Survey Tenders
Survey Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Combined Synopsis-solicitation
2
description
(i) This Is A Combined Synopsis/solicitation For Exterior Window Cleaning And Sealing At James A. Haley Veterans Hospital (jahvh), 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.
(ii) The Solicitation Number Is 36c24825q0371 And Is Issued As A Request For Quotation (rfq).
(iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 , Effective 1/17/2025.
(iv) This Solicitation Is For A 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Set Aside With Associated Naics Code 561790 - Other Services To Buildings And Dwellings Has A Small Business Size Standard Of $9.0 Million. The Fsc/psc Is Z1az - Maintenance Of Other Administrative Facilities And Service Buildings.
this Solicitation Will Use Comparative Evaluation. Award Will Be Made To The Offeror Determined To Be Acceptable, Price Reasonable, And Is Determined To Best Value To The Government; All Eligible Offerors May Submit Quotes.
to Be Considered As A Service-disabled Veteran Owned Small Business (sdvosb), Prospective Offerors Shall Be A Verified Sdvosb In The Veteran Small Business Certification (vetcert) Pages Veteran Small Business Certification (vetcert)https://veterans.certify.sba.gov/ At The Date And Time Set For Receipt Of Offers.
responses Shall Be On All Or None Basis, No Partial Submissions Will Be Accepted. Quote Must Be Valid For 90 Days. All Offerors Must Be Registered In System For Award Management (sam) At Https://www.sam.gov At Time Offers Are Due To Be Considered For An Award Of A Federal Contract. Registration Must Be Complete And Not Missing Elements Such As Representations And Certifications.
(v) All Interested Companies Shall Provide Quotations For The Following Line-item Numbers (lins):
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
1.00
jb
__________________
__________________
window Exterior Cleaning And Caulking Service For Building 38 At The James A. Haley Veterans Hospital (jahvh). Equipment Will Include Rope And Weighted Rig Descending From Roof.
principal Naics Code: 561790 - Other Services To Buildings And Dwellings
product/service Code: Z1az - Maintenance Of Other Administrative Facilities And Service Buildings
(vi) Jahvh Is Seeking To Receive Window Exterior Cleaning And Caulking Service.
(vii) Place Of Performance/place Of Delivery
james A. Haley Veterans Hospital (jahvh)
13,000 Bruce B. Down Blvd.
tampa, Fl 33612-4745
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/
(viii) The Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
(x) Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. 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.
unique Entity Identifier (uei). Applies To All Quotes That Exceed The Micro-purchase Threshold, And Quotes At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Quoter Must Enter, In The Block With Its Name And Address On The Cover Page Of Its Quote, The Annotation "unique Entity Identifier" Followed By The Unique Entity Identifier That Identifies The Quoters Name And Address. The Quoter Also Must Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Uei. The Suffix Is Assigned At The Discretion Of The Quoter To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpartâ 32.11) For The Same Entity. If The Quoter Does Not Have A Uei, It Should Contact The Entity Designated At Www.sam.gov For Uei Establishment Directly To Obtain One. The Quoter Should Indicate That It Is A Quoter For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Uei.
(ix) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
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 Acceptability: Quote Will Be Evaluated To Determine If The Vendor Provides A Sound, Compliant Approach That Meets The Requirements Of The Performance Work Statement (pws) And Demonstrates A Thorough Understanding Of The Requirements. The Technical And Management Approach 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 Below Section Of The Solicitation.
acceptable - Quote Clearly Meets The Minimum Requirements Of The Solicitation.
unacceptable - Quote Does Not Clearly Meet The Minimum Requirements Of The Solicitation.
appropriate Consideration Will Be Given To The Following:
a. Technical And Management Approach Quoters Shall Provide A Brief Detailed Plan No More Than 10 Pages Describing A Full Understanding Of The Requirements Of This Performance Work Statement (pws). Quoters Has A Clear And Effective Approach.
b. Contractor Qualification - Quoters Shall Provide Their Qualification/certifications Detailing At Least Two Years Successful Experience And/or Operation In The Industry Under Contracts In Similar Size And Scope.
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. The Government May Rely On Internal Documentation Including Contract Performance Assessment Reporting System (cpars) For Supply Being Acquired To Determine Past Performance. If No Record Of Past Performance Is Found In Cpars, The Quoter Shall Not Receive A Favorable Or Unfavorable Rating But Shall Receive A Rating Of Neutral.
price: Price Shall Be Submitted Using On The Vendor S Own Form. 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.
the Following Contract Clauses Apply To This Acquisition:
(xi) Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services .
The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract:
far Number
title
date
52.203-17
contractor Employee Whistleblower Rights
nov 2023
52.204-9
personal Identity Verification Of Contractor Personnel
jan 2011
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
852.203-70
commercial Advertising
may 2018
852.204-70
personal Identity Verification Of Contractor Personnel
may 2020
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (deviation)
jan 2023
852.215-71
evaluation Factor Commitments
oct 2019
(end Of Clause)
va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And Construction (nov 2022)
(a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That -
(1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.]
(i) Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73 Or Vosbs As Set Forth In 852.219-74. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6.
(ii) General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73or Vosbs As Set Forth In 852.219-74. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73 Or Vosbs As Set Forth In 852.219-74. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution.
(3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following:
(i) Referral To The Va Suspension And Debarment Committee;
(ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And
(iii) Prosecution For Violating Section 1001 Of Title 18.
(b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed.
(c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate.
(d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror's Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award.
certification
i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror].
printed Name Of Signee: _______________________________
printed Title Of Signee: _______________________________
signature: _______________________________
date: _______________________________
company Name And Address: _____________________________________________________________________
(xii) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020)
52.204-7 System For Award Management (oct 2018)
52.204-10 Reporting Executive Compensation & First-tier Subcontract Awards (oct 2015)
52.209-6 Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (oct 2015)
52.219-8 Utilization Of Small Business Concerns (sep 2023)
52.219-28 Post Award Small Business Program Representation (jul 2013)
52.222-3 Convict Labor (jun 2003)
52.222-19 Child Labor--cooperation With Authorities And Remedies (feb 2016)
52.222-21 Prohibition Of Segregated Facilities (apr 2015)
52.222-26 Equal Opportunity (apr 2015)
52.222-35 Equal Opportunity For Veterans (jun 2020)
52.222-36 Equal Opportunity For Workers With Disabilities (jul 2014)
52.222-37 Employment Reports On Veterans
52.222-41 Service Contract Labor Standards (aug 2018)
52.222-50 Combating Trafficking In Persons (mar 2015)
52.222-54 Employment Eligibility Verification (may 2022)
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011)
52.225-3 Buy American--free Trade Agreements--israeli Trade Act (may 2014)
52.225-13 Restrictions On Certain Foreign Purchases (june 2008)
52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran Representation And Certifications (jun 2020)
52.232-33 Payment By Electronic Funds Transfer System For Award Management
852.203-70 Commercial Advertising (jan 2008)
852.232-72 Electronic Submission Of Payment Requests
852.233-70 Protest Content/alternative Dispute Resolution (oct 2018)
852.233-71 Alternate Protest Procedure (oct 2018)
852.237-70 Contractor Responsibilities
52.252-2 Clauses Incorporated By Reference (feb 1998)
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/
(xiii) All Responses Must Include Verification That Each Specification Outlined In The Line Items, Pws, And Any Relevant Attachments Is/are Met.
(a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Quoter Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
the Government Reserves The Right To Make No Award If Quote Does Not Meet The Requirements Of This Solicitation.
contractor Is Responsible For Correct Wage Title Classifications Of Their Employees And Compliance With All Applicable Wage And Hour Laws.
the Dol Wage Determination For The Specific Locality Applies To This Solicitation And Any Contract Awarded Is Available At Https://beta.sam.gov/ Please Note The Listing Below Is Not All-inclusive Wage Determination Of Each Area Of Performance. It Is The Contractor S Responsibility To Obtain And Evaluate Each Wage Determination Locality.
florida Counties Of Hernando, Hillsborough, Pasco, Pinellas Wage
wage Determination No.: 2015-4571
revision No.: 25
date Of Last Revision: Dec 23, 2024
the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions.
submission Of Quotes. Quote Should Be Submitted As One Combined Pdf Document At Or Before The Exact Time Specified In Due Date Of This Solicitation By Email To The Point Of Contact Listed Below To Include:
a Quote On Company Letterhead And Any Needed Attachments. Quotes Must Be Submitted On The Vendor S Own Form. To Include (limitation Of Subcontracting Certification)
provide Contractor Name, Uei#, Address, Point Of Contact(s) Name, Phone, And Email. If Not The Manufacturer, Then An Authorized Distributor Letter Needs To Be Provided With Your Quote In Order To Be Considered For The Award (if Applicable).
prices Need To Include Any Fob Destination Shipping Cost. The Government Is Requesting Discounts, Notate Any Discounts.
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.
there Are No Additional Contract Requirements, Terms, Or Conditions.
(xiv) The Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable.
(xv) Quotes Must Be Emailed To Walida.mooresaintil@va.gov And Received No Later Than 2/21/2025 15:00 Pm Est On The Close Date.
(xvi) Point Of Contact: Contact Walida Moore-saintil At Walida.mooresaintil@va.gov ; No Phone Calls Will Be Accepted. No Lates Will Be Accepted.
