Uniform Tenders

Uniform Tenders

Environmental Management Bureau Tender

Software and IT Solutions
Philippines
Details: Description 2 Request For Quotation (rfq) Mobile Workstation Rfq No. Emb-pgss-2024-12-249 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Mobile Workstation 1 Unit 200,000.00 200,000.00 Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Oracle 19c: Oracle 19.3 Enterprise Edition And Standard Edition 2 Oracle 21c: Oracle 21.3 Enterprise Edition And Standard Edition 2 Raster: Dem, Jpg2k, Dted, Mrsid® , Ecw, Png, Esri® Grid, Tiff, Jpeg, Esri® Ascii Autodesk Sdf: 3.0 Esri Arcgis: Arcgis® 10.8.2 ; Arcgis 10.7.1 Mysql: 8.0 Odbc: The Fdo Odbc Provider Has Been Tested With Corresponding Versions Of Odbc Drivers That Are Shipped With The Relevant Supported Operating Systems Version Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php200,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 22, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Mobile Workstation Under Rfq No. Emb-pgss-2024-12-249 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Mobile Workstation Quantity: 1 Unit Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Unit Mobile Workstation Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Mobile Workstation Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Unit Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date22 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)

Credit Information Corporation Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description February 14, 2025 Request For Quotation No.: 2025-cims(021)-npsvp-0001 Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Qty Uom Particulars Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Lot Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance - 2240 Pvu - One (1) Year Maintenance/renewal *deployment - Deployment, Installation And/or Renewal Costs *on-site And Online Support Services - One (1) Year Maintenance 8x7 Online Support - One (1) Year Unlimited Phone And Email Support - Customer Is Entitled To Four (4) Visits Of Onsite Support During The Contract Period - Quarterly Onsite Visit With Reports And Recommendation By Certified Ibm Engineers 1,000,000.00 1,000,000.00 Contract Duration: One (1) Calendar Year Or March 1, 2025 To February 28, 2026 Delivery Schedule: Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Delivery Site: 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than February 18, 2025, 5:00 P.m. Philgeps Certificate/number; Mayor’s/business Permit For The Current Year Or Official Receipt As Proof That The Bidder Has Applied For Renewal, If The Updated Mayor’s Permit Is Not Yet Available; Latest Income/business Tax Returns; Notarized Omnibus Sworn Statement (annex C); And For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: _________________ Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(021)-npsvp-0001, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Qty Uom Particulars Unit Price (in Php) Total Bid Price In Php (inclusive Of Vat) 1 Lot Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance - 2240 Pvu - One (1) Year Maintenance/renewal *deployment - Deployment, Installation And/or Renewal Costs *on-site And Online Support Services - One (1) Year Maintenance 8x7 Online Support - One (1) Year Unlimited Phone And Email Support - Customer Is Entitled To Four (4) Visits Of Onsite Support During The Contract Period - Quarterly Onsite Visit With Reports And Recommendation By Certified Ibm Engineers Contract Duration: One (1) Calendar Year Or March 1, 2025 To February 28, 2026 Total Bid Price In Words: ______________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: ___________________ Annex "b" Compliance Form Technical Specifications Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance 1. Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Creditworthiness Of Borrowers. Cic Needs And Uses A Workload Automation Solution That Enables The Organization To Automate, Plan, And Control The Processing Of Credit Information System (cis) Workloads. The Tool Or Solution Allows The Cic To Manage Workflows From A Single Point Of Control Across Multiple Platforms And Business Applications. The Existing Workload Scheduler That The Cic Utilizes Has The Following Key Features And Capabilities: 1. Hybrid Workload Automation From A Single Point Of Control Monitor Workloads And Resources Through A Single Point Of Control Across Different Platforms And Systems. Monitor Critical Job, Sla Compliance Risk Level And Be Alerted To The Risk Of Sla Constrains And Potential Violations In Advance Through Specific Report And Dashboards. 