On-premises Data Backup System – Software A. The Backup And Recovery Solution Should Work With Virtualized Infrastructure Based On Version 6.x, 7.0, 8.0, Microsoft Hyper V 2022 Or Higher And Later Versions, Nutanix Ahv Version 6.5 And Later, And Red Hat Virtualization Version 4.4 Sp1 (red Hat Virtualization Manager Version 4.5.0 Or Later) In A Single Product B. The Solution Should Provide A Centralized Console To Coordinate Backup, Replication, Recovery Verification And Restore Tasks. It Is Also Used To Set Up And Manage Backup Infrastructure Components. C. The Solution Must Provide Immutability To Prohibit Modification Or Deletion Of Backup Data As A Result Of Malware Activity Or Ransomware Attacks. D. Must Provide Agentless Protection Without The Need To Install Agents Inside Each Vm Running On Vmware, Hyper-v, Nutanix Ahv, And Rhv Platforms E. Must Support Direct Attached Storage, Network Attached Storage, Deduplicating Storage Appliances, And Object Storage As Backup Repositories F. Ability To Utilize Forever Forward Incremental, Forward Incremental & Reverse Incremental Backup Methodology. G. Ability To Perform Agentless Transaction Log Backup And Replay And Database Restore To Original Or New Sql Server H. Ability To Select And Choose Multiple Mssql Databases When Performing A Mass Database Export, Restore, Or Instant Recovery. I. The Solution Must Provide Automated Tests And Verification Of Each Backup Or Replica To Assure Recoverability In Case Of Production Failure. The Verification Must Include Vm Files, Os, And Applications Including Custom Testing Using Scripts J. The Solution Must Provide 105 Options To Perform Recovery. K. The Solution Must Have The Ability To Provide Recovery Delegation For Individual Or Group Vms L. Included Built-in Aes 256-bit Encryption, Compression, And Deduplication In A Single Product Without An Additional Option To Purchase M. The Solution Should Support Direct Backup To Object Storage Such As Amazon S3, Google Cloud Storage, Ibm Cloud Object Storage, Microsoft Azure Blob Storage, And Any S3-compatible Object Storage On-premise And In The Cloud. N. Ability To Combine One Or More Backup Repositories Or Object Storage (aws S3, Azure Blob, Gcp & Any S3 Object Compatible) Repositories And Tier Backup Data From Performance To Capacity And Archive Tier. O. Provide Agent-based Data Protection For Physical Server On Windows Or Linux With Support For Bare Metal Recovery, Export As Virtual Disk & Able To Perform Instant Recovery To Vmware Platform, Microsoft Hyper-v, And Nutanix Ahv P. Able To Provide Secure Access To The Backup Console With Optional Two-factor Authentication (2fa) That Is Based On Time-based One-time Passwords (totp) 3. Twenty-four (24) Months - Cloud-based Disaster Recovery System A. The Solution Must Have The Ability To Provide Recovery Delegation For Individual Or Group Vms B. The Solution Should Support Direct Backup To Object Storage Such As Amazon S3, Google Cloud Storage, Ibm Cloud Object Storage, Microsoft Azure Blob Storage, And Any S3-compatible Object Storage On-premise And In The Cloud. C. Provide Agent-based Data Protection For Physical Server On Windows Or Linux With Support For Bare Metal Recovery, Export As Virtual Disk & Able To Perform Instant Recovery To Vmware Platform, Microsoft Hyper-v, And Nutanix Ahv D. The Billing Of Dr Site Resources Must Only Be In Effect When The Resources Are Used. E. Must Provide For Monitoring And Periodic Conduct Of Dr Drills F. Must Have The Capability To Instantiate Test Instances For Non-disruptive Testing G. Must Be Able To Set Up And Initiate Continuous Data Replication. H. Must Provide Replication For At Least 10 Servers 4. One (1) Service - Electrical And Racking Design Services 5. One (1) Service - Network Design And Consultation 6. One (1) Service - Disaster Recovery Site Provisioning And Testing 7. One (1) Service - Application Installation 8. One (1) Service - Project Management Services 9. One (1) Service - Network Configuration Services 10. One (1) Service - User's Training And Knowledge Transfer 11. One (1) Service - Scaling And Optimization Of Data Center Backup And Recovery System 12. One (1) Service - Forwarding Cost 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Three (3) Years - Support Warranty E.22 Cloud Infrastructure-as-a-service 1. Cloud Infrastructure Subscription A. Payment Terms I. Basc Shall Pay The Vendor A Fixed Monthly Fee For All Cloud-related Services. Ii. The Accumulated Payables Within The Validity Of The Subscription Period Must Not Exceed The Budget Set For This Procurement. Iii. All Activated Additional Resources Must Be Billed Not Less Than 30 Calendar Days From The Date Of Activation, Or 60 Calendar Days Should It Be Activated Beyond The Agreed “cut-off” Period. Iv. All Chargeable Costs Must Be Inclusive Of Vat. V. Basc Shall Reserve The Right To Take Over The Root Account And Pay The Billings Directly. To Avail Of This Prerogative, Basc Must Inform The Vendor In Writing At Least 3 Months Prior To Contract Expiration. B. One (1) Lot – Cloud Management Services I. The Vendor Shall Have Cloud Provider Preference, Provided That The Cloud Provider Adheres To The Standards Stated In Section 2.b. Ii. The Vendor Shall Migrate Agreed-upon Resources From The Current Cloud Computing Service Platform Or Its Current Site To The New Cloud Computing Platform In Coordination/collaboration With Basc’s It Team. Iii. The Vendor Shall Provide Counterpart Technical Support In The Setup, Configuration And Monitoring Of Cloud Infrastructure. 2. Cloud Infrastructure Standards A. Cloud Infrastructure Providers Should Have Global Presence. B. Certified For Information Security Management Systems (iso 27001) C. Certified For Code Of Practice For Information Security Controls Based On Iso/iec 27002 For Cloud Services (iso/iec 27017) D. Certified For Code Of Practice For Protection Of Personally Identifiable Information (pii) In Public Clouds Acting As Pii Processors (iso/iec 27018) 3. Data Center Standards A. Must Have The Capability To Deploy A Highly Available And Multi-zone Disaster Recovery Solution Across Multiple Data Centers Within The Asean Region B. Must Have The Ability To Provide A Managed Relational Database Service That Can Be Integrated With Any Chosen Software Solutions. C. Must Have The Capability To Deploy Standard Virtual Machines And Cloud-native Services. 4. Account Management A. The Account Ownership And Its Related Services Shall Belong To The Vendor. Access Rights Should Be Given To Basc, As Deemed Necessary, To Perform Monitoring Services Related To The Project 5. Warranty A. Cloud Management Services - One (1) Year 6. One (1) Lot - Secure Access Path A. Split Tunneling: Routes Only Specific Traffic Through The Vpn. B. Always-on Vpn: Maintains A Constant Secure Connection. C. Kill Switch: Disconnects If The Vpn Tunnel Fails. D. Dynamic Multipoint Vpn (dmvpn): For Dynamic And Scalable Vpn Networks. 7. One (1) Service - Cloud Infrastructure Design And Consultation Services 8. One (1) Service -vpn Network Design And Consultation 9. One (1) Service - Cloud Resources Provisioning And Testing 10. One (1) Service- Project Management Services 11. One (1) Service - User's Training And Knowledge Transfer 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost 14. Three (3) Years - Support Warranty E.23 Ip-pa System And Ip-pabx System 1. Ip-pabx System Components A. One (1) Unit - Ip Phone System I. Base Users / Max Users Up To 300 / 500 Ii. Max Concurrent Calls 60 / 120 Iii. Base / Max Call Center Agents 300 / 500 Iv. Max Fxs Ports 16 V. Max Fxo/bri Ports 16 Vi. Max Gsm/3g/4g Ports 6 Vii. Max E1/t1/j1 Ports 2 Viii. Expandable D30 2 Ix. Nfc Read/write X. Ethernet Interfaces 2 X (10/100/1000 Mbps) Xi. Hard Disk 1 Sata (up To 2tb) Xii. Usb 1 (usb Portable Ssd, Up To 2tb) (usb Flash Drive, Up To 256) Xiii. Power Supply Ac 100-240v 50/60hz Xiv. Form Factor 1u Rackmount Xv. Environment Operation Range: 0°c To 40°c, 32°f To 104°f Storage Range: -20°c To 65°c, -4°f To 149°f Humidity: 10-90% Non-condensing B. One (1) Unit - D30 Expansion Module I. Dsp Module, Used To Expand The Capacity Of Pbx. Ii. Extensions Increase By 100 And Concurrent Calls Increase By 30 Additionally. C. One (1) Unit - Ex 08 Module I. Must Support Up To 4 Modules (8 Rj11 Ports). D. Two (2) Units - O2 Module I. Ports 2 Rj11 Fxo Ports Ii. Supported Model S20, S50, S100, S300 Iii. Ring Frequency Detection 15~50 Hz Iv. Ring Voltage Detection 30+ Vrms (depending On The Fxo Mode) V. Termination Pstn Lines Vi. Echo Cancellation Signaling Modes Foreign Exchange Office: 2-way Connection