end Of Document
see Attached Document: Attachment 1 - Pws
Closing Date21 Feb 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Software and IT Solutions
Philippines
Details: Description Invitation To Bid For The Supply, Delivery, Subscription, Installation, And Configuration Of Various Ict Equipment And Network Softwares 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Sixteen Million Four Hundred Thirty-two Thousand Pesos (php16,432,000.00) With Project Identification Number Da-rfo 1-2025-goods-032 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Lot 1: Supply And Delivery Of Various Ict Equipment 7,912,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 2,900,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 4,620,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000,000.00 Total 16,432,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Particulars/descriptions Quantity Unit Cost Total Cost 1 Supply And Delivery Of Ict Equipment For Office Productivity Of Da-rfo 1 Employees 1 Lot 7,912,000.00 7,912,000.00 1) Laptop (high End, Branded) Processor: 13th Gen, 10 Cores, 16 Threads, 24mb Smart Cache, Up To 4.90 Ghz Max Turbo Frequency, 45w Base Power, Maximum Turbopower 105w Display: 15.6inch Fhd (1920x1080), 144hz, Ips-level Memory: 16gb Ddr5-5200 Max 64gb 2 Slots Storage: 1tb M.2 Ssd Slot (nvme Pcie Gen4) Graphics: 4608 Cuda Cores With Boost Clock 1230 - 2175 Mhz, 8gb Gddr6 Webcam: Hd Type (30fps@720p) Communication: Gb Lan 802.11 Ax Wi-fi 6 + Bluetooth V5.2 1x Type-c (usb3.2 Gen1 / Dp) 2x Type-a Usb3.2 Gen1 1x Type-a Usb2.0 Battery: 3-cell 53.5 Battery (whr) Ac Adapter: 200w Adapter Operating System: Licensed Windows 11 4 Units 2) Desktop Computer (high End, Branded) Lga1700 14th Generation Processor Family 20 Mb L3 Cache, 10 Cores, 16 Threads 16gb Ddr4 3200 512gb Nvme Gen 4 Ssd + 1tb Hdd 7200rpm Dedicated 6gb Ddr6 Graphics Card With Wi-fi And Bluetooth With Wireless Keyboard And Mouse Combo With 23.8 Inches Monitor Native 1920 X 1080 With Licensed Windows 11 Os Installed 10 Units 3) Laptop (regular, Branded) 13th Generation Mobile Processor 16gb 4800mhz Ddr5 512 Gb Nvme Ssd 15.6" Full Hd Wireless Ieee 802.11 A/b/g/n+ac+ax Capable 2x Usb Gen 3.2 Ports 1x Usb 3.2 Type C Port Built-in Webcam And Microphone Rechargeable Built-in Li-ion Battery With Licensed Windows 11 Os Installed 19 Units 4) Desktop Computer (regular, Branded) Lga1700 14th Generation Processor Family 8 Gb Memory Ddr5 Memory 512 Gb Nvme Ssd Gen. 4 23.8 Inch Full Hd Native 1920 X 1080 With Mouse And Keyboard With Licensed Windows 11 Os Installed With Lan, Wifi And Bluetooth Vga/dvi-d, Hdmi Or Display Port 14 Units 5) Printer 3-in-1 W/ Adf, A3 Color Printer 800 Nozzles Black, 256 Nozzles Per Color (cmy) Can Print Up To A3+ Size Paper Wifi, Wifi Direct And Ethernet Connection 4800 X 2400 Dpi Hi-speed Usb 2.0 Connectivity Duplex Printing Capable, Up To A3 Scan And Copy Thru Adf Scan And Copy Thru Glass Bed Bi-directional Printing Up To 25 Ipm Printing Speed With Consumables 100-240v Voltage, 50-60hz Frequency 10 Units 6) Portable Printer Print Speed Up To 14ppm With Built-in Battery Colour Lcd Panel Wifi And Wifi Direct Connectivity Bi-directional/uni-directional Printing Hi-speed Usb 2.0 Connectivity 14 Units 7) Multi-function Printer (for Pvc Id Card) Friction Feed Pvc Id Card Printing Enabled Micropiezo Printhead Bi-directional Printing 1.5pl Minimum Ink Droplet Size Maximum Print Resolution Of 5760 X 1440 Dpi With Variable-sized Droplet Technology Usb 2.0 Connection Wireless Capable Esc/p-r, Esc/p Raster Language With Bundled Consumables With Additional 1 Set Extra Consumables 3 Units 8) Multi-function Printer Printer Type: Print, Scan, Copy And Fax Maximum Resolution: 4800 X 1200 Dpi Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Ethernet & Wi-fi Direct Colour Touch Lcd Screen Usb 2.0 Connectivity 15 Units 9) 3-in-1 Network Printer/ Scanner/ Photocopier Printer Type: Print/copy/scan/fax Precisioncore Printhead Bi-directional Printing 4800 X 1200 Dpi Maximum Resolution 2-sided Printing Capable 600 X 600dpi Copy Resolution Friction Paper Feed Front And Rear Tray With Lcd Screen Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Usb 2.0 Connection Ac 220-240v 50-60hz Up To A3 And A3+ Paper Size Cassette Capacity Of 250 Sheets For A4 (80gsm) Rear Capacity Of 20 Sheets For A3+ (80gsm) Up To 5.0 Ipm Scan Speed @200dpi With Bundled Consumables With Additional 1 Extra Set Of Consumables With 1 Piece Maintenance Box 10 Units 10) Dot Matrix Printer Impact Dot Matrix 9-pin Wide Carriage Up To 496cpi Prints Up To 6-part Forms 15,000 Power On Hours Mtbf Usb 2.0, Bi-directional Parallel Supported Bi-direction With Logic Seeking 200 Million Strokes/wire Printhead Life 2 Units 11) Flatbed Scanner Minimum Technical Specifications: Colour Scanner A4 Sheet-fed, 3-pass Duplex Scanner Led Light Source 1,200 X1,200 Dpi Output Resolution 215.9 X 3,048 Mm Maximum Document Size Supports 50 Gsm – 120 Gsm Paper Thickness 50 Sheets Adf Capacity Scan Speed Up To 25ppm/10ipm (300 Dpi) 24 Units 12) Portable Document Scanner A4 Sheet-fed, Simplex Colour Scanner Optical Resolution: 600 X 600 Dpi Output Resolution: 50 – 1,200 Dpi 216 X 1,828.8 Mm Maximum Document Size Contact Image Sensors (cis) Compact Size And Footprint Powered Via Usb, Ac Adapter Or Built-in Battery Scan Speed Up To 4.0sec Per Sheet (on Battery) Usb 2.0, Wi-fi And Wi-fi A/p Mode Connectivity 20 Units 13) Projector (indoor) Native Resolution Full Hd (1080p) Large Screen Projection Up To 391" 3000 Lumens Of Colour And White Brightness Comes With Android Tv™2 Dongle And Chromecast Built-in™ 5w Speaker (with Enclosure) Life (normal / Eco): 6,000 / 12,000 Hours (normal / Eco) F-number: 1.44 Focal Length: 16.4mm Zoom Ratio: 1.0 – 1.35 (digital Zoom) Throw Ratio: 1.19 – 1.61 Usb Type A: 1 (for 2a Power Supply, Firmware Update And Copy Osd Settings) Usb Type B: 1 (for Firmware Update And Copy Osd Settings) Hdmi: 1 (hdcp 1.4) 10 Units 14) Dslr Camera 24.2mp Aps-c Cmos Sensor Dual Pixel Cmos Af Ii 4k30 Video, 4k60 With Crop; Hdr-pq 23 Fps E. Shutter, 15 Fps Mech. Shutter 2.36m-dot Oled Evf 1.04m-dot Vari-angle Touchscreen Lcd Multi-function Shoe, Wi-fi And Bluetooth 18-45mm F/4.5-6.3 Is Stm Lens Lithium-ion Battery Pack Charger For Battery Pack 8 Units 15) Portable Audio System (branded) Digital Wireless Microphone Included Output Power: At Least 1100 Watts 30hz-20khz (-6db) Dynamic Frequency Range With 3.5mm Audio Cable Input Bluetooth Connection Usb Playback Guitar And Microphone Input True Wireless Stereo Using Bluetooth Connection With Rca Output Microphone Specifications: Frequency: 2404 - 2478mhz Encryption: Aes - 128 Working Range: 30m (100ft) Latency: < 12ms Frequency / Channel Selection: Adaptive Channel Selection Frequency Response: 50hz - 15khz Dynamic Range: 100db@ 1k Hz Signal -to -noise: 59dba Thd: < 1% @ 94db Spl, 200 - 10khz Microphone Rechargeable Battery: 600mah, 3.7v Li-ion Battery Dongle Battery: 700mah 3.7v Li-ion Battery Playtime Of Microphone: Up To 20 Hours Playtime Of Dongle: Up To 12 Hours Microphone Battery Charge Time: < 2.5h In Off Mode Dongle Battery Charge Time: < 2.5h In Off Mode Microphone Head: 16mm Ecm Transmitting Power: < 10dbm Receiver Maximum Output Level: < 1v Rms 6 Units 16) Handheld Gps Receiver 2.2" Transflective, 65k Color Tft Display Type 240 X 320 Pixels Display Resolution 25 Hrs Battery Life Ipx7 Water Rating High-sensitivity Receiver 2 Aa Nimh Or Lithium Rechargeable Batteries And Charger Included 30 Units 2 Supply, Delivery And Subscription To Various Ict Software 1 Lot 2,900,000.00 2,900,000.00 1) Graphic Design Platform 1tb Of Cloud Storage 1000 Brand Kits 100m+ Photos, Videos, Graphics, Audio Ai-generated Writing And Designs Unlimited Premium Templates Ai Admin Controls Edit, Comment, And Collaborate In Real-time With Online Customer Support 3-year Subscription *1 Account = 3 Users 5 Units 2) Cad Modeling Software Civil-infrastructure/engineering Design And Documentation Software Supports Computer-aided Design And Building Information Modeling Site And Survey Workflows Drainage Design And Analysis Plan Production And Documentation Intersection Design Corridor, Geotechnical And Terrain Modeling Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 3) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 3 Year Subscription 2 Units 4) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 5) Office Productivity Software On Premise - Open License Graphical User Interface/keyboard Driven Menu System Support In Inserting And Editing 3d Models Support To Scalable Vector Graphics (svg) With Filters Live Preview While Formatting With Built-in Language Translator Support For Touch-enabled Devices, Digital Pens And Mouse For Drawing Shapes, Writing Out Complex Math Problems And Highlighting Text. With Accessibility Checker With Support For International Standards 45 Units 3 Supply, Delivery, Installation And Configuration Of Ict Network Equipment Of Da-rfo 1 1 Lot 4,620,000.00 4,620,000.00 1) Network Firewall Subscription At Least 3yrs Throughput Ngfw, Ips & Threat Protection: 1.6, 2.6 & 1 Gbps Concurrent Ssl-vpn Users: 500 2.2 Gbps Application Control Throughput Capwap Throughput (http 64k): 15gbps Heat Dissipation: At Least 100.6 Btu/h 80plus Compliant Power Supply Efficiency Rating Ports: 2 Ge Rj45 Wan, 4 Ge Rj45 Or Sfp Shared Ports, 1 Console And Usb Port Concurrent Tcp Sessions: 1.5million 10,000 Firewall Policies Throughput Ipsec Vpn: 11.5 Gbps Compliance Fcc Part 15b, Class A, Ce, Rcm, Vcci,ul/cul, Cb, Bsmi Ac Power Supply 100–240v Ac, 50/60 Hz Form Factor (supports Eia/non-eia Standards) Rack Mount, 1 Ru With Complete Accessories & Compatible With Existing Network Setup. 