2. Wide Variety Of Application Plug-ins For Business Processes Automation Automate Beyond Boundaries And Expand Your Automation Outreach To New Domains Thanks To A Large Variety Of Application Specific Plug-ins Available Out Of The Box 3. High Scalability (millions Of Daily Jobs Managed) Manage Organizations Growth And Increasing Demands With A Single Controlling System, Reducing Costs And Risks And Increasing Stability. Automatically Adapts Workload Submission To Support On Demand Processes, Allowing Easy And Safe Integrations Across A Hybrid Environment. 4. Easy Integration In Hybrid-cloud Application Through Rest Api Modelling Rest Apis Are Available To Add/update/delete Scheduling Resources As Well As Retrieve List Of Resources Or Models. Planning Api Are Available To Act On The Scheduling Plan Enabling The Add And Update Actions On All The Resources In The Scheduling Plan Itself. 2. Purpose The Cic Aims To Renew The Ma Of Existing Workload Scheduler Solutions And Licenses To Automate, Plan And Control The Processing Of Workloads Of The Credit Information System (cis) While Overcoming Its Limited Budget And Manpower Resources. 3. Scope The Paid License Covers Receiving 2240 Processor Value Units (pvus) To The Existing Workload Scheduler Solution Of The Cic. 4. Definition Of Terms Term Definition Job Scheduling Job Scheduling Allows Businesses To Automate Batch Jobs On A Single System And To Submit These Batch Jobs For Execution As A Result Of A Specific Event Or At A Certain Time. Traditional Job Scheduling Software Works On One Machine And Is Pretty Inflexible. In Complex Systems, Job Scheduling Has Its Limitations And Inherently Leads To A Lack Of Coordination Between Operating Systems, A High Level Of Complexity When It Comes To Scheduling Jobs And Maintenance, The Need For Lots Of Manual Intervention As Well As The Need For Frequent Programming To Fill Gaps. Scalability Is The Property Of A System To Handle A Growing Amount Of Work By Adding Resources To The System. Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User Workload Refers To A Computer System’s Ability To Handle And Process Work. Workload Automation Is The Process Of Using Software To Schedule, Initiate, And Execute Business Processes, Transactions, Workflows, And Other Related Tasks. It Also Allows Businesses To Configure Or Stop Processes. The Use Of Workload Automation Allows For All Of This Processing To Happen Without Human Or Manual Intervention. Workload Scheduler Is A Workload Automation Solution That Enables Organizations To Automate, Plan And Control The Processing Of Complex Systems' Workloads. It Allows You To Manage Workflows From A Single Point Of Control Across Multiple Platforms And Business Applications. --definitions Are Retrieved From Https://www.wikipedia.com, Https:/www.ibm.com, Https://www.bmc.com, Https://www.nutanix.com 5. Duties And Responsibilities 5.1. Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: The Renewal And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay. 5.2. Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: Issuance Of A Certificate Of Inspection And Acceptance From The Inspection And Acceptance Committee To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. Conducts An Assessment/evaluation Of The Sp Sixty (60) Days Before The End Of The Contract. 6. Requirements 6.1. General Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Service Provider Duly Notarized Statement That The Sp Has Been In Business Of Providing Workload Scheduler Solutions For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. The Sp Must Establish A Single Point Of Contact (spoc) Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem-related Issues. The Sp Must Provide Escalation Or Incident Management Procedures, Including The Complete Names Of Contact Persons, Positions, Email Address, Mobile And Landline Numbers. The Sp Shall Inform Cic Of Any Changes In The Escalation Or Incident Management Procedure Immediately. The Sp Should Provide Unlimited Phone, Email, Chat, And Any Form Of Electronic Communications And Messaging, And Online Or Remote Support For One (1) Year. Monday To Friday, 8x5, For Local Support; And 24x7 For International Helpdesk Support. The Sp Should Provide A Consumable 8x5 Onsite Support With Next Business Day Response Time For One Year. Four (4) Visits Of Onsite Support During The Contract Period. The Sp Must Provide Preventive Maintenance And Health Checks With Reports And Recommendations Every Four (4) Months. Implement Recommended Remedial Action, Security Updates, System Upgrades As Needed. 