To Prx Or Key System Trunk. Foreign Exchange Station Defined Network: Provides Access To Major Carrier Services. Private Line Automatic Ringdown (plar)-point-to-point Unswitched Connections. E. One (1) Unit - Voip Gateway I. Rj11 Fxo Ports Ii. Lan 1 10/100mbps Iii. Protocol Sip (rfc3261), Iax2 Iv. Transport Udp, Tcp, Tls, Srtp V. Codec G.711 (alaw/ulaw), G.722, G.723, G.726, G.729a, Gsm, Adpcm Vi. Voice Capability Itu-t G.168 Lec Echo Cancellation, Dynamic Jitter Buffer, Vad, Cng, Plc Vii. Dtmf Mode Rfc2833, Sip Info, In-band Viii. Fax T.30 Ix. Qos Diffserv, Tos, 802.1 P/q Vlan Tagging X. Network Dhcp, Ddns, Openvpn, Pppoe, Static Route, Vlan Xi. Network Protocol Ftp, Tftp, Http, Https, Ssh Xii. Management Protocol Radius Xiii. Signaling Fxs Loop Start, Fxs Kewlstart Xiv. Caller Id: Bell202, Etsi (v23), Ntt (v23-japan), And Dtmf-based Cid Xv. Disconnect Methods: Busy Tone, Polarity Reversal Xvi. Fxo Connectivity: Programmable Ac Impedance, Hangup Detection, Answer Detection, Caller Id Detection Xvii. Power 12v, 1a Xviii. Mounting Desktop, Wall-mount Xix. Compatibility: Interoperable With Asterisk, Lync Server, Freepbx And Certified With Elastix F. Forty-six (46) Units - Ip Phone Handset I. Must Have A Linux Operating System Ii. Must Have 132x64 2.3” Dot-matrix Display Iii. Must Have 6-way Audio Conference Iv. Must Have At Least 600 Call Logs V. Must Have At Least 1000 Local Phonebook Vi. Must Have At Least 1000 Remote Phonebook Vii. Must Have G.722, Opus Wideband Codec Viii. Must Have G.711a/u,g.726,g.723.1, G.729a/b, Ilbc Narrowband Codec Ix. Must Have 2x10/100/1000mbps Network Rate X. Must Have Power Supply Poe Xi. Must Have An Ehs Headset Xii. Must Have Desktop Stand G. Two (2) Units - Enterprise Ip Phone I. Must Have A 3.5-inch Main Color Screen And 2.4-inch Extended Screen For Dss Keys Ii. Hd Audio On Speakerphone And Handset Iii. Support 6-way Audio Conference Iv. Line Keys On The Main Display V. 6 Dss Keys On The Extended Screen, Up To 30 Dss Keys Via 5 Pages Vi. Built-in Bluetooth 4.2, Support Bluetooth Headset; Support Wi-fi Dongle Vii. Support Ehs Wireless Headset Viii. Dual Gigabit Ports, Integrated Poe Ix. Stand With 2 Adjustable Angles Of 45 And 50 Degrees 2. Ip-pa System Components A. One (1) Unit - Digital Ip Network Broadcasting Client Management Software I. Support Each Audio Terminal’s Operation, Audio Streaming Transmission Management, Broadcasting From Each Audio Terminal, And Full Duplex Exchange Of Audio. It Adopts B /s Architecture And Supports Terminal Management, User Management, Program Broadcasting Management, Audio Files Management, Record Storage, And Internal Communication Scheduling Through Web Login. Ii. Support Program Database Sources Management, Timing Broadcast, And Real-time Media Service Vod For All Audio Terminals, Program Broadcasting For Each Terminal, And Data Interface Service For Each Audio Workstation Iii. Support Full-duplex Voice Data Exchange, Paging And Call From Each Intercom Terminal, Various Calling Modes (like One Button To Call, One Button To The Intercom, One Button To Ask For Help, One Button To Alarm, And So On), Automatic Answer, Manual Answer, And Custom Answer Tone. Iv. Support Multiple Calling Strategies, Including Call Waiting, Call Forwarding, No Answer Reminder, And Custom Setting For Time Strategy And Forwarding Strategy. It Supports Setting Up The Call Strategy Of The Intercom Terminal. It Can Customize The Call Time From 0 To 180s Or No Limit. It Can Choose Whether To Answer Automatically Or Not. It Also Supports Customizing The Choice Of Calling Ringtones And Waiting Ringtones. V. Support Terminal Short Circuit Linkage Trigger. Users Can Arbitrarily Set The Trigger Scheme And Trigger Terminal Quantity. The Trigger Scheme Includes Short Circuit Output, Music Playback, And Patrol Alarm. Vi. Support To Program Timing Tasks, Multiple Timing Programs, Support Selecting Any Terminal, And Setting Any Time. Support Timed Task Execution Test, Setting Repetition Period And A Variety Of Audio Source Selections For Timing Tasks (music Playback, Sound Card Acquisition, Terminal Acquisition). Vii. Support Multiple Schemes Of Timed Ringing To Be Enabled At The Same Time. Viii. Support Multiple Tasks To Be Carried Out At The Same Time Ix. Support All Schemes To Be Enabled/ Disabled By One Button. X. Support Bell Scheme Cloning, Task Execution, And Stop Control, Disable And Enable The Function Of A Timing Task. Xi. Support Timing Patrol, Support Execution Time And Repetition Period Of The Custom Patrol Task, 0-30s Customized Interval Of The Indicator Flashing, And External Lock-free Button Short-circuit Switch (with 3.3v Led Indicator Light). Xii. Support Today's Task List View, Which Makes It Easy To Manage All Scheduled Task Information And Execution Status Performed Today. Xiii. Support Terminal Tamper Alarm. Trigger Terminal Alarm When A Terminal Is Demolished Or Trigger Alarm For Other Terminal Linkages. Support Alarm Task To Automatically Cancel The Alarm Function. Xiv. Support External Power Management Of Audio Terminals, Timing Switch O,n And Delay Off. Xv. Support Light Control And The Light Mode Configuration. Xvi. Support All Zones, Part Of The Zones Fire Linkage, N±n Fire Mode, Manual Alarm And Digital Alarm Mixing, Alarm Configuration To Trigger Terminal Collection Tasks Xvii. Support Terminals’ Login Password Central Management, Multiple Priority Management, Easy Automatic Authorization, Task Priority, Terminal Priority, And User Priority Customization. Xviii. Support Sub-control Management Of Multi-users And Arbitrary Degrees To Achieve Remote Program Broadcasting Management. Xix. Support Multi-user, Multi-level, Specified Permissions, Specified Functions, And Specified Terminals To Classify And Manage The Background. Xx. The Terminals Support Three-wire And Four-wire Volume Control Functions; The Four-wire Volume Control Needs An External Power Supply. Xxi. Support To Set The Zones And Control The Power To The 8-channel Terminal Through Web Background Or Sub-control Client Side. Xxii. Support To Set The Time Display In The Terminals Can Set 0 - 6 Level Brightness Value, It Can Realize No Time Display Mode When The Terminal Is Offline. Xxiii. Support Broadcast, Intercom, Real-time Acquisition, Terminal Monitoring ,and Recording. Xxiv. Support Remote On-demand Operation By Remote Controller. Xxv. Support Terminal Audio Acquisition And Broadcast Function. Xxvi. Support Local Audio Collection Function, The Local File Can Be Played To Any Designated Terminal. Xxvii. Support Scheduled Offline Ringing Function, Which Enables The Terminal To Perform Scheduled Ringing Tasks When The Network Is Disconnected Xxviii. Support Offline Downloading Of Ringing Tasks; Xxix. Support To Clear The Offline Tasks On The Terminals. Xxx. Support The Telephone Broadcasting Function, Realize The Function That The Telephone Initiates All Zone Broadcasting Or Part Of The Zones Or Single Zone Broadcasting. Xxxi. Support Remote Firmware Upgrade To The Terminal, No Need To Upgrade Locally, Which Can Reduce The Maintenance Work. Xxxii. Support Background Skin Change Function, You Can Switch Skin Themes Freely According To Your Preference. Xxxiii. Support Terminal Details Exporting Function, Support To Export The Configuration Details Of The Current System Terminal By Table. Xxxiv. Support Batch Modification Of The Time Of Scheduled Tasks And Execution Terminal. Xxxv. Support Sdk Kits, Standard Mfc Dynamic Link Libraries, And Http Protocols To Achieve Integration With Third-party Platforms. Xxxvi. Support The Terminal To Self-define The Area Division, Realizing The Management Of The Terminal’s Real-time Status According To Different Zones. Xxxvii. The Log Records The System Operation Status And Records The System Operation And Terminal Working Status In Real-time. Each Paging, Call, And Broadcast Operation Is Recorded. Xxxviii. The System Is Compatible With Any Network Structure Such As Router, Switch, Bridge Gateway, Modem, Internet, 2g, 3g, And 4g. Xxxix. Windows Service Mode, Support Win7, Server2008, And Higher Systems. Xl. It Uses The Background System Service To Run, Which Is An Enterprise-level Standard Server Working Mode. The System Can Run Automatically When The System Is Turned On. It Has Higher Stability And Reliability Than The Software Running In The Foreground Of The Interface. B. One (1) Unit - Desktop Computer I. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4gb Vram, Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Peripherals: Power Cords, Keyboard & Optical Mouse Viii. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Ix. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) X. Operating System (os): Windows 11 Pro Or Higher Xi. Warranty: 1 Year Courier Or Carry-in C. One (1) Unit - 2kva Ups I. Must Have Capacity 2000va Ii. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac Iii. Must Support Voltage Range 140vac~290vac 81vac~145vac Iv. Must Have A Rated Frequency Range Of 50hz Or 60hz V. Must Have Output Voltage 220/230/240 Vac 110/120 Vac Vi. Must Have Ac Voltage Regulation (batt. Mode) ±10% Vii. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz Viii. Must Transfer Time 2-6ms Ix. Must Support Battery Type & Number 12 V/9 Ah X 2 X. Must Charging Voltage 27.4v±1% Xi. Must Have Indicators: Battery Mode Green Lighting, Ac Mode Green Lighting Xii. Must Have Alarm: Battery Mode Sounding Every 10 Seconds Xiii. Must Have A Low Battery Sounding Every Second Xiv. Must Have Overload Sounding Every 0.5 Second Xv. Must Have Fault Continuously Sounding Xvi. Must Have Protection: Full Protection Overload, Discharge, And Overcharge Protection Xvii. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) Xviii. Must Operating Humidity 0~90% Rh(non-condensing) D. Two (2) Units - Desktop Intercom Paging Microphone I. With Desktop Design, It’s Built-in 7-inch Resistance Touch Screen By 800 × 480 Dot Matrix K600 + Kernel 65k Color, To Fulfill Clear Display And Sensitive Touch. Ii. With Numeric And Function Keys Interface. Iii. Support Paging To Single Or Multiple Zones, All Zones. Support Direct Paging Or Intercom With Terminal, Support Environmental Monitoring To Any Terminal, With Distance Up To 5 Meters. Iv. With Embedded Computer Technology And Dsp Audio Processing Technology, High-speed Industrial-grade Chips. V. Built-in 1 Channel Network Hardware Audio Decoding Module That Supports Tcp / Ip, Udp, Igmp (multicast) Protocol To Achieve 16-bit Stereo Cd Quality Network Audio Signal Transmission. Vi. It Is Compatible With Routers, Switches, Bridges, Gateways, Modem, Internet, 2g, 3g, 4g, Multicast, Unicast, And Other Arbitrary Network Structures. Vii. Support Full-duplex Two-way Intercom Function, Built-in Network Echo Cancellation Module. Viii. Support Two-way Intercom Between The Terminals, With A Network Delay Of Less Than 100ms, And Suppress The Network Echo Howling Completely. Ix. Support Hints Of Asking For Help Signal Ringing And Flashing Lights, One Key To Accept The Call, Intercom, Hands-free Calls And Receive Broadcast, To Achieve Quick Links. X. Support Multiple Paging Modes, Including Paging Waiting, Paging Forwarding, And Answer Reminding. Xi. Support For Answering Automatically, Manual Answering, And Support For Custom Answer Tone. Xii. Support The User-defined Setting Of Time For Call Forwarding, No Answer, And Call Waiting. Xiii. Built-in 2w Full-frequency Hi-fi Speaker, To Fulfill Two-way Conversation And Network Monitoring. Xiv. One Φ3.5 Headphone Jack And One Φ3.5 Mic Input Socket, Matching 95% Headphones And A Portable Microphone In The Market. Xv. With One Line Output For External Amplifier Expansion, And One Line Input For More Audio Source Transmission. Xvi. One-way Alarm Output For Short Circuit Trigger Can Be Cascaded With An External Alarm Device Or Access Control; One-way Short Circuit Input Can Be Used To Trigger Preset Voice Prompts (or Alarm) And Also Can Be Used To Control The Access Control To Linkage With Input Short-circuit Signal. Xvii. The Digital Products Are More Convenient For Extension, With No Limit By The Geographical Position, No Need To Increase Management Equipment In The Control Center, Sharing Network To Save Cabling And Simple Installation. Xviii. It Supports Remote Updating To The Hardware Terminal, With No Need To Upgrade Locally, To Reduce Maintenance Work And Make Simpler Operation. Xix. With 10 Buttons, Supports Customized One-button Paging And One-button Broadcasting. E. Twenty (20) Units - Wall Mount Speakers 30w I. The Equipment Is Designed With Embedded Computer Technology And Dsp Audio Processing Technology. Ii. Built-in 1-channel Network Hardware Audio Decoding Module, Supports Tcp/ip, Udp Protocol, Realizes The Network Transmission Of 16-bit Cd Audio Signal. Iii. Supporting Poe (ieee 802.3af) Power Supply Mode, Only One Network Cable Is Needed To Connect To The Poe Switch, So The Operation Is Simple And Convenient. Iv. Equipped With A Dc 24v Standby Power Interface, It Is Suitable For Power Supply When Power Demand Is Greater Than 10w Or For Non-poe Networks. V. Digital Power Amplifiers With Intelligent Gain Adjustment, Adaptive Power Supply, And Automatic Power Adjustment Are Always In The State Of Performance Optimization And Efficiency Maximization. Vi. Full-band, High-sensitivity Amplifier Unit With Abundant Power And High Fidelity. Vii. Compatible With Any Network Architecture Such As Router, Switch, Bridge Gateway, Modem, Internet, 2g, 3g, And 4g. Viii. Supporting The Broadcasting System To Upgrade The Terminal Firmware Remotely, Without Upgrading To The Terminal Locally, So As To Reduce The Work Intensity Of Maintenance. F. Forty-six (46) Units - Outdoor Column Speaker 20w I. Outdoor Waterproof Column Speaker, Streamlined Design. Ii. The Shell Is Made Of One-piece Thickened Aluminum Alloy, Which Can Effectively Reduce The Resonance Of The Cabinet When The Sound Pressure Is High, And The Surface Adopts Outdoor Powder Spraying To Prolong The Service Life. Iii. The Mesh Cover Is Made Of Aluminum Alloy, One-piece Stamping, And Covered With A High Acoustic Sponge, Further Improving The Waterproof Performance And Increasing The Service Life. Iv. Using Six 2.5-inch Full-range Speaker Units, Bearing High Power, Low Distortion, And Excellent Vocal Performance. V. Built-in High-performance 100v Audio Transformer, Which Can Reduce The Loss In The Circuit Due To Impedance. Vi. Using High-quality Wires, It Can Be Used At Full Load For A Long Time, With Good Anti-scald And Conductivity Capabilities. Vii. L-shaped Bracket Design, Convenient And Flexible Adjustment Scheduling, User-friendly Operation, And Installation Debugging. 3. One (1) Lot - Roughing-in Materials 4. One (1) Lot - Scope Of Works I. Device Installation And Termination Ii. Cable Testing And Tracing Iii. Technical Configuration, Testing, Commissioning, System Configuration, Training, System Design, And System Management. 5. One (1) Service - Network Design, Consultation (signed By Pece) And Permits 6. One (1) Service - Project Management Services 7. One (1) Service - Switch & Access Point Installation 8. One (1) Service - Network Configuration Services 9. One (1) Service - Training And Knowledge Transfer 10. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 11. One (1) Service - Temporary Facility (temfacil), Field Office 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. Two (2) Years - Warranty E.24 E-library Infrastructure 1. Twenty (20) Units – Desktop Computers A. Processor: Intel I5 Or Amd Ryzen 5 Processor (or Higher) B. Memory: 8 Gb Ddr4 Or Higher C. Form Factor: Tower D. Storage: At Least 500 Gb Ssd (or Higher) E. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) F. Display: At Least 23.8” Hd Led Display (or Higher) G. Peripherals: Power Cords, Keyboard & Optical Mouse H. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch I. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) J. Operating System (os): Windows 11 Or Higher K. Warranty: 1 Year Courier Or Carry-in L. Must Have 650va Ups 2. Twenty (20) Units – Desktop Computers Headphones A. Audio Specifications Must Have, Frequency Response: 20 Hz To 20,000 Hz (standard Range For Human Hearing), Impedance: 32 Ohms (standard For Most Headsets; Higher Impedance May Be Better For High-end Audio), Sensitivity: 90-120 Db (decibels) At 1 Mw For Sound Level, Driver Size: 30-50 Mm (larger Drivers Often Provide A Better Bass Response), Sound Output: Stereo Or 7.1 Surround Sound (for Gaming And Multimedia), Total Harmonic Distortion (thd): Less Than 1% (minimizes Audio Distortion), Noise-canceling: Active (anc) Or Passive, B. Microphone Specifications Must Have, Type: Omnidirectional Or Unidirectional, Frequency Response: 100 Hz To 10,000 Hz, Sensitivity: -38 Db ± 3 Db, Noise Cancellation: Active Or Passive Noise-canceling Microphone, Mute Function: Usually Included For Easy On/off Control, C. Connectivity Wired: 3.5 Mm Audio Jack, Usb (type-a Or Type-c) D. Controls Volume Control: On-ear Cup Or Inline Volume Adjustment, Playback Control: Some Models Allow Pause/play/skip For Media. 