1 Unit 2) Network Switch (access) 10/1g Uplink Ports Forwarding And Switching Rate: 261.9 Mbps & 176 Gbps Per Hour Mean Time Between Failures: At Least 503,400 Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Entries Of Flexible Netflow: 16,000 Flows On 24 Or 48 Port Gigabit Ethernet Models Bandwidth Stacking: At Least 80 Gbps Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Qos Scale & Acl Entries: 1000 With Complete Accessories & Compatible With Existing Devices. 1 Unit 3) Wireless Lan Controller (bundled With 6-ap & Licenses) Fixed Service Port: Auto-negotiation 10/100/1000base-t, Auto Mdi/mdix Crossover Standard Rj45 & Usb Port Management Port 40w Max. Power Consumption 200,000 Hours Mean Time Between Failure (mtbf) At The Standard Temperature 2048 Maximum Number Of Configurable Access Points Default Number Of Manageable Access Point Of 32 448 Maximum Number Of Manageable Access Point Wlan Service: 2048 Maximum Wlan Id At Least 32,768 Mac Address Entries 4096 Of Virtual Lans Ipv4 Address Pools: 2,000 Ipv4 Addresses: 24,576 Ipv6 Address Pools: 256 Ipv6 Addresses: 2,048 Ieee 802.11 Protocols: 802.11, 802.11b, 802.11a, 802.11g, 802.11d, 802.11h, 802.11w, 802.11k, 802.11v, 802.11r, 802.11i, 802.11e, 802.11n, 802.11ac, And 802.11ax Ieee 802.11 Security And Encryption: Multi-ssid Mode,ssid Hiding Ieee 802.11i-compliant Psk Authentication, Wpa And Wpa2,wpa3: Wpa3-personal (sae), Wpa3-enterprise (ccmp, 128-bit), And Wpa3-enterprise (gcmp, 192-bit),wep (wep/wep128), Tkip, Ccmp, Anti-arp Spoofing User Access Management: Console Port Login, Telnet Login, Ssh Login, And Ftp Upload Maximum Number Of Stas Supported By The Built-in Portal Server:1,500 Number Of Acl Entries:65,536 Entries With Six (6) Compatible Wireless Access Point With Six (6) Licenses Included Bundled With Training And Certification With Complete Accessories. 1 Unit 4) Network Attached Storage (nas) 64 Bit Cpu Architecture Cpu Frequency: 2.6 / 3.1 Ghz System Memory 2gb Ddr4 Ecc Drive Bays: At Least 4 Compatible Drive Type: 3.5" Sata Hdd & 2.5 Sata Ssd External Ports: 2 Rj-45 1 Gbe Lan Ports, 1 Usb 3.2 Gen 1 Port Pcie Expansion: 1 X Gen3 X 2 Network Upgrade Slot System Fan: 40mm X 40mm X 3pcs 28.5 Db(a) Noise Level Power Supply Unit : 100 Watts Power Consumption: 37.93 Watts (access), 13.43 Watts (hdd Hibernation) Rohs Compliant Bundled With At Least 4 Hdd (16tb) With Complete Required Accessories 2 Units 5) Ups 10kva (rack-mounted) Capacity: 10kva Rackmounted With Battery Input: Voltage: 200-240v +/- 10% Voltage Range: 176-3000v +/- 10% (full Load) Frequency: 56hz - 64hz Battery: 16 X 12v/9ah Output Voltage: 220-240v +/- 10% Frequency: 50hz-60hz +/- 5% Transfer Time: 0 (ac To Battery), 0ms (inverse To Bypass) True Double Conversion Microprocessor Control Technology Ensures High Reliability Input Power Factor Correction Output Power Factor 0.8 Waveform (batt Mode): Pure Sine Wave With Complete Accessories And Warranty. 4 Units 6) Wireless Access Point Max Throughput Up To 400mbps At 2.4g, Up To 867 Mbps At 5g 1.267 Gbps Ofdm: Bpsk@6/9mbps, Qpsk@12/18mbps, 16-qam@24mbps, 64-qam@48/54mbps Protocol: Concurrent 802.11ac Wave2, Wave1, 802.11a/b/g/n Spatial Streams: 2.4g 2x2mimo 5g 2x2mimo Antenna: Internal Antennas(2.4g: 2dbi,5g: 2dbi) Operating Bands: 802.11b/g/n: 2.4g ~ 2.4835ghz, 802.11a/n/ac: 5g:5.150~5.250ghz,5.725~5.850ghz 11b: -91dbm (1mbps), -88dbm (5mbps), -85dbm (11mbps) 11a/g: -89dbm (6mbps), -80dbm (24mbps), -76dbm (36mbps), -71dbm (54mbps) 11n: -83dbm@mcs0, -65dbm@mcs7, -83dbm@mcs8, -65dbm@mcs15 11ac Ht20: -83dbm (mcs0), -57dbm (mcs9) 11ac Ht40: -79dbm (mcs0), -57dbm (mcs9) 20 Units 7) Unmanaged Switch Ports:16 X 10/100base-x Poe+ Ports, 2 X 10/100/1000base-t Ports With 2-port Gigabit Rackmount Poe Switch Layer Type: Unmanaged Switching Capacity:7.2 Gbps Forwarding Rate:5.36 Mpps Mac Address Table:8000 Fan: Fanless Port Surge:6kv 4 Units 8) Ups 1kva Available Capacity : 1kva / 600w Line Interactive Switching Ups 2 X 12v7ah Battery Input Power : 190~240va (50~60hz) Output Power : 220~230va (50~60hz) 24 Units 9) Drone (quadcopter) Gimbal:3-axis Flight Control System: Gnss Support Gps, Beidou, Galileo Maximum Operating Distance:9.3 Miles / 15 Km Battery Capacity:5000 Mah / 77 Wh Charging Temperature 41 To 104°f / 5 To 40°c Maximum Ascent Speed 17.9 Mph / 8 M/s Maximum Descent Speed 13.4 Mph / 6 M/s Maximum Wind Resistance 26.8 Mph / 12 M/s Flight Ceiling 3.7 Miles / 6000 M Image Sensor:4/3″-type Cmos Sensor Resolution Effective: 20 Megapixel (5280 X 3956) Focal Length: 24mm (35mm Equivalent) Field Of View: 84° Maximum Aperture: F/2.8 Minimum Aperture: F/11 Minimum Focus Distance:3.3′/1 M Rotor Configuration: 4 Operating Temperature:14 To 104°f/-10 To 40°c With Complete Accessories, Controller Device, Bag And Extra Batteries And Propeller. Bundled With Formal Drone Pilot And Safety Training, Drone Pilot License & Rpas Certifications Acquisition. 1 Unit 4 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1 Lot 1,000,000.00 1,000,000.00 Managed Switch Bandwidth Stacking: At Least 80 Gbps Entries Of Flexible Netflow: 32,000 On 24 Or 48 Port Multigigabit Models Stacking Switch Capacity & Forwarding Rate: 256 Gbps & 190 Mbps Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Forwarding And Switching: At Least 130.95 Mbps And 176 Gbps Per Hour Mean Time Between Failures: At Least 346,270 Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Sfp Transceiver Module Hot Pluggable Sfp Msa Compliant To Maximize Uptime And Simplify Maintenance Modal Bandwidth Min :400 At Least 1804 Ft. Operating Distance Stackwise Cables Support 16 Gbps Speeds In Both Directions, Yielding A Traffic Total Of 32 Gbps Bandwidth Bidirectionally Cable Length:1.6 Ft Conductor: Copper Network Server Rack Cabinet Minimum Technical Specifications: Capacity: 22u With Exhaust Fans And Power Distribution Cables, I/o Ports And Accessories 1 Lot Roughing-in Materials For Horizontal And Backbone Distribution 1 Lot Roughing-in Materials For Fiber Backbone Distribution 1 Lot Mobilization / Demobilization 1 Lot Testing And Commissioning 1 Lot Preparation, Documentation Of As-built Plan Drawings And Turn-over Of Network Design And Diagram 1 Lot Cables, I/o Ports And Accessories 1 Lot Grand Total 16,432,000.00 All Equipment With 1 Year Warranty On Parts & Services. Drop Off Point: Da Rfo I, City Of San Fernando, La Union Delivery Schedule: 90 Calendar Days From Receipt Of Notice To Proceed (ntp). Delivery Of The Goods Is Required Within 90 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Lot 1: Supply And Delivery Of Various Ict Equipment 10,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 5,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 5,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, 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 Above On Or Before 27 January 2025, 1:00 Pm. 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 27 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 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: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-032
Closing Date27 Jan 2025
Tender AmountPHP 16.4 Million (USD 280.1 K)
City of Pride Tender
Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
Czech Republic
Details: General Definition of the Subject of the Public Contract The subject of the public contract is construction work on the improvement of the public space in the vicinity of building No. 118 in Příbor. The design of the new public space connects Freudovu and Nádražní streets, which involves the connection of the sidewalk and stairs to the connected streets, especially on Nádražní street. The space is designed as paved and is defined by the original position of the access gate between building No. 118 and the retaining stone wall, which serves as a fence between plots No. 111 and 112 in KU Příbor. It is further defined by the northeastern facade of building No. 118 and the retaining stone wall, which is parallel to Nádražní street. At the northeastern facade of building No. P. 118 A Bicycle Roof Is Designed. The Stone Retaining Wall, Which Lines Nádražní Street and Is In Unsatisfactory Condition, Will Be Replaced With A Monolithic Reinforced Concrete Core, The Stones From The Original Wall Will Be Used For The Exterior Walling. The Shape Of The Retaining Wall Will Be Preserved From The Street View. At The Connection Point On Nádražní Street (At Object No. 415), The Retaining Wall Will Be Demolished. Construction Objects of the Construction: - So 01 - Paved Areas - So 02 - Reconstruction of the “Station” Retaining Wall - So 03 - Roofing of the Cyclopoint - So 04 - Retention Tank - So 05 - Rainwater Sewerage - So 06 - Water Supply Connection - So 07 - Furniture, Greenery - So 08 - Finishing of Part of the Stone Wall Between Plots No. 111 and 112 Part of the Subject of the Public Contract Fulfillment Is the Delivery and Installation of a Design Drinking Fountain (see Budget So 07 - Items No. 39 and 40). The Specific Type of Drinking Fountain Was Approved by the State Monument Preservation Authority. The Delivery of the Drinking Fountain Will Be Provided by the Contracting Authority During the Construction. Suppliers in the Item Budget So 07 Will Value Item No. 40 at the Value of CZK 0. (This Value Is Already Prescribed In The Budget.) The Installation Of The Drinking Fountain, Including All Related Works, Will Be Provided By The Contractor (so 07 Item No. 39). The Documentation Of The Actual Construction Will Include, Among Other Things, The Survey And All Documents (In Appropriate Formats) Necessary For Insertion Into The Digital Technical Map Of The Moravian-Silesian Region (dtm Msk). More Details In The Project Documentation And The List Of Construction Works, Supplies And Services With A Statement Of Dimensions, Which Are An Integral Part Of The Tender Documentation.