2. Service Delivery Manager The Sp Should Assign A Service Delivery Manager (sdm) To Cic For The Project To Ensure All Requirements Of This Contract Are Successfully Delivered To Cic. The Sdm Should Have At Least Two (2) Year Service Delivery Or Project Management Experience In Handling Similar Project Implementation. (provide Curriculum Vitae And Related Certifications) 3. Technical Support Staff The Sp Should Assign Two (2) Technical Support/ibm Engineers To The Cic Project (provide Certificate Of Employment, Updated Curriculum Vitae & Related Certifications). At Least Eighteen Months Of Experience In The Configuring, Maintaining, And Troubleshooting Of The Cic’s Existing Workload Scheduler. 6.2. Technical Requirements Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. System Overview Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance Renewal A) 2240 Pvu B) One (1) Year Maintenance/renewal (march 1, 2025 To February 28, 2026) 2. Installation And Configuration Shall Work With Cic To Define Policies, Configuration And Other Requirements As Needed By The System 3. Troubleshooting A) When Workload Scheduler Solution Is Determined To Be Causing Job Scheduling And Automation-related Problems, The Sp Shall Assist The Cic Examining The Solution’s Configuration And Functionality For Potential Issues. A Ticket Will Be Filed By Cic To The Sp’s Service Desk Facility To Trigger The Support Activity. B) The Sp Will Implement Cic’s Change Request Within A 24-hour Period For Simple Change And Up To A Maximum Of Five (5) Days For Complex Changes. 4. Software Updates And Upgrades A) The Sp Must Immediately Apply Updates Whenever Software Updates/bug Fixes Are Available To Mitigate Security Threats. B) Software Updates Or Upgrades Are Separate From The Change Request. 5. Health Checks And Preventive Maintenance A) The Sp Shall Conduct System Health Checks Every Four (4) Months To Determine Potential Issues And Improve Workload Automation Services. 6.3. Service Level Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Change Requests (cr) Cr Must Be Acknowledged By The Sp Within Two (2) Hours Upon Receipt, Mondays To Fridays, 8:00-5:00 Pm. 2. Incident Response Help-desk Facility Available Twenty-four By Seven (24x7) To Receive Reports On Any Issues Incident Response/support Tickets Relayed Through Helpdesk, Email, Phone, Or Instant Messaging Must Be Acknowledged By The Service Provider Within Two (2) Hours Upon Receipt, And Resolve Issues Within Six (6) Hours Upon Acknowledgement. 3. Service Report The Sp Must Provide Service Reports For Each Onsite Or Remote Support Service Performed And Shall Be Verified And Acknowledged By Cic Authorized Personnel. The Sp Shall Submit A Detailed Problem-resolution Report For Every Service Requested Within 24 Hours. It Shall Include Details Of Actions Taken In Resolving The Problem Duly Acknowledged By The Authorized Cic Personnel. 4. Knowledge Transfer At Least Half (1/2) Day Of Training For Basis Users For Viewing And Monitoring Of Job Streams, Workload And Scheduled Jobs. At Least Three (3) Participants For The Basic/viewers Training At Least Half (1/2) Day Of Training Of Administrators And Advanced Users To Cover Management, Administration And Operation, Including Troubleshooting. At Least Three (3) Participants For The Advanced Users /administrators Training Provision Of User Manual And Guides 7. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Services Within 30 Calendar Days (lead Time For Delivery For Non-stock Items) Upon Receipt Of The Notice To Proceed. 8. Terms Of Payment Payment Shall Be Made On The Following: Payment Shall Be Made On A One-time Basis (100%) Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance” By The Cic Inspection Committee. Payment Shall Be Subject To The “warranty” Provisions In The Form Of Retention Money In An Amount Equivalent To At Least One Percent (1%) Of The Contract Price Required In Section 62 Of R.a. 9184 And Its Irr. 9. Contract Termination Both Parties Have The Option Or Terminate The Contract Acceptable To Both Parties Based On The Philippine Government Procurement Reform Act And Its Implementing Rules And Regulations, Gppb Guidelines Or Its Issuances, And Other Philippine Laws As Applicable. Pursuant To Annex I Of The 2016 Revised Implementing Rules And Regulations, As Of 15 July 2022, Of The Republic Act No. 9184, The Cic Reserves The Right To Terminate The Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance On The Following Grounds: Termination By Default: Pursuant To Section 68 Of The 2016 Revised Irr, When Outside Of Force Majeure, The Sp Fails To Deliver Or Perform Any Or All Of The Contract Deliverables Within The Period Specified In The Contract, Or Within Any Extension Thereof Granted By The Cic Pursuant To A Request Made By The Sp Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; Pursuant