3. One (1) Lot - Roughing-ins Materials 4. One (1) Service - Project Management Services 5. One (1) Service - User's Training & Knowledge Transfer 6. One (1) Service - User Training 7. One (1) Service - Manpower Cost 8. One (1) Service - Mobilization Cost 9. One (1) Service- Forwarding Cost 10. One (1) - Temporary Facility (temfacil) 11. One (1) Service - Desktop Installation/software Setup And Configuration 12. One (1) Year - Support Warranty E.25 E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 1. Twenty (20) Units - Smart Tv A. Screen Size: 65” B. Resolutions: 3840x2160, Picture Quality: 4, Brightness Detection C. Ultimate Dimming, Contrast Enhancer, Adaptive Sound D. Multi-device Experience, Hdmi At Least Two (2) Port, Bluetooth E. Usb At Least One (1) Port, Wireless Lan Built-in, F. Power-supply: Ac100-240v~ 50/60hz 2. Eight (8) Unit – Smart Led Solar Powered Light I. Independent Distributed Power Supply System Ii. Solar Powered W/ Smart Sensors Iii. High Quality Lithium Battery Iv. Input Voltage Ac 110~220v (+/-10%) V. Pole-mounted Installation Vi. Mounting: Ground Structured Support For Outdoor Smart Led Solar Powered Light 3. Eleven (11) Units - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10;android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panel Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce 4. Eleven (11) Units - Ups A. Must Have Capacity 1500va/900w B. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac C. Must Support Voltage Range 140vac~290vac 81vac~145vac D. Must Have A Rated Frequency Range Of 50hz Or 60hz E. Must Have Output Voltage 220/230/240 Vac 110/120 Vac F. Must Have Ac Voltage Regulation (batt. Mode) ±10% G. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz H. Must Transfer Time 2-6ms I. Must Support Battery Type & Number 12 V/9 Ah X 2 J. Must Charging Voltage 27.4v±1% K. Must Have Alarm: Battery Mode Sounding, Low Battery Sounding, Overload Sounding, And Fault Continuously Sounding L. Must Have Protection: Full Protection Overload, Discharge, And Overcharge Protection M. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) 5. Biometric And Door Access With Connectivity (restricted Rooms And Offices Only) A. Eighty-six (86) Units - Fingerprint And Card Reader I. Must Have Rs-485 Protocol1 Ii. Must Support Mifare 13.56 Mhz Card Or Fingerprint Iii. Must Store Up To 3,000 Fingerprints Iv. Must Have Watchdog Function For Tamper Detection V. Must Have Audible And Visual Indicators Vi. Must Support Surface-mount Installation Vii. Must Support Unlock Mode Ic Card, Fingerprint, Combination Viii. Must Have Card Reader Format 13.56 Mhz Mifare Ix. Must Have Response Time 0.1s B. Eighty-six (86) Units - Access Controller I. Must Have Tcp/ip Communication. Ii. Must Support Communication Protocols Rs-485 And Wiegand. Iii. Must Support Storing 100,000 User And 500,000 Card-swiping Records. Iv. Must Support Multi-door Interlock, Multi-user Unlock, Aand Nti-passback. V. Must Support Remote Unlock. Vi. Must Support Reader Tamper Alarm, Intrusion Alarm, Unlocking Timeout Vii. Must Have An Alarm, Duress Alarm, Invalid Card Exceeding Threshold Alarm, And Incorrect Password Alarm. Viii. Must Support Built-in Rtc, Manual Time Fixing, And Automatic Time Fixing. Ix. Must Support Online Upgrades. X. Must Support A Watchdog Mechanism To Ensure The Operation Stability. C. Eighty-six (86) Units - Ups I. Must Have Capacity 1500va/900w Ii. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac Iii. Must Support Voltage Range 140vac~290vac 81vac~145vac Iv. Must Have A Rated Frequency Range Of 50hz Or 60hz V. Must Have Output Voltage 220/230/240 Vac 110/120 Vac Vi. Must Have Ac Voltage Regulation (batt. Mode) ±10% Vii. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz Viii. Must Transfer Time 2-6ms Ix. Must Support Battery Type & Number 12 V/9 Ah X 2 X. Must Charging Voltage 27.4v±1% Xi. Must Have Alarm: Battery Mode Sounding, Low Battery Sounding, Overload Sounding, And Fault Continuously Sounding Xii. Must Have Protection: Full Protection Overload, Discharge And Overcharge Protection Xiii. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) D. Ninety-eight (98) Units - Electromagnetic Lock I. The Casing Must Made Of Aluminum Alloy Ii. Must Have The Following Functions: Signal Output Com/no/nc, Door Status Detection 1, Relay Iii. Must Have Tension Up To 280 Kg (617.29 Lb), Tensile Force Iv. Must Have Anti-corrosion Level Basic Protection E. Ninety-eight (98) Units - Bracket For Door I. Must Support Up To 280kg Magnetic Lock Ii. Must The Material: High Strength Aluminum Alloy Iii. Must Support Door Type: Wooden, Metal, Fire Door Iv. Must Support Open Way: 90°/180° F. Eight (8) Units - Card Enrollment Reader I. Must Be Equipped With The 32-bit High-speed Processor Ii. Must Have A Built-in Audible Beeper Iii. Must Support Read Format 13.56mhz 125khz Iv. Must Have Read Range 3cm-5cm (max.) V. Must Have Communication Interface Usb To Pc Vi. Must Have Power Supply 5v Dc/100ma Vii. Must Have Ce And Fcc Certificates G. Five Hundred (500) Pcs - Laminated Integrated Circuit (ic) Card I. Must Have Read/write Function Ii. Must Be Made Of Pvc Material Iii. Must Support Standard: Mifare S50, 13.56 Mhz Iv. Must Have Range: Approximately 10 Cm (3.94 In.) H. Accessories I. Eighty-six (86) Units - Infrared Exit Button 1. Must Have Plastic Or Stainless Steel Case 2. Must Support Working Temperature Is -30°c~+60°c Ii. Eighty-six (86) Units - Emergency Break Glass Button 1. Must Have Nc/no/com Ports 2. Must Support Working Temperature Is -20°c~+55°c I. One (1) Lot - Software Note: Stand-alone 1. Must Have Video Surveillance, Access Control, And Various Attendance Functions. 2. Must Built To Be Versatile, Provide Direct Access To The Web Client, And Feature P2p Linking, Real-time Monitoring, Video Playback, Event Center, Access Control And Attendance, 3. Must Have A Monitoring Screen That Can Be Viewed In Real-time On The Platform. Can Also View Snapshots Taken Of The Monitoring Screen, And Play Video Recordings. 4. Built To Work With Access Control Devices, It Can Be Used To Remotely Open And Close Doors, Access Videos From Cameras, And Remotely Configure Alarm Settings. 5. Works Together With Attendance Devices To Allow You To Manage Shifts, Handle Errors, Configure Settings For Business Trips And Leave Of Absence, And Generate Statistics On Attendance. 6. Access Control: Device Type Face Recognition Access Terminal (asi), Access Controller, (asc), Time & Attendance Terminal (asa), Number Of People 1000, Time Template 128, Time Period Up To 4, Holiday Plan Up To 16, Anti-passback Group Max. 2, First Card Unlock Record Max. 64, Multi Card Unlock Record Max. 64, Inter-door Lock Record Max. 64, Real-time Event Display Max. 100 J. One (1) Unit - Desktop Computer 1. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) 2. Memory: 16 Gb Ddr4 Or Higher 3. Form Factor: Tower 4. Storage: At Least 500 Gb Ssd (or Higher) 5. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) 6. Display: At Least 23.8” Hd Led Display (or Higher) 7. Peripherals: Power Cords, Keyboard & Optical Mouse 8. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch 9. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) 10. Operating System (os): Windows 11 Pro Or Higher 11. Warranty: 1 Year Courier Or Carry-in 12. Must Have 1*1500va Ups 6. Thirty (30) Units - Biometric For Employees With Connectivity For Time-in And Timeout A. Thirty (30) Units - Biometric - Time & Attendance I. Must Support Up To 1.500 Fingerprints, Up To 100.000 Record,s And Up To 2.000 Cards (optional). Ii. Must Support Multi-languages. Iii. Must Have Communication: Tcp/ip, Usb-host, Wi-fi (optional). Iv. Must Have High Verification Speed. V. Must Have Professional Firmware And Platform. B. One (1) Lot - Management Software Note: Included In Hris And Payroll Management System C. One (1) Unit - Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Peripherals: Power Cords, Keyboard & Optical Mouse Viii. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Ix. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) X. Operating System (os): Windows 11 Or Higher Xi. Warranty: 1 Year Courier Or Carry-in Xii. Must Have 1*650va Ups 7. One (1) Site - Electrical Works Temporary Facility (temfacil) 8. One (1) Site - Structured Cabling (including External Cabling) / Roughing - In 9. One (1) Service - Smart Tv Installation 10. One (1) Service - Smartboard Installation, Setup, And Configuration 11. One (1) Site - Installation Components (biometric Installation, Setup, And Configuration) 12. One (1) Service - Project Management Services 13. One (1) Service - User's Training & Knowledge Transfer 14. One (1) Service - Manpower Cost 15. One (1) Service Mobilization Cost 16. One (1) Service - Forwarding Cost 17. One (1) Year - Extended Support Warranty E.26 Software And Network Laboratories 1. Twenty (20) Units - Desktop Computers A. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in 2. Four (4) Units - Interactive Smart Tv ( 65") A. Screen Size: 65” B. Resolutions: 3840x2160 C. Picture Quality: 4 D. Brightness Detection E. Ultimate Dimming F. Contrast Enhancer G. Adaptive Sound H. Multi-device Experience I. Hdmi At Least Two (2) Port J. Usb At Least One (1) Port K. Wireless Lan Built-in L. Bluetooth M. Power-supply: Ac100-240v~ 50/60hz 3. One (1) Unit - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10;android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panels Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce B. Ops I5 8+256 Win 10 C. Screen Sharingdongle 4. One (1) Unit - 1500va/900w Line-interactive Ups 5. One (1) Lot - Roughing-ins Materials 6. One (1) Service - Project Management 7. One (1) Service - Temporary Facility (temfacil) For 30 Days 8. One (1) Service - Smart Board Installation, Set Up, And Configuration 9. One (1) Service - Training And Knowledge Transfer 10. One (1) Service - Smart Tv Installation 11. One (1) Service - Desktop Installation/software Setup And Configuration 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost, Demobilization 14. One (1) Service - Forwarding Cost 15. One (1) Service - Cabling Works 16. One (1) Lot - Structured Cabling (including External Cabling) 17. One (1) Year - Support Warranty E.27 Smart Function Hall 1. Smart Function Hall (audio System) A. Six (6) Units - Active Speakers I. Power: 1300w Peak, 650w Rms Ii. Lf Driver: 12" Ferrite Woofer Iii. Hf Driver: 1" Neodymium Tweeter Iv. Frequency Range: 50hz - 20khz V. Maximum Spl: 127db Vi. Mounting Options: Suspension Points, Pole Socket, Universal Yoke Mount B. One (1) Unit - Digital Mixer With Ipad Controller I. Channels: 32 Input, 40 Mix Channels Ii. Inputs: 8 X Xlr, 8 X Xlr-1/4" Combo, 1 X Dual Rca Stereo Iii. Outputs: 2 X Xlr, 1 X Xlr (mono Sum), 6 X Xlr (mix Out) Iv. Effects: Flex Fx Multi-effects Processor, 4 Effects Slots V. Control: Touch-sensitive Motorized Faders, Daw Control C. One (1) Set - Control Room Monitor Speakers I. Driver: 6.5" Composite Cone Lf, 1.25" Silk Tweeter Hf Ii. Power: 130w Rms Iii. Frequency Response: 42hz - 20khz Iv. Maximum Spl: 104db D. Two (2) Units - Wireless Microphones With Stands I. Frequency Response: 50hz - 20khz Ii. Operating Range: 300 Ft Line-of-sight Iii. Battery Life: Up To 14 Hours E. Four (4) Units - Wired Microphones With Stands I. Frequency Response: 50hz - 15khz Ii. Max Spl: 94db Spl F. One (1) Unit - Rack Mount Server I. Cpu: Intel I7 12th Gen Ii. Ram: 32gb Iii. Storage: 1tb Sata, 500gb Ssd Iv. Graphics Cards: 4 G. One (1) Unit - Ptz Camera Ai Auto Tracking I. Resolution: Uhd 4k, 1080p Signal Format Ii. Zoom: 30x Optical, 16x Digital Iii. Connectivity: Ethernet, Hdmi, 3g-sdi H. One (1) Unit - Ptz Camera Controller With Lcd Screen I. Control: Ndi, Ip, And Serial Control Ii. Protocols: Visca, Pelco-p & D Iii. Compatibility: Sony, Newtek Iv. Display: Lcd Screen For Real-time Status I. One (1) Lot - Cabling And Installation Smart Function Hall 2. Smart Function Hall (indoor Video Wall) A. One (1) Lot - Led Panel I. Must Have 4.2x2.025m P0.9375 Indoor Led Screen Ii. Led Lamp Parameter: Color Configuration: Rgb 3in1, Color: Red, Green, Blue, Luminance: 990-1210 Mcd, 1980-2420 Mcd, 495-605 Mcd, Viewing Angle: 160º/160º, Wavelength: 625-630 Nm, 520-525 Nm, 465-470 Nm Iii. Must Have Led Module Parameter: Pixel Pitch(mm) 0.9375, Iv. Pixel Configuration Cob, Module Size(mm) W 300 H 168.75, Module Resolution(dots) W 320 H 180, Drive Ic Icn1069 V. Must Have Led Cabinet Parameter: Cabinet Size (mm) W 600 H 337.5, Cabinet Resolution (dots) W 640 H 360, Cabinet Pixels (dots) 230400, Cabinet Material Die Casting Aluminum, Cabinet Weight (kg) 4.8 Vi. Must Have Led Screen Parameter: Screen Size(m)w 4.2 W 2.025 H, Screen Resolution(dots)w 4480 W 2160 H, Cabinet Quantity(pc)w 7 W 6 H, Pixel Density(pixel/m2) 1137778, Brightness(cd/m2) 600, Brightness Adjusted 256 Grade By Software Or By Auto-optic Induced, Driving Method 1/46 Scan Display Color 439, 804, 651, 110, Viewing Distance (m) ≥0.9375m, View Angle Horizontal 160°; Vertical 160° Color Contrast Ratio 5000:1, Gray Grade 16bit, Refresh Frequency (hz) 3840, Protective Grade Ip43, Working Temperature(ºc) -30~+70, Stored Temperature (ºc) -40~+80, Operation Humidity(rh) 0-95%, Lifetime 100,000 Hrs Maintenance Front Side Working Voltage Ac110 / Ac220v±10% 47~63hz, Power Consumption Max: 800w/㎡ ; Ave:310w/㎡" B. One (1) Lot - Controller I. Must Have Three Kinds Of Led 4k Sending Cards: (1) − H_20xrj45 Sending Card Loads Up To 13,000,000 Pixels, (2) − H_16xrj45+2xfiber Sending Card Loads Up To 10,400,000 Pixels And Provides Two Opt Ports That Copy The Outputs On Ethernet Ports, (3) − H_4xfiber Sending Card Loads Up To 20,800,000 Pixels And Supports Three Working Modes, Including Independent, Copy And Backup. The Three Cards Mentioned Above Cannot Be Used Together To Load The Same Screen. Ii. Must Have Multi-capacity Configuration On A Single Card Slot: − 4x 2k×1k@60hz, − 2x 4k×1k@60hz, − 1x 4k×2k@60hz Iii. Must Have A Simple Screen Configuration Using A Single Card And Connector Iv. Must Have Online Status Monitoring Of All Input And Output Cards V. Must Have Hot-swappable Input And Output Cards Vi. Must Have An H_2xrj45 Ip Input Card That Supports Up To 512 Ip Camera Inputs And Input Mosaic. Vii. Must Have Auto Decryption Of Hdcp-encrypted Sources Viii. Must Have Decimal Frame Rates Supported Ix. Must Have Hdr10 And Hlg Processing X. Each Screen Can Have Its Own Output Resolution. Xi. Must-have Output Mosaic: Adopts The Frame Synchronization Technology, Which Ensures All The Output Connectors Output The Image Synchronously, And The Image Is Complete And Played Smoothly, Without Any Stuck, Frame Loss, Tearing, Or Piercing. Xii. Must Support Irregular Screen Configuration: Supports Irregular Rectangle Mosaic Without Any Limitations. Xiii. Must Have Input Source Grouping Management Xiv. Must Have Eye-saver Mode: Display The Image In A Warmer But Less Bright Way To Relieve Eye Strain. Xv. Lcd Bezel Compensation Xvi. Must Have Multi-layer Display: A Single Card Supports 16x 2k Layers, 8x Dl, Layers, Or 4x 4k Layers. All Layers Support Cross-connector Output And The Layer Quantity Is Not Reduced For Cross-connector Output. Xvii. Must Have High-definition Scrolling Text, Customize The Scrolling Text Content, Such As Slogans Or Notification Messages, And Set The Text Style, Scrolling Direction, And Speed. Xviii. Must Support Up To 2,000 Presets: Fade Effect And Seamless Switching Supported, Less Than 60ms Preset Switching Duration Xix. Must Have Scheduled Playback Of Preset Playlist, Set Whether To Add The Presets To Playlist, Which Is Ideal For Monitoring, Exhibitions, Presentations, And Other Applications. Xx. Must Have Osd Settings On A Single Screen And Adjustable, Osd Transparency Xxi. Must Have Bkg Settings, Bkg Images Do Not Occupy The Layer Resources. The Max Width And Height Of A Bkg Image Are Up To 15k And 8k Respectively. Xxii. Must Have Channel Logo Management: Set A Text Or Image Logo For Identifying The Input Source. Xxiii. Must Have Input Source Cropping And Renaming After Cropping, Crop Any Input Source Image And Form A New Input Source After Cropping. Xxiv. Must Have Hdr And 10-bit Video Processing, Allowing For A More Exquisite And Clear Image. Xxv. Must Have Color Adjustment: Output Connector Color And Screen Color Adjustable, Including Brightness, Contrast, Saturation, Hue, And Gamma. Xxvi. Must Have Xr Scenario Control Xxvii. Must Have Low Latency: Reduce The Latency From The Input Source To The Receiving Card To As Low As 1 Frame. Xxviii. Must Have Web Control: Real-time Response And 1000m/100m Self-adaptive Network Control, Allowing For Multi-user Collaboration. Xxix. Must Have Monitoring Of Inputs And Outputs On A Web Page Xxx. Must Support Firmware Updates On A Web Page Xxxi. Must Have Ark Visualized Management And Control Platform App Control On Pad Device. Xxxii. Must Have Self-test For Fault Detection Xxxiii. Must Have Auto-monitoring And Alarms: Supports Hardware Monitoring, Such As Fan Rotation Speed, Module Temperature And Voltage, And Running Status, And Sends Fault Alarms If Necessary. Xxxiv. Must Support An Optional Power Supply For Higher System Reliability. Xxxv. Must Have Backup Design − Backup Between Devices − Backup Between Led 4k Sending Cards. C. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable 8k 10 Meters Iv. Six (6) Units - 1500va/900w Line Interactive Ups D. Three (3) Units - Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Pro Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 3. One (1) Service - Project Management Services 4. One (1) Service - User Acceptance Testing (uat) 5. One (1) Service - User Training And Knowledge Transfer 6. One (1) Service - Manpower Cost 7. One (1) Service - Mobilization Cost 8. One (1) Service - Forwarding Cost 9. One (1) Year- Support Warranty E.28 Econference Room With Video Conferencing 1. Six (6) Units - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10; Android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panels Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce B. Ops I5 8+256 Win 10 C. Screen Sharingdongle’ D. Must Have 6*1500va/900w Line-interactive Ups 2. Four (4) Lots - Microphones, Speakers And Accessories A. Four (4) Units - Full Digital Conference System Controller I. Microphone Capacity: Wired Microphone≤4096: Wireless Microphone≤300 Ii. Simultaneous Interpretation Channel: 63+1 Channels Iii. Frequency Response: 80~16khz Iv. Main Power: 100-120vac / 200-240vac By Switch V. Audio Input: Linein1: 775mvrms Balanced; 2 Output Phoenix Terminals: 775mvrms Balanced; Linein2: 775mvrms Unbalanced Vi. Audio Output: Lineout1: 1vrms Balanced; 16 Multi-function Output Phoenix Terminals: 1vrms Balanced; Lineout2: 1vrms Unbalanced Vii. Output Load >1kω Viii. Extension Port 1 For Connecting Conference System Extension Equipment Ix. Pc Network Port: 1 For Connect To The Computer X. Delegates Output Interface: 4 For Connecting Conference Speaking Units Xi. Rs-232 Interface: 2 Channels, 1 Channel For Camera Tracking, 1 Channel For Docking External Equipment Xii. Rs-485 Interface: 1 For Camera Tracking Xiii. Wired Microphone Connection Method Special Cable (6 Pins) Xiv. Rack Mountable B. Four (4) Units - Audio Processor, Afc Feedback Suppression Function I. The Panel Is Designed With Afc Touch Keys And Working Indicators. Ii. Equipped With 2 Network Ports For Connecting Wireless Ap And Communicating With The Conference Server; Connect To The Digital Conference Server Through Network Protocol To Realize Audio Data Transmission. Iii. With Automated Functions, Including Gain Sharing Type Auto-mixing And Gate Type Auto-mixing. Iv. Support Afc Feedback Suppression Function, Adopt Dual Notch + Frequency Shift Method, Automatically Grab The Howling Point, And Set The Notch Frequency, The Notch Filter Supports 12 Fixed Points + 12 Dynamic Points To Effectively Eliminate The Howling Function. V. With Automatic Gain Function, It Can Effectively Keep The Microphone Volume Within A Certain Dynamic Range. Vi. With The Microphone Voice Activation Function, Set The Tracking Threshold, And The Camera Tracking Function Can Be Realized When The Microphone Speech Reaches The Threshold. Vii. Working With The Digital Conference Server, With The Auto-mixing Function, It Can Support Up To 16 Wired Microphones And 8 Wireless Microphones At The Same Time. Viii. With 1 Xlr Balanced Output And 1 Rca Unbalanced Output. Ix. With 1 Extension Interface, Used To Connect The Extension Port Of The Digital Conference Server. X. With 1rs-232 Communication Interface (camera Tracking), Connected To The Central Controller Or The Camera Tracking Controller To Realize The Speech Camera Tracking Function. Xi. With 1 Rs-485 Communication Interface, Used To Connect Cameras To Achieve Camera Tracking. Xii. With 1 Rs-232 Communication Interface (speech Transcription), Used To Connect A Speech Transcription Server To Realize The Function Of Speech Transcription. Xiii. Simultaneous Turned-on Microphone: 16 Wired Mics + 8 Wireless Mics Xiv. Main Power Supply: 100-240ac/50-60hz Xv. Audio Output: Line Out 1: 1v Xlr Balanced Output ; Line Out 2: 1v Rca Unbalanced Output Xvi. Output Load: >1kω Xvii. Connection Method: Rj45 Network Port Xviii. Rack Mountable C. Four (4) Units - 5g Wifi Full Digital Conference - Chairman Unit I. Adopt A 48khz Sampling Rate, Clear And Bright Sound. Ii. Using Advanced Processing Chip Architecture And A Unique Processing Algorithm, The Microphone Power-on Connection Time Only Takes 5 Seconds. Iii. Support Intelligent Detection Of Faults, Prompting Users Of Ap Faults, Host Communication Faults, And Low Signal Strength. Iv. Support Charging Through Type-c Port, Support 18w Fast Charging, With Smart Indicator Status. V. Support Setting Ssid Function Through Ui. Vi. Support Multi-language Switching, And Uniformly Set Through Pc Software. Vii. The Chairman Unit Has A Speech Timing Function. When The Timing Speech Function Is Turned On, The Chairman Unit Is Not Restricted. Viii. With A Voice Control Function, The Microphone Can Be Turned On Intelligently. Support Adjusting The Sensitivity Of The Voice Control And Setting The Closing Time Through The Software. Ix. Support Sign-in Function, Set And Initiate Through Pc Software. X. Support Conference Voting Function, Five-key Voting, Three-key Voting Function, Flexible And Convenient. Xi. Adopt 128-bit Aes Encryption Technology, Support Wpa/wpa2 Wireless Security Technology, Prevent Eavesdropping And Unauthorized Access, And Provide Higher Confidentiality Of The Conference System. Xii. Using Wireless Transmission Technology, It Only Takes Very Little Time For The Venue Layout To Carry Out Activities. Xiii. The Chairman Has A Priority Function To Turn Off All Speaking Delegate Microphones. Xiv. Equipped With A 3.5mm Headphone Jack For Connecting An External Microphone. Xv. Built-in Lithium Battery, The Battery Capacity Supports 14 Hours Of Continuous Speech. D. Sixty-eight (68) Units - 5g Wifi Full Digital Conference - Delegate Unit I. Adopt A 48khz Sampling Rate, Clear And Bright Sound. Ii. Using Advanced Processing Chip Architecture And A Unique Processing Algorithm, The Microphone Power-on Connection Time Only Takes 5 Seconds. Iii. Support Intelligent Detection Of Faults, Prompting Users Of Ap Faults, Host Communication Faults, And Low Signal Strength. Iv. Support Charging Through Type-c Port, Support 18w Fast Charging, With Smart Indicator Status. V. Support Setting Ssid Function Through Ui. Vi. Support Multi-language Switching, And Uniformly Set Through Pc Software. Vii. Support Speech Timing And Timing Speech Functions, And The Delegate Unit Has The Function Of Applying For Speech. Viii. With A Voice Control Function, The Microphone Can Be Turned On Intelligently. Ix. Support Adjusting The Sensitivity Of The Voice Control And Setting The Closing Time Through The Software. X. Support Sign-in Function, Set And Initiate Through Pc Software. Xi. Support Conference Voting Function, Five-key Voting, Three-key Voting Function, Flexible And Convenient. Xii. Adopt 128-bit Aes Encryption Technology, Support Wpa/wpa2 Wireless Security Technology, Prevent Eavesdropping And Unauthorized Access, And Provide Higher Confidentiality Of The Conference System. Xiii. Using Wireless Transmission Technology, It Only Takes Very Little Time For The Venue Layout To Carry Out Activities. Xiv. The Delegate Unit Can Apply To Speak With The Approval Of The Chairman. Xv. Equipped With A 3.5mm Headphone Jack For Connecting An External Microphone. Xvi. Built-in Lithium Battery, The Battery Capacity Supports 14 Hours Of Continuous Speech. E. Seven (7) Units - Power Charger, With 10 Usb Charger Interfaces Support 18w Charge I. All Usb Ports Of The Charger Can Be Used Simultaneously For Batch Charging Of Devices. Ii. Use A Usb Cable, Connect One End To The Charger And The Other End To The Conference Unit; Support 18w Fast Charging. Iii. With Auto Circuit Protection, All Usb Ports Support Short-circuit Protection And Self-recovery Functions F. Four (4) Units - Ap Transmitter I. Comply With The Wi-fi 6 Protocol Standard (ieee 802.11ax), Backward Compatibility With 802.11a/b/g/n/ac/wave2, Support Mu-mimo, And Allow The Ap To Receive Data From Multiple Terminals At The Same Time. The Maximum Transmission Rate Of The Whole Machine Can Reach 1.601gbps, Effectively Providing Higher-performance Wireless Access Services In Terms Of Coverage, Access Density, And Traffic Throughput. Ii. Support Ofdma Spatial Multiplexing Technology And 1024 Qam Modulation And Demodulation Algorithm, Which Can Provide Faster Wireless Internet Access And Larger Wireless Coverage. Iii. Through The Virtual Wireless Access Point (virtual Ap) Technology, Up To 32 Essids Can Be Provided. Iv. Layer 2 Isolation Can Be Performed On The Subnets Using The Same Ssid Or Under The Same Vlan To Ensure User Data Security. V. Support Wpa3 Security