Closing Date12 Feb 2025
Tender AmountCZK 7.5 Million (USD 310.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: The Purpose Of This Amd Is To Deliver Contractor Questions Received And Government Answers
this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement.
general Information
veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services To Perform Investigative Surveys To Verify As-built Conditions Required In Order To Fully Develop Construction Documents For The Site Preparation, Demolition, New Construction, And Renovation To Clinical Unit 5 West Of Building 100 Which Reflect Removal Of The Old Water Treatment Systems And Designing, Upgrading, And Adapting The Existing Layout And Utilities Within The Current Water Treatment And Acid Distribution Rooms In Order To Bring Them Into Line With The Specifications Required To House A New Reverse-osmosis Unit Filtration Unit For Project # 663-24-102. Location: Clinical Unit 5 West Of Bldg. 100 At Va Puget Sound Health Care System Seattle. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative.
project Information
this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) And Veteran-owned Small Business (vosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract In Approximately Late Mar 2025.
the Anticipated Period Of Performance For Completion Of Design Is 273 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $1,000,000.00 And $2,000,000.00. Please Note That The 273 Calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project.
submission Requirements:
the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications:
submit One (1) Sf 330 Statement Of Qualifications To Nco20aesf330@va.gov, Please Also Copy Contract Specialist Brandon Carroll At Brandon.carroll@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments.
the Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Http://www.cfm.va.gov/contract/ae.asp).
the Sf 330 Submission Is Due By 12:00 Pm (pst) On Jan 16, 2024.
the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 20 Mb. No Hard Copies Will Be Accepted.
the Subject Line Of The Email Must Read: Sf 330 Submission 36c26024r0074 Project 663-24-102 Replace Reverse Osmosis Unit For Renal Dialysis Seattle 5 West.
the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation.
a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project.
firms Must Include The Following Information In Section B Of The Sf 330 Submission:
sam Unique Entity Identifier
tax Id Number
cage Code
primary Point Of Contact S Email Address And Phone Number
all Questions Must Be Submitted To Brandon.carroll@va.gov With The Subject Line Sf 330 Questions - 36c26024r0074 Project 663-24-102 Replace Reverse Osmosis Unit For Renal Dialysis Seattle 5 West. The Cutoff For Question Submission Is 12:00 Pm (pst) On Jan 7, 2024. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov.
this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award.
all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award.
all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission.
sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package.
it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
a-e Selection Process
firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows:
sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts.
discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations.
the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled.
primary Selection Criteria:
firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria.
selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located.
a Resume For Each Of These Key Positions Must Be Provided Via Section E Of The Sf330. Key Positions And Disciplines Required For This Project May Include Among Others:
fire Protection Engineer
life Safety Engineer
plumbing Engineer/sterile Line Specialist
offer Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement:
I [signatory Authority] ___________________, [company Or Joint Venture]
__________________, Certify That 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 By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75.
the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections.
selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H):
the Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services To Include Investigative Services, Planning Consultations And Visits, Comprehensive Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Cost Estimates, Construction Period Services, Site Visits, Reports, Commissioning, As-built Drawings, And Other Design Services Necessary For A Complete Project. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In Design And Construction Period Services For Renovation Of Utility Rooms And Spaces Within In An Active Dialysis Clinic:
medical Center Additions And Renovations,
design Of Sterile Water Distribution Loop Systems
provide New Mechanical, Telecommunications, Electrical, Lighting, Plumbing, Fire Protection, Access Control And Security Systems For The New And Renovated Spaces.
phasing Of The Renovation To Minimize Disruption To Hospital Operations: Clinic Must Remain Operational Throughout Construction.
other Specialized Experience Includes Experience In Critical Path Scheduling, Fire Protection, Seismic Design, Construction Infection Control Protocols, Energy Conservation, Transition, Pollution Prevention, Waste Reduction, Use Of Recovered Materials, And Sustainable Design Practices.
submissions Shall Include No More Than Five (5) And No Less Than Three (3) Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. Three (3) Of The Five (5) Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete.
submissions Shall Include The Following Information For Example Projects:
project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor
project Owner, Owner S Point Of Contact Including Telephone Number And Email Address.
services & Deliverables Provided Under The Contract Or Task Order
period Of Performance, Including Start And Completion Dates
total Dollar Value Of The Project
contract Number Associated With The Project.
submit Example Project Information In Section F Of The Sf 330.
section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects.
the Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants, In Section H Of The Sf 330. The Narrative Should Clearly Illustrate How Each Of The Following Topics Was Addressed. Re-stating This List In Section H Will Not Be Sufficient.
the Management S Approach
the Coordination Of Disciplines And Subcontractors
quality Control Procedures, And
familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards.
narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion.
selection Criteria 3, Capacity (section H)
the Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330.
selection Criteria 4, Past Performance (section H)
the Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules.
past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database.
for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion.
evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq.
failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit.
selection Criteria 5, Knowledge Of The Locality (section H),
the Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Seattle, Wa. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below.
selection Criteria 6, Experience In Construction Period Services, (section H)
the Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following:
solicitation Support Services
professional Field Inspections During The Construction Period, Both Scheduled And Emergent
coordination With Commissioning Requirements/commissioning Services
review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance
support In Answering Requests For Information (rfi) During The Construction Period
support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates
maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc.
providing Timely And Complete Responses To Requests For Information
providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications
providing Record Drawing Documentation
process For Correcting Design Errors/omissions Identified During Construction
attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences
providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction
site Visits During Construction Both Scheduled And Emergent
ensuring Compliance With The Design Drawings And Specifications
preparation Of Site Visit Reports
generation Of Punch-list Reports
review Of Construction Project Modifications For Cost And Technical Acceptability
attendance And Participation During The Final Acceptance Inspection
preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings
maintenance Of Rfi Logs
attendance At Weekly Conference Calls
providing Minutes Of Meetings Between The Ae, Va, And Contractors
pre-final Inspection Site Visits
production Of As-built Documentation
the Information For This Factor Shall Be Provided In Section H Of The Sf 330.
secondary Selection Criterion*:
Geographic Location.
location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Bldg. 100 At Va Puget Sound Health Care System (vapshcs), Seattle. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/).
*the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified.
Closing Date31 Jan 2025
Tender AmountRefer Documents
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
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Purpose And Objectives
the Intent Of This Sources Sought Notice Is To Identify Capable And Responsible Small Businesses, Including Service Disabled And Veteran Owned Small Business Authorized Distributors, Or Any Business Size, Capable Of Providing The Items As Listed In The Attached Performance Work Statement (pws).
naics Code: 492110 Couriers And Express Delivery Services
lab Routine And Unscheduled Courier Services
these Items Are For The Department Of Veteran Affairs, At James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd, Tampa, Florida 33612.
james A. Haley Is Requesting Contractors Provide Service That Meets Or Exceed The Physical, Functional, And Performance Of The Listed Salient Characteristics.
responses To This Sources Sought Notice Should Demonstrate The Firm's Ability, Capability, And Responsibility To Provide The Principal Components Of Services. Responses Should Include A Capability Statement And Authorized Distributor Letter With The Business Name, Address, Point Of Contact, And Socio-economic Status.
are You Able To Provide The Items Listed? If So, Please Provide The Following Information:
1. Business Type. Are You A Vosb Or Sdvosb?
2. Will You Be Submitting An Exact Item Match Or An Equal Product?
3. What Type Of Quote Will You Be Able To Submit, Open Market Or Federal Supply Schedule (fss)?
4. You May Add Any Additional Information That You Would Like, Such As Price Or Delivery Capabilities On A Voluntary Basis. This Is Not A Request For Quotes.
this Is A Request For Information (rfi) For Market Research Purposes Only To Find Potential Sources.
nothing Stated In This Communication By Any Government Official Shall Be Treated As Direction Or A Request To The Vendor For Delivery Or Performance. Only The Contracting Officer Has The Legal Authority To Bind The U.s. Government.
You Must Be An Authorized Distributor Of The Products For The Items Of Your Submittal. Please Provide Proof Of Designation Or Official Letter From The Manufacturer.
no Awards Will Be Made Solely From The Responses Of This Rfi.
a Description Of The Needed Items Is Below:
laboratory Courier Service
courier And Express Delivery Services Of Clinical / Medical Supplies, Specimens, Or Materials
transport Of Containers, Boxes, Or Totes Less Than 50 Pounds
all Information Is To Be Submitted Via E-mail At Walida.mooresaintil@va.gov. Information Provided Will Not Be Returned. All Responses Shall Be In The English Language. Responses Are Due By 15:00pm Est On Monday, February 17, 2025. No Submissions Will Be Accepted After This Date And Time. Questions Can Be Submitted Electronically To Walida.mooresaintil@va.gov.
this Is A Sources Sought Notice And Submissions Will Be Used For Informational And Planning Purposes Only. This Notice Does Not Constitute A Formal Request For Quote (rfq), Nor Is The Government Obligated To Issue An Rfq. In Addition, The Government Does Not Intend To Pay For Any Information Provided Under This Notice. The Government Is Not Obligated To Notify Respondents Of The Results Of This Survey.
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
performance Work Statement
title: Laboratory Courier Service
scope Of Work:
pathology And Laboratory Medicine Service Requires A Courier Service For A Routine Schedule Of Pickups/drop-offs As Well As Unscheduled Emergency Pickups/drop-off Of Items To Meet The Needs Of Patient Care For The James A. Haley Veterans Hospital Network (jahvhn).
routine, Scheduled Courier Services (further Referred Herein As Routine ) Shall Be Available Monday Saturday, Excluding The Following Federal And Observed Federal Holidays: New Year S Day, Martin Luther King S Birthday, President S Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, And Christmas, In Addition To Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. The Saturday Route For All Saturdays In Conjunction With A Federal Holiday (before Or After The Weekend) Will Be Confirmed With The Courier Service Annually.
see Attachment A Courier Route Schedule For A List Of All Scheduled Pickup/delivery Days, Times, And Locations.
note: Failure To Maintain The Required Schedule May Be Consideration For Termination Of The Contract.
unscheduled, Emergent (stat) Courier Services (further Referred Herein As Stat ) Shall Be Available 24 Hours A Day, 7 Days A Week, 365 Days A Year, Including All Federal Holidays.
items To Be Transported ( Cargo ) Will Include, But Are Not Limited To (packaging Not Required):
laboratory Specimen Containers. The Lockable Containers Specifically Designed For Blood Transportation Will Be Provided By Pathology & Laboratory Medicine Services (p&lms). These Containers Will Be Marked Bio-hazard And Tagged For Identification In Accordance With Regulatory Requirements. The Contracted Courier Will Not Be Provided A Key. Laboratory Specimens, I.e. Body Fluids (blood, Urine, Stool, And Tissue) Will Be Properly Packaged In Accordance With Local, State, And Federal Regulations By Va Facility Personnel. The Government Personnel Who Package The Specimens For Shipment Will Be Appropriately Trained For Packing And Shipping .
lab Reagents And/or Supplies Weighing Less Than 50 Pounds Per Package.
boxes Of Less Than 25 Pounds
blood And Blood Components For Transfusion
medical Supplies, Examples Include But Not Limited To, Equipment, Pharmacy, Etc.