To Section 68 Of The 2016 Revised Irr, The Sp, As A Result Of The Force Majeure, Is Unable To Deliver Or Perform Any Or All Of The Contract Deliverables, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of Notice From The Cic Stating That The Circumstances Of Force Majeure Is Deemed To Have Ceases; Or The Sp Fails To Perform Any Other Obligation Under The Contract. Termination For Convenience, In Whole Or In Part. If The Cic Has Determined The Existence Of Conditions That Make The Contract Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event/s Or Changes In Law And National Government Policies. Termination For Insolvency. If The Sp Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. Termination For Unlawful Acts. In Case It Is Determined Prima Facie That The Sp Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Statement Of Compliance Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: ___________________ Annex "c" Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: Select One, Delete The Other: [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; Select One, Delete The Other: [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.
Closing Date20 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)

Environmental Management Bureau Tender

Others
Philippines
Details: Description Request For Quotation (rfq) Supply, Delivery And Installation Of Blinds At Director’s Office And Rd’s Lounge Rfq No. Emb-pgss-2025-02-016 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc Supply, Delivery And Installation Of Blinds At Director’s Office And Rigional Director’s Lounge Office Of The Director D.1 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.99 Sq.ft. 310.00 5,886.90 W.1 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,952.00 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,952.00 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. 310.00 5,592.00 W.2 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. 310.00 6,841.70 W.3 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. 310.00 5,840.40 W.4 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 W.5 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. 310.00 6,674.30 Regional Director’s Lounge W.1 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. 310.00 5,483.90 W.2 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. 310.00 7,356.30 B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. 310.00 7,356.30 W.3 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. 310.00 5,555.20 W.4 A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. 310.00 5,555.20 Total 226,377.18 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php226,377.18. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of February 20, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply, Delivery And Installation Of Blinds Under Rfq No. Emb-pgss-2025-02-016 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply, Delivery And Installation Of Blinds Quantity: Lot Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications Supply, Delivery And Installation Of Blinds At Director’s Office And Rigional Director’s Lounge Office Of The Director 18.99 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part Regional Director’s Lounge 17.69 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Suppl, Delivery And Installation Of Blinds At Director’s Office And Rigional Director’s Lounge Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City Office Of The Director A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.99 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 19.20 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. E. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. F. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 22.07 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 18.84 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 21.53 Sq.ft. Regional Director’s Lounge A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. C. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. D. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.69 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. B. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 23.73 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. A. Blackout Combi Blinds Or Dual Shade Blinds With Solid And Mesh Part 17.92 Sq.ft. 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date20 Feb 2025
Tender AmountPHP 226.3 K (USD 3.9 K)