Protocol. Vi. Support 80/160mhz High Bandwidth Frequency Band. Vii. Support Local Power Supply And Poe Remote Power Supply. Viii. It Is Suitable For Ceiling Mounting, Wall Mounting, And Desktop Installation. G. Eight (8) Units - Speaker I. Adopt 1 Mid-woofer And 2 Cone Tweeters. Ii. 12mm Plywood Housing, Lightweight, Wear-resistant Spray Paint Treatment, And Dust-proof Net Cotton Outside. Iii. The Frequency Divider In Precise Design Optimizes The Vocal Mf Performance H. Four (4) Units - Amplifier I. 1u Cabinet Design, Small In Size And Light In Weight. Ii. Adopt The Latest Class D Digital Amplifier Design, With Low Distortion And High Efficiency. Iii. Adopt Switched Power Supply Technology, With High Efficiency. Iv. Adopt A Smart Peak Clipper To Control The Power Module And Speaker System To Work In A Safe Range. V. Designed With Standard Xlr Input Interface And Link Output Interface. Vi. Support Soft Start To Prevent Absorbing Large Currents From The Power Grid During Startup And Interfering With Other Electrical Equipment. Vii. Smart Control Forced Heat Dissipation Design, Low Fan Noise, And High Heat Dissipation Efficiency. Viii. Support Overvoltage Protection, Undervoltage Protection, Overcurrent Protection, Dc Protection, Output Short Circuit Protection, Temperature Control, Fan, And So On. I. Eight (8) Units - Professional Loudspeaker Wall - Mounted Bracket I. Fixed Panel Size: 34×34mm (length×width) Ii. Cabinet Fixed Panel Size: 110mm Iii. Weight: 0.31kg 3. One (1) Lot - Roughing-ins Materials 4. Six (6) Lots - Cabling Works 5. Six (6) Lots - Structured Cabling (including External Cabling) 6. Three (3) Licenses - Video Conferencing System 7. One (1) Service - Project Management Services 8. One (1) Service - User Acceptance Testing (uat) 9. One (1) Service - User's Training & Knowledge Transfer 10. One (1) Service - Manpower Cost 11. One (1) Service - Mobilization Cost 12. One (1) Service - Forwarding Cost 13. One (1) Year - Warranty Iv. Mandatory Technical Requirements/qualifications A. Statement Of Accumulated Similar Completed Government And Private Contracts Within The Last Five (5) Years With A Total Contract Amount Of At Least Php 500,000,000.00 Or 50% Of The Abc. A. Contract Definition Must Be Supported By The Following Documents: I. Copy Of Contract Or Po; Ii. Certificate Of Completion And Acceptance B. The Software Provider (sp) Should Be In The Business Of Software Development For At Least Five (5) Years With At Least Five (5) Completed And Accepted Combined Network And Software Projects. C. The Sp Shall Have At Least One (1) Software Accredited By The Bureau Of Internal Revenue (bir) Either An Inventory System Or Pos System Or Accounting System. D. The Sp Should Have Delivered At Least (2) Government Projects Within The Past 3 Years. E. The Sp’s Technical Director(s) Such As Senior Project Manager, Senior System Project Manager, Senior Network Project Manager, Senior Infrastructure Project Manager Must Have A Project Management Experience Of At Least Five (5) Years. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. F. The Sp Shall Be A Partner/distributor Of The Oem Of The Devices Which Has Been In The Market For At Least 3 Years. G. The Sp’s Program Director Must Have A Project Management Experience Of At Least Five (5) Years, With Itil Service Management Certification Or Training And Fifteen (15) Years Of Experience In Software Architecture - Development, Service Delivery Management, State-of-the-art Network Infrastructure, And Delivered Project(s) In At Least One Of The 500 Fortune Companies Or At Least One Of The Telecommunication Companies In The Philippines. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. H. The Sp’s Software Architect Must Have A Devops Foundation Certification Of At Least Five (5) Years Of Experience. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. I. The Sp’s Security Lead Must Be A Certified Information Systems Security Professional (isc)2 For At Least Ten (10) Years Of Experience And Certified Ethical Hacker (ceh) For At Least Ten (10) Years Of Experience. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. J. The Delivery Period Of The Project Is Two Hundred Eighty (280) Days. V. Progress Billing The Project Milestones Are Identified And Aimed At Improving The Hard, Soft, And Infrastructure Of The Basc Organization Leading To The Following Output And Outcome: 15% : Upon Submission Of Signed Contract 25% : Submission And Acceptance Of Detailed Work Plan And Systems Design 29. University Information System 30. Learning Management System 31. Cashiering System 32. Human Resource Management System & Time Keeping System 33. Payroll Management System 34. Assets & Fleet Management System 35. Document Management System 36. Trouble Ticketing System 37. Queuing / Appointment System 38. Executive Information System 39. Campus Portal System 40. University Library System 41. Econference Room W/ Video Conferencing 42. Internet Connectivity 43. Campus Network System 44. Fiber Optics Works 45. Structured Cabling Works 46. It Security Operations Center & Network Operations Center 47. Campus Data Center Upgrade 48. Data Center Network Switches 49. Data Center Compute System & Data Center Block And File Storage System 50. Data Center Backup And Recovery System 51. Cloud Infrastructure 52. Ip-pabx System 53. Software & Networking Laboratories 54. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 55. E-library Infrastructure 56. Smart Function Hall 26.43% 1st Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 17. It Security Operations Center & Network Operations Center 18. Campus Data Center Upgrade 19. Data Center Network Switches 20. Data Center Compute System & Data Center Block And File Storage System 21. Data Center Backup And Recovery System 22. Ip-pabx System 23. Software & Networking Laboratories 24. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 25. E-library Infrastructure 26. Smart Function Hall 27. Campus Network System 28. Fiber Optics Works 29. Structured Cabling Works 30. Human Resource Management System & Time Keeping System 31. Document Management System 32. Queuing / Appointment System 1st Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 8. Human Resource Management System & Time Keeping System 9. Payroll Management System 10. Assets & Fleet Management System 11. Document Management System 12. Trouble Ticketing System 13. Queuing / Appointment System 14. Campus Portal System 23.57% 2nd Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 4. Internet Connectivity 5. University Library System 6. Econference Room W/ Video Conferencing 2nd Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 6. Cloud Infrastructure 7. University Information System 8. Learning Management System 9. Executive Information System 10. University Library System Hardware Installation, Configuration And Integration 8. Campus Network System 9. Structured Cabling Works 10. It Security Operations Center & Network Operations Center 11. Data Center Network Switches 12. Data Center Backup And Recovery System 13. Ip-pabx System 14. E-library Infrastructure Acceptance Of Volume Testing 14. University Information System 15. Learning Management System 16. Cashiering System 17. Human Resource Management System & Time Keeping System 18. Payroll Management System 19. Assets & Fleet Management System 20. Document Management System 21. Trouble Ticketing System 22. Queuing / Appointment System 23. Executive Information System 24. Campus Portal System 25. University Library System 26. Econference Room W/ Video Conferencing : Completion Of Training 19. University Information System 20. Learning Management System 21. Cashiering System 22. Human Resource Management System & Time Keeping System 23. Payroll Management System 24. Assets & Fleet Management System 25. Document Management System 26. Trouble Ticketing System 27. Queuing / Appointment System 28. Executive Information System 29. Campus Portal System 30. University Library System 31. Econference Room W/ Video Conferencing 32. Campus Network System 33. It Security Operations Center & Network Operations Center 34. Campus Data Center Upgrade 35. Data Center Backup And Recovery System 36. Smart Function Hall 10% : Project Acceptance And Turnover 29. University Information System 30. Learning Management System 31. Cashiering System 32. Human Resource Management System & Time Keeping System 33. Payroll Management System 34. Assets & Fleet Management System 35. Document Management System 36. Trouble Ticketing System 37. Queuing / Appointment System 38. Executive Information System 39. Campus