office Supplies
inter-office Mail
sensitive/confidential Documents
electronic And Portable Media Devices
contractor Responsibilities:
the Contractor Shall Be Required To Sign A Business Associate Agreement (baa) With The Va. A Signed Copy Of Baa Shall Be Returned To The Contractor For Their Files.
the Contractor Is Completely Responsible For All Actions Of Their Employees. All Contractor Personnel, To Include Subcontractors Employed In The Performance Of This Contract Must Comply With All Veterans Administration (va) Building Regulations, Policies, And Guidelines While On The Premises.
any Contractor Who Includes The Use Of A Subcontractor Must Provide A Teaming Agreement And Subcontracting Plan. Acceptance Of The Agreement / Plan Is Determined By The Contracting Officer. After Award, The Contractor Must Negotiate Any Changes In Subcontractor With The Contracting Officer Prior To Use Of The Subcontractor.
contractor Must:
currently Be An Established Courier Service Within The State Of Florida
have A Minimum Of Five Years Of Experience In Blood/bodily Fluid Transportation, Be Financially Responsible, And Possess All The Necessary Equipment, Licenses, And Manpower Necessary To Perform The Work Specified In This Statement Of Work. Submit Two References With Rfq.
based On Attachment A Courier Route Schedule, Submit A Courier Route Plan With The Rfq.
contractor Shall Meet All Federal, State And Local Codes Regarding Operation Of This Type Of Business And Furnishes The Required Insurance Certificates. The Contractor Shall Carry A Minimum Of $1,000,000 Liability Insurance. Evidence Of Proof Should Be Submitted With Rfq.
the Contractor Shall Ensure The Confidentiality Of All Patient Information And Records Being Transported And Will Be Held Liable In The Event Of A Breach Of Confidentiality.
the Contractors And Any Subcontractors Shall Comply With The Provisions Of The Federal Privacy Act Of 1974 (public Law 93-579) And Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996.
contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards And Va Directives And Handbooks As Va And Va Personnel Regarding Information.
contractor Must Submit A Copy Of Required Privacy, Information Security And Hippa Training On Each Employee To The Cor Within 30 Days Of Award And Annually Thereafter. Training Is Currently Located In The Va Tms Education Program. Access To The Training Will Be Given To The Contractor By The Cor Within 10 Days Of Award. The Two Courses Are:
privacy And Hipaa Training
va Privacy And Information Security Awareness And Rules Of Behavior
vehicle Requirements:
all Vehicles Used In Performance Of This Contract Shall Be Registered, Licensed And Meet The Minimum Vehicle Requirements As Mandated By The Department Of Transportation. The Government Reserves The Right To Inspect The Vehicles And Investigate The Responsibility Of Contractor To Perform The Work Outlined In The Contract. The Contractor Shall Provide All Vehicles Needed To Perform This Effort.
the Successful Offeror Shall Provide All Vehicles, Gasoline, Insurance, Personnel, And Directional Materials Necessary To Accomplish Pick-up And Delivery Services.
all Items Must Be Transported In Accordance With All Local, State, And Federal Regulations. All Items Will Be Package In An Appropriate Container By The Shipping Location. All Efforts Shall Be Made By The Contractor To Ensure The Integrity Of All Items Delivered Will Not Be Compromised Without Spoilage/damage Due To Improper Temperature Conditions, Rough Handling And/or Negligence.
while On Va Grounds, Contractor Shall Secure Vehicles When Left Unattended. No Vehicle Shall Be Left Unattended With Motor Running.
each Vehicle Used In The Performance Of This Contract Shall Be Adequately Stocked With At Least One Up-to-date Complete Spill Kit For A Biohazard Cleanup In Case Of Leakage Or Accidental Discharge From Controlled Containers. A Certificate Of Blood Spill And Biohazard Training Must Be Provided With Rqf.
the Contractor Shall Maintain Proper Temperature In Vehicles To Preserve Laboratory Specimens And Medical Supplies. There Shall Be Climate Control In The Vehicles, So That The Internal Vehicle Temperature Can Be Maintained At A Temperature Between 65â°f And 85â°f. The Vehicle Shall Meet The Requirement That All Efforts Shall Be Made To Assure That All Items Are Delivered Upright, Without Spoilage/damage From Temperature Conditions, Rough Handling And/or Negligence.
the Courier Who Is To Transport Must Place The Secured, Locked Container In A Secured, Confined Area In The Vehicle, For Instance, The Trunk. Avoid Situations/conditions Where The Container Can Be A Projectile Object In Case Of Sudden Breaking Of The Vehicle.
under No Circumstances Shall Any Items Transported Under This Contract Be Left In The Vehicle Overnight.
it Is Recommended That Vehicles Are Equipped With Helpful Carrying Devices Such As Hand Trucks Or Other Suitable Apparatus To Assist With Transporting Items Under This Contract. These Items Will Not Be Provided By The Government.
driver Requirements:
all Drivers Shall Have Attained Legal Age (the Age Of 18 Years) And Shall Maintain Neat, Clean, And Professional Appearance. Drivers Shall Be Licensed In Accordance With The State Of Florida, To Include Any Special Licensure Required For The Transporting Required Items For The Tampa Va Healthcare Network. All Drivers Must Have On Them At All Times, Identification To Indicate They Are A Driver For The Primary Contractor, Including Name, Title And Job Performed.
under No Circumstances Shall Any Person Other Than The Driver Assigned Ride In A Vehicle Or Handle Items Being Transported. Driver Shall Not Make Non-emergent Stops, For Any Reason, During The Transport Of Items Under This Contract.
no Pets And No Smoking Are Allowed In Vehicle When Transporting Items Under This Contract.
inclement Weather And Emergency Provision:
the Contractor Shall Contact The Cor Or Designee If Conditions Exist Which May Affect Their Ability To Perform Contract Requirements. The Contractor Must Have An Established Contingency Plan For Problems Which May Be Experienced In The Transport Time Frame (i.e. Breakdown, Accident, Inclement Weather)
if There Is A Delay Which Will Create A >15-minute Delay Of The Established Delivery Time, The Cor Or Designee Must Be Notified Immediately. The Contractor Must Arrange Alternative Transportation For Delivery Of The Items In The Event The Driver Is Unable To Complete Deliveries.
the Contractor Shall Provide A List Of Driver S Names And Names Of Alternate Drivers For Each Route, In Case Of Emergency. Included In The List Shall Be Contact Phone Numbers Or Pagers Names Of Each Driver. Updated Lists Shall Be Provided To The Cor Annually And When Changes Have Occurred.
emergency Is Defined As Vehicle Breakdown, Traffic Delays, And/or Accidents.
inclement Weather Incidents Are Defined As Severe Weather Conditions Resulting In Road Closures By The City, County And/or State (i.e. Hurricanes) In Which There Are No Alternate Routes Or The Alternate Route Results In Significant Delays.
delivery / Performance Requirements:
routine Courier Route Locations / Contact Information:
includes The Following, But Not Limited To, List Of Locations:
james A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, Florida 33612
main Lab, Room 1d-177, Telephone Number 813-972-2000 Extension 7526
brooksville Cboc, 14540 Cortez Blvd, Suite 108, Brooksville, Fl 34613
lab, Room 110, Telephone Number (352) 597-8287 Extension 4118
lakeland Cboc, 2080 Meadowland Park Blvd, Lakeland, Fl 33803
lab, Telephone Contact (863) 701-2470 Extension 4191
lecanto Cboc, 2804 W. Marc Knighton Court, Lecanto, Fl 34461
lab, Telephone Contact: (352) 746-8064
new Port Richey Va Outpatient Clinic, 7900 Little Road, New Port Richey, Fl 34654
lab, 727-869-4113, -4114, Or -4115
south Hillsborough (sohi) Cboc, 2920 Summerfield Crossing Blvd, Riverview, Fl 33579
telephone Contact: 813-998-8785, -8787, Or -8858
temple Terrace Mental Health Clinic, 8451 Temple Terrace Highway Tampa, Fl 33637
lab, Telephone Contact: 813-631-7100 Extension 164131
va Primary Care Annex, 13515 Lakeland Terrace Lane, Tampa, Fl 33637
lab, Room 1b606, Telephone Contact: 813-972-2000 Extension 8124
zephyrhills Cboc, 6937 Medical View Lane, Zephyrhills, Fl 33542
lab, Room 105, Telephone Contact: 813-780-2550 Extension 3104
sabal Park Va Clinic, 9208 King Palm Drive, Tampa, Fl 33612
phlebotomy Room, 813-816-7160 Extension 191516 Or Specimen Processing, 813-816-7160 Extension 191517
accountability Of Pickup And Delivery:
a Clipboard Will Be Located On Each Of The Clinic Carts Located In The Warehouse.
va Staff Will Document What Items Are Being Left For The Next Courier Pickup For Delivery To Another Facility, I.e. Pharmacy Container, 6 Supply Tubs, 1 Wheelchair Etc.
the Courier Will Account For All Items He/she Is Taking (all Items Listed On The Sign-in Sheet) And Sign And Date/time The Time Of Pick Up.
va Staff Will Document Receipt Of Items From The Courier.
va Staff Will Report Problems To The Contracting Officer S Representative (cor), Or Designee, And The Cor/designee Will Report To The Contractor As Soon As Possible.
the Courier Shall Notify The Cor At 813-426-6006, Any Issues Or Delays With The Courier Pickups Or Deliveries.
unscheduled / Stat Transport Requests:
requests Within 100 Miles, Items Must Be Picked Up From The Identified Pickup Location Within 1 Hour From The Time Of Initial Call And Delivered To The Drop Off Location Within 2 Hours From The Time Of Pickup (total 3 Hours From Time Of Request).
transport Requests 100 Miles Or Greater, Items Must Be Picked Up From The Pickup Location Within 2 Hours From The Time Of Initial Call And Delivered To The Drop Off Location Within 5 Hours From The Time Of Pickup (total 7 Hours From Time Of Request).
contractor Must Have A 24/7 Direct Contact Dispatch Line To Request Unscheduled Transport Services.
unscheduled Transport Services Shall Be Billed At A Cost Per Trip Rate. It Is Estimated That The Tampa Va Network Laboratories Will Require 24 Trips Per Year.
contractor Must Have Previous Experience In Transporting Stat Cargo For A Hospital Or Blood Bank. Three References Must Be Provided With Rqf To Include At Least One For The Transport Of Blood Products.