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: ********************* the Closing Date Has Been Extended Until 12:00pm On Wednesday, February 19th, 2025 Since The Original Closing Date Is A Federal Holiday. ******************** combined Synopsis/solicitation non-personal Landscape Services For Weather Forecast Office (wfo) In Charleston, Sc the Incumbent Is Yellowstone Landscape – Southeast, Llc (i) 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 And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) This Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0064. (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (jan 2025). (iv) This Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561730. The Small Business Size Standard Is $9.5 Million. (v) This Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services: clin 0001 – Base Year services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2025 Through 02/28/2026. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 1001 – Option Year 1 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2026 Through 02/28/2027. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 2001 – Option Year 2 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2027 Through 02/28/2028. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 3001 – Option Year 3 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2028 Through 02/28/2029. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 4001 – Option Year 4 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2029 Through 02/28/2030. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ aggregate Total For All Years: ____________________________ (vi) Description Of Requirements Is As Follows: see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-4281, Revision No. 32, Dated 12/23/2024, Which Can Be Found On: Https://sam.gov/content/wage-determinations invoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead. (vii) Date(s) And Place(s) Of Delivery And Acceptance: period Of Performance Shall Be: base Year For A Twelve Month Period 03/01/2025 Through 2/28/2026. option Period 1 For A Twelve Month Period 03/01/2026 Through 02/28/2027. option Period 2 For A Twelve Month Period 03/01/2027 Through 02/28/2028. option Period 3 For A Twelve Month Period 03/01/2028 Through 02/28/2029. option Period 4 For A Twelve Month Period 03/01/2029 Through 02/28/2030. place Of Performance Is Nws Wfo, 5777 South Aviation Avenue, Charleston, Sc 29406-6162. (viii)far Provision 52.212-1, Instructions Toofferors-commercial Productsandcommercial Services (sept 2023), Applies To Thisacquisitionand Can Be Found On The Request For Quote Form Sf18 Attachment. (ix)far Provision 52.212-2, Evaluation-commercial Productsandcommercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (x)far Provision 52.212-3,offerorrepresentations And Certifications-commercial Productsandcommercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advisedto Include A Completed Copy Of The Provision With Itsoffer. (xi)far Clause At52.212-4, Contract Terms And Conditions-commercial Productsandcommercial Services (nov 2023), Applies To Thisacquisitionand Can Be Found On The Request For Quote Form Sf18 Attachment. (xii)far Clause At52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Productsandcommercial Services (jan 2025), Applies To Thisacquisitionand Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii)any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply. (xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On Monday, February 17, 2025. All Quotes Must Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov. (xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov. utilization Of Fedconnect® For Contract Administration the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®. (end) 1352.215-72 Inquiries (apr 2010) offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Kirsten.keen@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Thursday, February 13, 2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Clause) 52.237-1 Site Visit (apr 1984) offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. (end Of Provision) a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact Brian Haines, Brian.haines@noaa.gov, Phone: 771-215-9296 Or Arthur Patrick, Arthur.patrick@noaa.gov, Phone: 703-966-2529 To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Kirsten.keen@noaa.gov. far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023) notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror. 1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation.quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Kirsten.keen@noaa.gov. 2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability. 4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered. 1. Technical Acceptability/capability. 2. Price the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt. far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). (a) 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. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following; technical Acceptability/capability. quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Recent Services Within The Past Two Years Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information. the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services. offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. A Good Past Performance Rating Provides Higher Confidence Than A Neutral Or Satisfactory Rating. price. the Government Intends To Award A Low Priced, Technically Acceptable, Single Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror 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. (end Of Provision) statement Of Work performance Based Service Contract—landscape Maintenance this Is A Work Statement For A Performance-based Service. This Means That The Government Has Described What Is To Be Accomplished, Not How To Accomplish It, And States A Basis For Determining Whether Finished Work Meets The Government Quality Requirements. It Does Not State Detailed Procedures For Accomplishing The Requirement Unless There Are Safety, Security Or Communication Requirements. it Is The Responsibility Of The Contractor To Ensure That They Build Into Their Bid/proposal Price The Necessary Hours That It Will Take To Meet The Performance Standards Specified. the Contractor Will Be Required To Maintain A Quality Control Program To Ensure That The Requirements Of This Contract Are Met. This Program Shall Be Created For Identifying And Correcting Deficiencies In The Quality Of Services Before Performance Becomes Unacceptable. scope Of Work place Of Performance Will Be As Follows: National Weather Service Forecast Office, 5777 S. Aviation Ave, Charleston, Sc. 29406. The Project Site Consists Of Approximately 5 Acres, Parts Of Which Are Occupied By Buildings, Walks, And Other Paved Surfaces. all Work Performed Under This Contract Is Required To Meet The Quality And Performance Standards As Identified. The Contractor Shall Provide All Personnel, Equipment, Tools, Materials, Supervision, And Other Items And Services Necessary To Perform Landscape Maintenance On A Weekly Basis From March 1 Through October 31 And Once A Month (or More Often If Needed) From November 1 Through February 28. Work Shall Be In A Manner That Will Maintain Healthy Grass, Shrubs, And Plants, And Present A Neat And Professional Appearance. if Services Cannot Be Performed Due To Inclement Weather, The Contractor Shall Perform Any And All Scheduled Services The Next Duty Day With No Degradation To Existing Scheduled Services. supplies, Materials, Equipment And Utilities government Furnished: electrical Power Shall Be Provided At Existing Exterior Receptacles For The Contractor To Operate Their Equipment, As Necessary, In The Performance Of This Contract. contractor Furnished: the Contractor Shall Furnish All Supplies, Materials, And Employee Training Necessary To Achieve The Quality Performance Standards Of The Work In This Contract, Unless Otherwise Specified Herein. training Shall Include All Applicable Osha And Other Related Standards. The Contractor Shall Submit All Material Safety Data Sheets (msds) For Any Materials Used Under This Contract Containing “dangerous” Or “warning” Labels To The Technical Point Of Contact (tpoc) Within 10 Days After Contract Award Date. the Contractor Shall Furnish All Equipment Necessary To Accomplish The Work Under This Contract. All Equipment Must Meet All Applicable Osha Standards. The Contractor Shall Not Use Any Unsafe Equipment Or Any Equipment In Need Of Repair. .3. Contractor Personnel within Five Days Of The Contract Start Date, The Contractor Shall Submit, In Writing, The Name Of The Site Manager. The Contractor Shall Supply Telephone, Cell Phone, And/or Pager Numbers To The Tpoc For Use In Contacting The Site Manager. The Site Manager Shall Conduct Overall Management Coordination And Shall Be The Central Point Of Contact With The Government For Performance Of All Work Under This Contract. The Site Manager Shall Be Authorized To Receive Any Notices Of Deficiency In Contract Performance. The Notices May Include, But Not Be Limited To, The Following: Non-performance Of Work, Deficiencies In Work Performed And Notices Of Proposed Payment Withholding Until Deficiencies Are Corrected Due To The Above. The Site Manager Shall Be Available Weekdays, Between The Hours Of 8:00 A.m. And 3:00 P.m., Within 30 Minutes To Meet At The Facility To Discuss Problem Areas. all Personnel Employed By The Contractor Shall Be Experienced In The Type Of Work Involved And Familiar