Portal System 40. University Library System 41. Econference Room W/ Video Conferencing 42. Internet Connectivity 43. Campus Network System 44. Fiber Optics Works 45. Structured Cabling Works 46. It Security Operations Center & Network Operations Center 47. Campus Data Center Upgrade 48. Data Center Network Switches 49. Data Center Compute System & Data Center Block And File Storage System 50. Data Center Backup And Recovery System 51. Cloud Infrastructure 52. Ip-pabx System 53. Software & Networking Laboratories 54. E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 55. E-library Infrastructure 56. Smart Function Hall Vi. Warranties And Guarantees A. Software – At Least 1-year License Coverage, Starts Upon The First Day Of Acceptance. B. Network And Hardware Support – At Least 1-year Warranty In Parts And Labor Upon Acceptance, Onsite 24x7x365. C. Db Services – At Least 1-year License Coverage, Starts Upon Delivery And Installation. D. Implementation Services – At Least 1 Year Of License Coverage With 1,000 Users. E. Technical Support – Local 24x7x365 Online/onsite Support For At Least 1 Year. F. Onsite Support – Within 8 Hours From Receipt Of The Notice, Spare Parts Ready If Necessary. G. Supply Of Spare Parts – Availability Of Parts Shall Be Within 72 Hours. H. Provision Of Service Units If The Repair Will Exceed 3 Days. I. Sp Shall Provide A Testing Facility For Functionality Demonstration. Vii. Training The Project Supports The Capacity Building For Top-level Managers, Trainers, Developers, Network/systems/database/security Administrators, Hardware Maintenance And Troubleshooting. Training For A Minimum Of 10 Persons Per Component/system For The Following Categories: A. 3 -top-level Management – Designed For The Basc Executives B. 10 - Trainers – Specifically For The Trainers Of The Basc To Ensure Continuous Training To End-users. C. 10 - Network/systems/database/security Administrators - Training Designed For Administrators To Ensure 24x7x365 Monitoring Of The Services As Well As Prompt Response As Needed. D. 10 - End-user Training Is Designed For The Users Of The System And/or Encoders. Viii. Manpower The Proposed Project Team Shall Be Composed Of Experts And Specialists As Indicated In The Table Below. The Roster Shall Include A Minimum Of 19 Distinct Physical Persons. There Shall Be No Overlapping Of Functions. In This Respect, The Persons’ Names And Functions Shall Be Explicitly Specified. However, The Sp Has The Option To Add More Personnel Depending On His Work Strategy. The Curriculum Vitae Shall Be Signed By The Person. They Will Closely Collaborate And Coordinate With The Project Management Team Of The Basc. Personnel Role / Qualification Min. No. Program Director Point Person For Issues And Concerns About The Contract And Deliverables. With Project Management Experience Of At Least Ten (10) Years, Cs/it/engineering Degree Or Equivalent. 1 Senior Project Manager With Project Management Experience Spanning Seven (7) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Business Analysts. With Servicenow Certification For Certified System Administrator. 1 Senior System Project Manager With Project Management Experience Spanning Five (5) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Developers. With A Itil Service Management Certification, Cs/it/engineering Degree Or Equivalent. 1 Senior Network Project Manager With At Least Seven (7) Years Of Experience In Planning, Implementing, And Maintaining It Networks. With A Network Cable Installer Certification And A Jablotron 100+ Alarm System Training Course Certification. With A Cs/it/engineering Degree Or Equivalent. 1 Senior Infrastructure Project Manager With At Least Seven (7) Years Of Experience In Taking Charge Of The Planning, Implementation, And Maintenance Of Infrastructure And Service Delivery Management. With A Microsoft Certified Professional Certification With A Cs/it/engineering Degree Or Equivalent. 1 Senior Project Manager For Peripherals With At Least Seven (7) Years Of Experience In Project Management With A Focus On It Networks, Infrastructure, And Peripherals (biometrics, Cctv, And Alarm Systems). With A Fiber Optic Preparation & Splicing And Jablotron 100+ Alarm System Training Course Certification With A Cs/it/engineering Degree Or Equivalent. 1 Business Analyst Person In Charge Of The Business And System Specifications With Experience In Systems Analysis And Design. With A Cs/it/engineering Degree Or Equivalent. 4 Enterprise/ Software Architect Person In Charge Of System Architecture And Structural Design With At Least Ten (10) Years Of Experience In Software Architecture And Development. Microsoft Office Sharepoint Server 2007, Application Development Certification Of At Least Three (3) Years Or Openspan Certified Developer Certification Of At Least Ten (10) Years. With A Cs/it/engineering Degree Or Equivalent. 2 Systems Analyst/ Developers Person In Charge Of The System Specifications With At Least Three (3) Years Of Experience In Systems Analysis And Design. Basic React Programming Certification Or With A Cs/it/engineering Degree Or Equivalent. 9 Senior Database Administrator Person In Charge Of Installing, Administering, Maintaining, And Performance Tuning Databases With At Least Seven (7) Years Of Experience In Rdbms. With A Cs/it/engineering Degree Or Equivalent. 2 Senior Security Analyst Person In Charge Of Securing And Administering Smart Campus Security System With At Least Seven (7) Years Of Experience In It Security. With A Cs/it/engineering Degree Or Equivalent. Certified Information Systems Security Professional (isc) And Certified Ethical Hacker (ceh). 1 Quality Assurance Manager With Quality Assurance Experience Spanning Three (3) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Developers. With A Cs/it/engineering Degree Or Equivalent. 4 Operations Support Lead With Operations Support Experience Spanning Three (3) Years Of The Same Role In A Customer Service, Help Desk, Technical Support, And/or Call Center. With A Bachelor's Degree Or Equivalent. 1 Help Desk And Technical Support With Operations Support Experience Spanning Two (2) Years Of The Same Role In A Help Desk, Technical Support, And/or Call Center. With A Bachelor's Degree Or Equivalent. 5 Senior Trainers With Trainer Or Teaching Experience Spanning Five (5) Years Of The Same Role In Education Institutions. With A Bachelor's Degree Or Equivalent. 2 Total (minimum Physical Count) 36 Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 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 ⬜ (f) 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 ⬜ (g) 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 ⬜ (h) 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 ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (j) 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 ⬜ (k) 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 ⬜ (l) 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 ⬜ (m) 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. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [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. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: ____________ Project Identification No. 2025-01g To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers______ [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hubin Conformity With The Said Bidding Documents For The Sum Of __________________________________________________________(php____________)[total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2022. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________ Price Schedule Name Of Bidder ____. Invitation To Bid Number 2025-01g Page _____ Of______. 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance 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 Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _________________________ [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address :______________________________________________________________________ Name Of Contract/ Project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstanding Works / Undelivered Portion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : ____________________________________________ Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ * This Form Will Not Apply For Wb Funded Project Bid Securing Declaration Form Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we , The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date:
Closing Date7 Feb 2025
Tender AmountPHP 1 Billion (USD 17.1 Million)
4911-4920 of 4926 archived Tenders