list Of Projected Locations, But Not Limited To:
bay Pines Va Healthcare System Facilities, Including, Cw Bill Young Va Medical Center And All Cbocs
orlando Va Healthcare System Facilities
north Florida / South Georgia Va Healthcare System Facilities And All Cbocs
west Palm Beach Va Medical Center And All Cbocs
miami Va Medical Center And All Cbocs
oneblood, Inc, 10100 Dr. Martin Luther King Jr St. N, St. Petersburg, Florida 33716
department Of Health, 6800 N. Dale Mabry Hwy Ste 220, Tampa, Fl
department Of Health, 13601 N. 22nd St. Ste 2, Tampa, Fl
department Of Health, 13101 Bruce B Downs Blvd, Tampa, Fl
department Of Health, 1105 E. Kennedy Blvd, Tampa, Fl
tampa General Hospital, 1 Tampa General Circle, Tampa, Fl 33606
st. Petersburg General Hospital, 6500 38th Ave N, St. Petersburg, Fl
st. Anthony S Hospital, 1200 7th Ave N, St. Petersburg, Fl
bayfront Medical Center, 701 6th St S, St. Petersburg, Fl
palms Of Pasadena Hospital, 1501 Pasadena Shores, St. Petersburg, Fl
st. Joseph S Hospital, 3001 W. Dr. Martin Luther King Jr. Blvd, Tampa, Fl 33607
meese Countryside Hospital, Safety Harbor, Fl
morton Plant Hospital, 300 Pinellas St, Clearwater, Fl 33756
va Information And Information System Security / Privacy Language:
va Information Custodial Language
contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security.
if Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12.
a Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order.
all Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures.
security Incident Investigation
the Term Security Incident Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/subcontractor Has Access.
to The Extent Known By The Contractor/subcontractor, The Contractor/subcontractor S Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant.
with Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement.
in Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident.
liquidated Damages For Data Breach
consistent With The Requirements Of 38 U.s.c. §5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. However, It Is The Policy Of Va To Forgo Collection Of Liquidated Damages In The Event The Contractor Provides Payment Of Actual Damages In An Amount Determined To Be Adequate By The Agency.
the Contractor/subcontractor Shall Provide Notice To Va Of A Security Incident As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination.
security Controls Compliance Testing
on A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-days Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time.
training
all Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete Va Privacy And Information Security Awareness And Rules Of Behavior Training Before Being Granted Access To Va Information And Its Systems.
sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Rules Of Behavior Before Being Granted Access To Va Information And Its Systems.
the Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required.
failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
the Certification And Accreditation (c&a) Requirements Do Not Apply, And A Security Accreditation Package Is Not Required For This Sow.
all Contractor, Pharmaceutical Company Representative (pcr), And Healthcare Industry Representatives (hir) Will Coordinate With Contracting Officer Representative For Instructions, So They Are In Compliance With James A. Haley Veterans Hospital Policies Listed On The Jahmc Document Management Center Share Point Site:
hpm No. 90-25; Healthcare Vendor Access And Competency
hpm No. 132-04; Security Management Program
hpm No. 132 05; Hospital Identification Program
hpm No. 11-91; Pharmaceutical Company Representatives
sign-in: Pcrs May Visit Va Medical Care Facilities No Earlier Than 8:00 A.m. And Stay No Later Than 3:30 P.m., Monday Through Friday, Unless They Receive Prior Approval From Both The Chief Of The Service That They Will Be Visiting And The Chief Of Pharmacy. Representatives Visiting The Jahvh Must Sign In At The Pharmacy Administrative Office (located In Trailer 78) And Wear A Visitor S Badge As Well As Their Company S Personal Name Badge While In The Hospital.
vendors: Reference Hospital Memorandum Policy Number 90-25 Healthcare Vendor Access And Competency.
contractors And/or Project Managers: Will Be Issued A Piv/id Badge In Accordance With The Facility Piv Policy. Contactors Will Contact Their Assigned Va Contracting Officer Representative (cor) For Coordination.
contract Personnel/sub-contractors: Contractors Are Responsible For The Daily Accountability And Identification Of All Personnel Assigned To Their Respective Contract Including Sub-contractors. Contractors Will Identify Personnel Using The Following Procedures As Appropriate.
construction Project Contract Personnel Will Report To The Contractor For Issuance Of A Temporary Self-adhesive Identification Badge. This Badge Will Be Issued Daily And Must Include The Following Information: Company Name, Project Number, Date, And Name Of Individual. Contractor Will Maintain A Daily Log Of All Personnel.
contract Personnel Not Involved In An Actual Construction Project Will Report To Police Dispatch For Issuance Of A Numbered Badge. A Driver S License Or Photo Id Will Be Required Each Day Upon Entering The Facility, In Exchange For The Badge, And Will Be Given Back Once The Badge Is Returned To Police Dispatch. The Contractor Will Provide Police Service With A List Of Names For All Sub-contract Personnel Requiring Access To The Facility. It Is The Responsibility Of The Contractor To Update The List As Necessary.
npr Opc; Cbocs And Off-site Lease Facilities With Va Police Staffing: As Above With Check-in With Va Police.
off-site Lease Facilities W/o Va Police Staffing: Coordinate With Cor, Administrative Officer, Or Service Point Of Contact.
records Management Obligations:
applicability: This Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists.
definitions:
Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them.
the Term Federal Record:
includes James A. Haley Veterans Hospital Network Records.
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their James A. Haley Network Contract.
may Include Deliverables And Documentation Associated With Deliverables.
requirements:
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.
in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
james A. Haley Veterans Hospital Network And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of James A. Haley Veterans Hospital Network Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To James A. Haley Veterans Hospital Network. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The Contract. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To James A. Haley Veterans Hospital Network Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The Contract. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And James A. Haley Veterans Hospital Network Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With James A. Haley Veterans Hospital Network Policy.
the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public James A. Haley Veterans Hospital Network Information That Are Not Specifically Tied To Or Authorized By The Contract.
the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
the James A. Haley Veterans Hospital Network Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which James A. Haley Veterans Hospital Network Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take [agency]-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
[note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor.]
flowdown Of Requirements To Subcontractors:
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.
violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
quality Controls/assurance
transport Of Biohazardous Materials Training Is Required. The Contractor S Personnel Shall Be Trained In Appropriate Safety Packaging Procedures Suitable To Specimen Type And Distance Transported. This Required Training Shall Include Issues Such As Adherence To Regulations For Transport Of Biohazards, Use Of Rigid Containers Where Appropriate, Temperature Control, Notification Procedures In Case Of Accident Or Spills, Etc. The Contractor Shall Ensure That All Employees Complete The Mandatory Training Required To Provide This Courier Service. This Training Shall Be Documented And Sent To The Contracting Officer Before Contract Is Awarded. Once Awarded Contract, Documentation Of Such Training Must Be Submitted Annually Thereafter. Contracting Officer Shall Submit Copy To Contracting Officer Representative (cor) For Laboratory Compliance Documentation.
the Contractor Shall Develop And Maintain A Quality Control Program That Ensures Courier Services Are Performed In Accordance With These Specifications. The Contractor Shall Develop And Implement Procedures To Track, Identify, Prevent, Remedy, And Ensure Non-recurrence Of Defective Services. The Contractor Shall Provide A Method To Accept And Resolve Customer Complaints And Notify The Customer Of The Resolution. The Contractor Shall Immediately Notify The Contracting Officer Upon Receipt Of A Customer Complaint So Joint Validation Can Be Accomplished. The Contractor Is Responsible For Quality Control And Specification Compliance.
the Government Will Periodically Evaluate The Contractor S Performance In Accordance With The Following Quality Assurance And Surveillance Plan (qasp).
Performance Objective
performance Threshold
basic Courier Services Timeliness
2 Or Less Customer Complaints Per Month.
basic Courier Services
conditions Of Transported Items
2 Or Less Customer Complaints Per Month.
basic Courier Services
customer Service Of The Courier Driver
2 Or Less Customer Complaints Per Month.
annual Training For Courier
privacy And Hipaa Training
va Privacy And Information Security Awareness And Rules Of Behavior
100% - Contractor To Submit Copies Of Certificates To Cor Annually. Reviewed By Cor Annually.
list Of Drivers And Route
100% - Contractor Must Submit To Cor Annually Or Upon Change. Reviewed By Cor Annually.
training In Transporting
bio-hazardous Materials
100% - Contractor To Submit Documentation Of Staff Training To Cor Annually Or Upon Request. Reviewed By Cor Annually.
surveillance: Any Complaints Received From Va Personnel Will Be Received By The Cor And Will Be Forwarded Immediately To The Contracting Officer Who Will Notify The Company For Corrective Action.
standard: The Standard Overall Is Two Or Less Customer Complaints Per Month In Each Area. The Cor Shall Notify The Contracting Officer For Appropriate Action In Accordance With Far 52.212.4, Contract Terms And Conditions-commercial Items Or The Appropriate Inspection Of Services Clause, If Any Of The Above Service Areas Exceed Two Customer Complaints Per Month.
Closing Date17 Feb 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
FOOD AND DRUG ADMINISTRATION USA Tender
Chemical Products
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Award An Order Without Discussions If The Contracting Officer Determines That The Initial Offer Is Providing The Best Value And Discussions Are Not Necessary.
solicitation Number 75f40125q00028 Is Issued As A Request For Quotation (rfq) Using Far Part 13 Procedures.
the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02, Dated 01/03/2025.
the Associated Naics Code Is 333914 And The Small Business Size Standard Is 1000 Employees.
********************************************************************
statement Of Work (sow):
1.0 Description Of Work
1.1 Background Information:
the U.s. Food And Drug Administration’s Los Angeles District Office And Pacific Southwest Food And Feed Laboratory, Herein Referred To As Fda Irvine, Is An Fda Owned Facility Located In Irvine, Ca. Replacement Of End-of-life, Obsolete Vacuum Pump System. The Existing System Is Nearly 23 Years Old, Does Not Have Replacement Parts Available On The Market For Repair, And Represents A Single-point Failure Risk To The Facility's Vacuum System. Therefore, This Critical System Requires Replacement.
1.2 Purpose And Scope Of Work
the Purpose Is To Provide A New Vacuum System Replacement And Installation At Fda Irvine.
tasks: The Following Tasks Will Need To Be Provided But Are Not Limit To: Demo And Removal Of Existing Laboratory Vacuum System, Provide And Install Laboratory Vacuum System To Match Existing Technology. (current Model: Dekker Vmx0152ma2-00-ds, Minimum Salient Characteristics: Laboratory Vacuum System Model Aes-vmx0153ma2-45-ds. Piping Into And Out Are In Good Condition Without Any Visible Issues, Size Varies From 2” To 3”. Two Single Stage 10 Hp Liquid Ring Vacuum Pump Skids. Capacity Each Vacuum Pump (2 Pumps) 23.3 Scfm @ 25”hgvac. The Existing Voltage Going To The Vacuum Pump Is 460v, At A Minimum Upgrade The Disconnect Due To Its Age)
coordinate And Schedule Delivery, Logistics, Preparation Of Site, And Installation Of Laboratory Vacuum System
provide Energy, Water And Emissions (if Any) Cost Savings
furnish And Install Bms Controls
update Engineering And O&m Documentation
startup And Testing
1.3 Period Of Performance: Tbd
provide A Schedule With Timelines To Include Ordering Of All Parts, Shipping Timeframe, Preparation Of Site, And Install, And Inspection.
the Work Shall Proceed Promptly Upon Execution Of The Resultant Contract And Only After The Issuance Of The Notice To Proceed (ntp) By The Government For The Activities Indicated.
the Actual Performance Of The Work And Delivery Of The Required Documents Shall Be In Accordance With The Approved Project Schedule And Shall Be Completed Within 222 Calendar Days Of The Ntp Unless Otherwise Agreed Upon By The Project Officer (po) And Contracting Officer (co).