With The Specifications Of This Contract. the Contractor Is Required To Provide Necessary And On-going Tenant Relations Or Customer Service Training For Their Employees. contractor Personnel Shall Conduct All Operations In Such A Manner As To Minimize Any Inconvenience In The Use Of The Facilities To The Occupants. scheduling Work And Reporting Requirements within Five Work Days Of The Contract Starting Date, And Annually Thereafter For Renewal Periods, The Contractor Shall Submit To The Tpoc Schedules And Plans To Accomplish Required Services Throughout The Year. If Changes Need To Be Made To Reduce Conflicts With Government Operations, Special Events, Or Other Occurrences, The Contractor Shall Meet With The Tpoc And Revise The Schedule As Necessary. The Tpoc May Request Changes To The Monthly Work Schedule So Spacing Of Services Is Distributed To Meet The Needs Of The Government. The Contractor Shall Not Deviate From This Schedule Without Prior Approval From The Tpoc. quality Control Program the Contractor Shall Establish A Complete, Written, Quality Control Program (qcp) To Ensure That The Requirements Of The Contract Are Provided As Specified. The Written Qcp Shall Be Submitted To The Tpoc Within 5 Days Of The Start Date Of Work. the Qcp’s Purpose Is To Provide A Plan For Meeting All Requirements Of This Contract. The Qcp Should Include, But Not Be Limited To, The Following: an Inspection Of The Grounds Which Covers All Services Stated In “performance Standards And Guideline Requirements” Of This Contract. a System To Ensure That The Contractor’s Employees, Or Subcontractor’s Employees, Are Notified Of All Deficiencies In Their Area Of Responsibility. A System And Plan To Retrain Employees To Ensure That Deficiencies Do Not Reoccur. a Plan For Monitoring And Correcting Customer Complaints. A Record Of Customer Complaints And The Corrective Action Taken Must Be Kept On File At This Site And Available For Review By The Contracting Officer Or His/her Representative, At Any Time. a Plan For The Immediate Forwarding Of Customer Complaints That Are Not The Responsibility Of The Contractor, To The Tpoc Or Their Designated Representative. the Qcp Must Be Kept Current, Reflecting The Pertinent Contract Modifications And Requisite Changes Or Conditions. The Contractor Shall Review The Plan With His Onsite Personnel To Ensure Complete Understanding. A Copy Of The Most Current Qcp Must Be Kept On File At The Worksite Where The Tasks Are Being Accomplished. if The Contractor Is Not Meeting Performance Or Quality Measures, The Government Retains The Right To Review The Qcp And Related Documents. Upon Review Of The Plan And Related Documents, The Government Will Take Appropriate Action To Ensure That All Quality And Performance Measures Are Met As Specified In This Contract. performance Standards And Guideline Requirements note: All Services Provided Under This Contract Are Required To Meet The Quality And Performance Standards Described Herein. the Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision To Perform Grounds Maintenance And Landscape Services As Identified In The Statement Of Work. the Following Guidelines Describe What Is Considered To Be The Normal Industry Quality And Performance Standards For Intended Services Under This Type Of Contract. the Contractor, Through Innovation, Technology Or Other Means, Shall Perform The Required Services In Order To Meet The Quality And Performance Standards. the Following Guidelines Are For Reference Only And Final Results Will Be The Determining Factor For The Success Or Failure Of This Contract. Performance Will Be Based On The Contractor’s Effort In The Meeting The Performance And Quality Standards, Not The Frequency Or Method Of Performance. mowing And Trimming Operations: the Contractor Shall Be Responsible For Monitoring The Growth Of The Grass And Scheduling Cutting/mowing Operations, But In General Mowing And Trimming Operations Should Occur Weather Permitting On A Weekly Basis From March 1 Through October 31. the Contractor Shall Maintain A Grass Height Between 2” And 2 ½” In Order To Prevent Scalping. Uneven Mowing And Rutting By Equipment During Contractor Operations Must Be Avoided. the Government Is Not Responsible For Damage To Contractor’s Equipment Due To Trash, Debris, Or Uneven Terrain. contractor Shall Maintain All Open Drainage Systems; Open Culverts Under Driveways And Roads Free Of Debris, Trash, Limbs, Leaves And Grass Clippings. grass And Weeds Shall Be Trimmed Around Trees, Shrubs, Buildings, Fences, Poles, Posts, Fire Hydrants, Parking Lot Bumper Blocks And Other Fixed Obstacles Concurrent With Mowing Height To Give A Well-manicured Look At All Times. grass