1.4 Place Of Performance
u.s Food And Drug Administration Los Angeles District Office, Pacific Southwest Food And Feed Laboratory., Address: 19701 Fairchild Basement Level, Room B301, Irvine, Ca 92612.
2.0 Specific Requirements:
the Contractor Shall Perform All Services Described In This Scope Of Services In Accordance With Applicable Requirements And Provisions Set Forth In This Statement Of Work. The Contractor Will Be Responsible For Relocating Any Electrical, Mechanical, Or Structural Building System Components Necessary To Perform This Work. If So, This Will Be Noted In This Scope Of Work And Such Work May Only Be Performed After Approval From Fda. The Contractor Shall Provide All Necessary Supervision, Labor, Material, Insurance, Training, And Equipment To:
contractor Shall Provide Any Necessary Survey, Study, Or Technical Expert Services To Understand The Existing Conditions Of The Vacuum System At Fda Irvine. Contractor Shall Provide New Equipment With Matching Capacity, Or Better. The Necessary Constraints Shall Include, But Not Limited To, Vacuum Pump Hp And Tank Capacity. Contractor Shall Provide Equipment Cutsheet Submittals To Fda For Review And Approval Before Procurement Of Material. Contractor Shall Ensure N+1 Redundancy Integrated Into New System For Resilient Facility Operation.
contractor Shall Assess And Provide Repairs Or Additions To Any Housekeeping Pad Intended To Support New Equipment, As Needed. Contractor Shall Provide New Control Panel, Field Located In An Accessible Area Near The Vacuum System. Control Panel Shall Be Integrated With Existing Building Automation System (bas) And Include Alarms Both To Bas And Readout Local To The Panel. Contractor Shall Utilize Power Feed To Existing Vacuum System. Contractor Shall Provide Independent Isolations Valves And Disconnect Means To Permit Service Of Each Vacuum Pump While Maintaining The System’s Operation. Contractor Shall Keep Equipment Shutdowns To A Minimum And Schedule/coordinate All Shutdowns With Fda While Providing Adequate Notice. Contractor Shall Provide Temporary Utilities For Any Shutdown Lasting Longer Than Three (3) Calendar Days. Weekend Shutdowns Are Preferred. Contractor Shall Provide All Inspection And Testing, Except Where Required By Code, Specification, Or Detailed Elsewhere In The Requirements Of This Document.
familiarization Training On New System.
3.0 General Requirements:
the Contractor Shall:
adhere To Project Management Responsibilities As Defined Herein.
appoint A Project Manager Who Shall Be The Government’s Primary Point Of Contact And Provide All Necessary Project Representation For The Successful Accomplishment Of The Said Work.
the Project Manager Shall Be Thoroughly Familiar With All Requirements And Schedules. The Project Manager Shall Be Identified In The Firm’s Proposal Prior To Contract Award.
coordinate All Project Related Activities Including Documentation Through The Project Officer (po) For Approval Unless Otherwise Denoted.
bring Any Questions And/or Industry Specification Additions To The Attention Of The Po For Direction.
perform All Work In A Skillful And Workmanlike Manner As Deemed Applicable To This Project.
provide Appropriate Communication And Coordination Efforts With The Facility Department And The Po To Avoid Disruption Of Facility Operations While Performing Contract Work Such As Meetings, Proposed Phasing Plans, Outage Notifications, Etc. (where Applicable).
obtain Necessary Badges Per Fda Policies And Guidelines (if Applicable). Fda Binding Process Is To Be Anticipated Of 1 Month. All Badging Must Be Completed Prior To Start Of On-site Construction. (for This Requirement The Contractor Shall Be Escorted)
provide (to The Po) A List Of Possible Employees And Sub-contractors Who May Require Access To The Fda Premises Per The Project Being Administered.
provide Utility Outage Notifications Per Facility Department Requirements (if Applicable).
perform All Necessary Measurements And Sizing Associated With The Work Assigned.
confirm Existing Conditions Of Work Assigned.
perform All Associated Project Work In Accordance With Fda; Executive Orders, Energy Policy Act (epact), Energy Independence And Security Act (eisa), Sustainable Design And Federal Regulations; Local City, County, And State Building Codes And Regulations; National Electrical Code (nec), American Society Of Mechanical Engineers (asme), National Fire Protection Association (nfpa), Occupational Safety And Health Administration (osha), Underwriters Laboratories (ul), American National Standards Institute (ansi), And Institute Of Electrical And Electronics Engineers (ieee) Rules And Regulations And Standards; And All Other Applicable Industry Standards.
restore All Affected Areas Back To Pre-project Conditions Or Better By The Completion Of The Specified Project Including Necessary Patching, Repairing And/or Replacing.
provide All Necessary Drawings, Documentation, And Literature For All Recommended Items Where Applicable.
provide All Labor And Equipment Necessary To Accomplish The Above Specified Tasks.
assume All Risk And Shall Be Liable For Any Damages To Persons Or Property Caused By The Contractor.
be Solely Responsible For The Quality Of His/her Work. Deficiencies And Omissions Shall Be Corrected Prior To Government Acceptance Of Work.
be Responsible For Removing Construction And Demolition Debris Daily From Site. The Contractor Shall Provide The Dumpster For The Debris.
5.0 Government Furnished Material And Resources:
5.1 The Government Shall Provide, But Are Not Limited To, The Following Items:
site Utility Drawings (upon Request-pdf)
point(s) Of Contact At The Fda Site (kickoff Meeting)
photographs Of Work-site Conditions And Others As Needed
irvine Lab Specification Report Volume 2 (section 15486) (upon Request-pdf)
6.0 Submittals:
6.1 General: Under The Resultant Contract, Unless Otherwise Denoted, The Contractor Shall Provide All Services Necessary To Perform The Following Activities As Related To Completing The Fda Irvine Vacuum Replacement Mentioned Above:
project Kick-off Meeting
project Schedule (with Earned Value And Loaded Dollar Values)
plan Of Action (plan Shall Include Names Of Team Members And Pm – And Phone/email)
point-of-contact, Project Manager, Safety And Hazardous Material Plan
progress Meetings, Meeting Minutes For Review And Approval By Po (within Five Business Days),
6.2 Deliverables: The Contractor Shall Provide All Deliverables In Accordance With The Project Schedule And Fda Policy Guidelines, And Compliant With Section 508 Requirements.
6.2.1 Physical Deliverables (format): The Documentation Process Shall Be Compiled And Provided Per The Following Submission Requirements Unless Otherwise Denoted:
two (2) Copies Of The Operations And Maintenance (o&m) Manuals Shall Be Provided Physically In Binders And Electronically Per Compact Disc And Digital Versatile Disc (cd/dvds) (if Applicable).
non-stick, Locking Slant D-style, Three Ring View Binders, 8 1/2x 11 Inches.
title, Fda Logo, Contract And Project Number, Submission % (if Applicable), Etc. Shall Be Located On The Front Cover And Spine Of Binder(s).
cd/dvds Shall Contain Electronic Copies Of Any Reports, Calculations, Modeling(s), Drawings, Videos, Photos And O&m Manuals Per Final Submission. Cd/dvds Shall Have Printed Labels.
cd/dvds Shall Be Placed In Cd/dvd Page Holders With Slaps (like Avery 75263 Or Avery 73721) When Associated With A Binder. Avery 75263 For Multiple Discs And Avery 73721 For A Single Disc.
three (3) Signed Copies Of All Warranties Shall Be Provided In Binders And Electronically Per Cd/dvds. Warranty Start Date Shall Begin No Earlier Than The Date Of Installation Acceptance.
one (1) Equipment Submission.
four (4) Physical Copies Of As-built Marked-up Drawings, Documentation, Etc. For Review And Discussion. Also, Provide Electronic Copies Of The Drawings, Etc. All Electronic Drawings Shall Be Provided In Portable Document Format (pdf) And Computer-aided Design (cad). Deliverables Are To Be Submitted To The Cor And/or Po, Unless Otherwise Stated.
four (4) Copies Of Final Drawings Shall Be Provided In Pdf And Cad.
***************************************************************************
government Holidays
a. The Government Hereby Provides Notification That Government Personnel Observe The Listed Days As Holidays:
(1) New Year's Day (7) Labor Day
(2) Martin Luther King's Birthday (8) Columbus Day
(3) President’s Day (9) Veterans' Day
(4) Memorial Day
(5) Juneteenth Day (10) Thanksgiving Day
(6) Independence Day
(11) Christmas Day
b. In Addition To The Days Designated As Holidays, The Government Observes The Following Days:
(1) Any Other Day Designated By Federal Statute
(2) Any Other Day Designated By Executive Order
(3) Any Other Day Designated By The President’s Proclamation
c. When Any Such Day Falls On A Saturday, The Following Monday Is Observed. Except For Designated Around-the-clock Or Emergency Operations, Contractor Personnel Will Not Be Able To Perform On-site Under This Contract With Fda On Holidays Set Forth Above. The Contractor Will Not Charge Any Holiday As Direct Charge To The Award.
d. It Is Understood And Agreed Between The Government And The Contractor That Observance Of Such Days By Government Personnel Shall Not Otherwise Be A Reason For An Additional Period Of Performance, Or Entitlement Of Compensation Except As Set Forth Within The Award.
e. Nothing In This Abrogates The Rights And Responsibilities Of The Parties Relating To Stop Work.
applicable Provisions And Clauses:
far 52.252‐2 Solicitation Provisions Incorporated By Reference (feb 1998)
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/far And .https://www.acquisition.gov/hhsar
far Provisions:
far 52.212-1, Instructions To Offerors—commercial Products And Commercial Services (sept 2023)
far 52.212-2, Evaluation—commercial Products And Commercial Services (fill In Evaluation Criteria) (nov 2021)
far 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services(may 2024)
hhsar Provisions:
hhsar 352.239-73, Electronic And Information Technology Accessibility Notice.(dec 2015)
far Clauses:
by Reference
far 52.212-4, Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023)
by Full Text
far 52.212-5contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.(jan 2025)
(a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial 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 Oncontractingfor 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 Oncontractingfor 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 Oncontractingwith Inverted Domestic Corporations(nov 2015).
(5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801).
(6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553).
(7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 ( 19u.s.c.3805note)).
(b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
_x_(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704 And10 U.s.c. 4655).
_x_(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)).
__(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
_x_(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a).
_x_(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note).
__(6)[reserved].
_x_(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
__(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
_x_(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328).
__(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii).
__(11)(i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
__(ii)alternatei(dec 2023)of52.204-30.
_x_(12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note).
__(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313).
__(14)[reserved].
__(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a).
__(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a).
__(17)[reserved]
_x_(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-6.
__(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-7.
_x_(20)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2) And (3)).
__(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)).
__(ii)alternatei(nov 2016)of52.219-9.
__(iii)alternateii(nov 2016)of52.219-9.
__(iv)alternateiii(jun 2020)of52.219-9.
__(v)alternateiv (sep 2023) Of52.219-9.
__(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)).
__(ii)alternatei(mar 2020)of52.219-13.
_x_(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.657s).
__(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)).
__(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f).
_x_(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15u.s.c.632(a)(2)).
__(ii)alternatei(mar 2020)of52.219-28.
__(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)).
__(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)).
__(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 20x20)(15u.s.c.644(r)).
_x_(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15 U.s.c. 637(a)(17)).
_x_(31)52.222-3, Convict Labor(jun 2003)(e.o.11755).
__(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(feb 2024).
_x_(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
_x_(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246).
__(ii)alternatei(feb 1999)of52.222-26.
_x_(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
__(ii)alternatei(jul 2014)of52.222-35.
_x_(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
__(ii)alternatei(jul 2014)of52.222-36.
_x_(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212).
_x_(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496).
_x_(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o. 13627).
__(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78 And E.o. 13627).
__(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.)
__(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) ( 42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(42)52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons(may2024)(42 U.s.c. 7671,et Seq.).
__(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may2024)(42 U.s.c. 7671,et Seq.).
_x_(44)52.223-20, Aerosols(may2024)(42 U.s.c. 7671,et Seq.).
_x_(45)52.223-21, Foams(may2024)(42 U.s.c. 7671,et Seq.).
_x_(46)52.223-23,sustainable Products And Services(may2024)(e.o. 14057,7 U.s.c. 8102,42 U.s.c. 6962,42 U.s.c. 8259b, And42 U.s.c. 7671l).
__(47)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552a).
__(ii)alternatei(jan 2017)of52.224-3.
_x_(48)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83).
__(ii)alternatei(oct 2022)of52.225-1.
__(49)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note,19 U.s.c. Chapter 29(sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
__(ii)alternatei [reserved].
__(iii)alternateii(jan 2025)of52.225-3.
__(iv)alternateiii(feb 2024)of52.225-3.
__(v)alternateiv (oct 2022) Of52.225-3.
__(50)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note).
x__(51)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
__(52)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
__(53)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150).
__(54)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea(nov 2007)(42u.s.c.5150).
_x_(55)52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024)(e.o. 13513).
__(56)52.229-12, Tax On Certain Foreignprocurements(feb 2021).
__(57)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
__(58)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
_x_(59)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332).
__(60)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332).
__(61)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332).
__(62)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a).
__(63)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.).
__(64)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)).
__(65)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631).
__(ii)alternatei(apr 2003)of52.247-64.
__(iii)alternateii(nov 2021)of52.247-64.
(c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
_x_(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
__(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206 And 41u.s.c.chapter67).
__(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206 And 41u.s.c.chapter67).
__(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and 41u.s.c.chapter67).
__(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
__(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
__(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
__(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
__(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792).
__(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)).
(d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation.
(1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract.
(2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved.
(3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e)(1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause-
(i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509).
(ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712).
(iii)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)).
(iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91).
(v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328).
(vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
(b)alternatei(dec 2023)of 52.204–30.
(viii)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities.
(ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
(x)52.222-26, Equal Opportunity(sep 2016)(e.o.11246).
(xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
(xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
(xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212).
(xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40.
(xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
(xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o 13627).
(b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627).
(xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
(xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
(xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989).
(xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
(xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
(xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a).
(b)alternatei(jan 2017)of52.224-3.
(xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6.
(xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40.
(xxvi)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.).
(xxvii)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64.
(2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause)
hhsar Clauses:
hhsar 352.203-70, Anti-lobbying (dec 2015)
hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015)
hhsar 352.239-74, Electronic And Information Technology Accessibility
additional Clauses:
far 52.204-7, System For Award Management
far 52.204-13, System For Award Management Maintenance
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
instructions To Offerors:
addendum To Far 52.212-1 Instructions To Offeror-commercial Items:
proposal Submission Format:
***quotes Shall Be In 2 Volumes: 1 Technical And 2 Price. The Volumes Shall Be Separate And Complete. The Volumes Shall Be Separate And Complete, So That Evaluation Of One May Be Accomplished Independently Of, And Concurrently With, The Evaluation Of The Other. No Pricing Information Shall Be Provided In Volume 1.***
the Total Number Of Pages For The Technical Quote Shall Not Exceed Ten (10) Pages, Using 1” Margins, Single Spaced, Font Type Time New Roman, And A Font Size Of 12.
***the Solicitation Does Not Commit The Government To Pay Any Cost For The Preparation And Submission Of A Quote Or Proposal. It Is Also Advised That The Contracting Officer (co) Is The Only Individual Who Can Legally Commit And Obligate The Government To The Expenditure Of Public Funds In Connection With The Proposed Acquisition.***
the Contractor Shall Indicate At A Minimum Salient Characteristics Have Been Met To Be Considered Responsive For This Requirement. The Contractor Shall Demonstrate How The Requested Items Or Services, “meet” Or “do No Meet” The Salient/functional Characteristics And Specifications Listed Here-below. The Contractor Shall Annotate Each Salient/functional Characteristics And Specifications With The Following: Meets (if It Meets The Specification) Or Does Not Meet (if It Fails To Meet The Specification).
1.grey Market Or Refurbished Products Will Not Be Accepted.
2. The Vendor Shall Indicate If Non-domestic Items Are Included In The Quote.
3. The Vendor Shall Provide All, Of The Items/services Listed Or None.
4. The Vendor Shall Meet All Technical/salient/functional, Operational Characteristics And Specifications Listed, And If Not The Manufacturer, Shall Be Able To Provide The Required Service With Oem Certified Technicians And Parts Or Show Proof That They Are An Authorized Third Party Reseller/provider.
5. Be Advised That Fda Does Not Accept Documents Which Contain The Use Of Macros. When Submitting Documents Via Email, Do Not Include .exe, Mso, Or Any Other Executable File Types That Could Potentially Trigger Email Security Protections (i.e. Email Blocks, Quarantine). Document Submissions Required Throughout The Award Period(s) Shall Not Have Macro Enabled Functionality And Any Document Delivered Having That Functionality Will Be Deemed Delinquent, If Not Corrected Prior To The Due Date.
addendum Paragraph (b):
the Quoter Shall Submit A Written Accessibility Conformance Report (acr) For Each Item Not In Compliance With 508 Standards Identified In Clause 352.239-74, Describing How The Item(s) Will Fully Address The Accessibility Requirements Outlined In The Solicitation; And A Description Of The Evaluation Methods The Offeror Will Use To Validate For Conformance To The Revised 508 Standards. The Acr Should Be Based On The Voluntary Product Accessibility Template Version 2.0 (ms Word) Provided By The Industry Technology Industry Council (itic).
the Offeror Or Applicant Shall Submit All Electronic Documents For Microsoft Office Suite Products Without The Use Of “macros”. When Submitting Proposals Via Email, Do Not Include .exe, .mso, Or Any Other Executable File Types That Could Potentially Trigger Email Security Protections (i.e. Email Blocks, Quarantine). If The Offeror Or Applicant Submits Documents That Contain Macros, Macro Referenced Files, And/or Executable Files, The Government Will Not Be Able To View Or Open Such Documents And The Submission Will Be Considered Non-responsive To The Solicitation. No Additional Time Will Be Given To An Offeror Or Applicant To Correct The Document Submission And The Government Will Not Inform The Offeror Or Applicant That Their Submission Is Non-responsive Prior To Award. It Is The Offeror’s Or Applicant’s Responsibility To Ensure All Electronic Documents Are Submitted Without The Use Of Macros.
technical Acceptability: Will Be Determined By Review Of Information Submitted By The Offeror Which Must Provide Sufficient Technical Information Necessary For The Government To Determine That The Offered Items, Components, And Services Meet Or Exceed The Technical Requirements Identified Above. Offerors Shall Specifically Address The Performance Specifications And Support Same With Submitted Technical Specifications, Descriptive Material, Literature, Brochures, Scientific Publications Where Proposed Solution Has Been Used For Same Or Similar Purposes, And Other Information Which Demonstrates The Capability Of The Offered Solution At Meeting Or Exceeding The Stated Needs Of The Fda.
the Contractor Shall Provide Place Of Product Manufacture Or Service Performance And Any Other Applicable Information To Enable Review And Analysis Pertaining To The Buy American Statute And Requirements Relating To Made In America In The Event Of Nonavailability Waiver Request Through The Miao Digital Waiver Portal Is Needed.
price: Provide Detailed Price Quote For Each Item/component Proposed To Meet The Schedule Of Items. Include The Firm’s Unique Entity Id (sam) Number With Quote.
the Government Is Not Responsible For Locating Or Securing Any Information Which Is Not Identified In The Proposal However The Government Reserves The Right To Obtain Information For Use In The Evaluation From Any And All Sources Including Sources Outside Of The Government.
quotes Must Include: Pricing For Each Line Item, Delivery Schedule, Technical Specifications Of The Offered Product.
*************************************************************************************
mandatory Site Visit: Offerors Are Required To Attend At No Cost To The Government.
a Mandatory Site Visit Is To Inspect The Current Site Where The Vacuum Pump And Preexisting Conditions Are Located. The Site Visit Is Located At:
u.s Food And Drug Administration Los Angeles District Office
pacific Southwest Food And Feed Laboratory
19701 Fairchild Road
irvine, Ca 92612
date: January 29, 2025,
start Time: 9:15 Am Pacific Time
offeror Must Electronically Provide No Later Than Friday, January 23, 2025, At 10:00am Eastern Time (et), The Company Name And Attendees Names To The Contracting Officer. Each Attendee Must Possess And Present A Valid Government Issued Identification To Enter The Site. Allow 2 Hours For The Site Visit. Failure To Attend The Site Visit Will Result In The Offeror Considered Nonresponsive To The Combined Synopsis Solicitation.
during The Site Visit, Offerors Shall Have An Opportunity To Inspect The Site And Ask Questions. All Questions And Answers Will Be Documented And Provided To All Offerors As An Amendment To The Combined Synopsis Solicitation. The Government Will Maintain A Record Of All Attendees, Including Names, And Affiliations.
please See The Attached Combined Synopsis Solicitation Document In Full Text.
Closing Date12 Feb 2025
Tender AmountRefer Documents
7251-7260 of 7282 archived Tenders