Clippings Shall Be Removed To Provide A Uniform Appearance After Mowing. the Contractor Must Exhibit Care Around/near Parked Vehicles During Mowing And Trimming Operations So To Not Cause Damage. It Is The Responsibility Of The Contractor To Repair Any Vehicle Damage That Occurred At A Result Of Negligence During Mowing And Trimming Operations. grounds Maintenance. all Turf Areas Will Be Fertilized Four Times Annually With A Balanced Lawn Food To Ensure A Thick Healthy Lawn. all Flowers, Plants, Shrubs, And Trees Will Be Fertilized As Needed To Maintain A Healthy Condition. fertilizers Shall Be Standard Commercial Grade Of Organic Or Inorganic Fertilizer Of The Kind And Quality Specified Per Results Of Soil Testing By The Contractor And Appropriate To Industry Standards. The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Fertilizer Application And Post Flags Indicating The Application. The Contractor Shall Apply Fertilizer In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. Material Safety Data Sheets (msds) Will Be Available At All Times. the Use Of Compatible Sod Or A Grass Seed Mixture Should Be Used To Fill In Damaged Grass Areas Or Areas Without Grass. edging. grass Shall Be Cut Back From All Edges 0.5” To 1.5” And Not Cut Deeper Than 1.5” To 2”. edging Shall Include Removal Of Vegetation From Sidewalks (including Cracks And Expansion Joints), Driveways, Concrete Curbs, Planting Beds And Mounds, And Rock Beds. Grass Shall Not Extend Over The Edge Of Any Of The Above Areas. weed And Insect Control. lawns Shall Be Maintained In A Manner To Minimize Annual And Perennial Weeds, Including All Clover And Coarse Grass Species. apply Herbicides And/or Pesticides To Lawns At Least Twice A Year And More Often Than That If Needed To Control Weeds, Clover And Course Grasses Consistent With Industry Standards. flower Beds Shall Be Kept Weed Free By Pulling Weeds Or Applying Herbicides And/or Pesticides. Weeding Is A Year-long Requirement. parking Lots, Walkways, Rock Beds, Fences, And All Building Perimeters Shall Be Kept Free Of Weeds, Grasses, And Leaves All Year Long. apply Herbicides And/or Pesticides To Turf, Shrubs, Trees And Ground Cover Twice A Year And More Often Than That If Needed To Control Insect Infestation. the Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Weed Or Insect Control Application And Post Flags Indicating The Application. The Contractor Shall Apply Pesticides And/or Herbicides In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure Pesticides And Herbicides Used Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Fertilizer Application And Post Flags Indicating The Application. mole Control. action Will Be Taken Through Whatever Means Necessary To Minimize The Moles And The Damage They Do To The Turf And Flowerbed Areas. the Contractor Shall Be In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. If Chemicals Are Utilized, Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure What Is Done To Control Moles Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. If Applicable, The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Application Of Chemicals And Post Flags Indicating The Application. ant Control. routine Action Will Be Taken Through Means Necessary To Minimize The Ant Mounds And The Damage They Do To The Turf And Flowerbed Areas. annual Applications Of Preferred Treatment (lasts 1 Year From Date Of Application) Will Be Applied At The End Of Winter For Optimum Control In The Most Active Months During Spring/summer. Cost Of The Product, Delivery, And Labor Will Be Included In The Contract. the Contractor Shall Be In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. If Chemicals Are Utilized, Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure What Is Done To Control Ants Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. If Applicable, The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Application Of Chemicals And Post Flags Indicating The Application. cleanup. all Grass Clippings, Weeds, And Pruning Shall Be Removed From The Project Site As Necessary. walks And Driveways Shall Be Kept Free Of Equipment And Debris. exterior Walls Of Building Shall Be Kept Free Of Soil. all Trash, Debris And Leaves Shall Be Removed From The Property, Including The Vehicle Parking Lots, Walkways, Flowerbeds, And Lawn Areas. mulch Replenishment. beds Will Be Edged And Cleaned Of All Debris And Weeds Before Adding Mulch pine Straw Mulch Will Be Replenished In All Planting Beds, And Around All Shrubs, Trees And Walkways Twice A Year. Quantities Supplied Must Be Sufficient To Maintain Planting Bed Areas With A Minimum Mulch Depth Of Four (4) Inches, And Tree Mounds With A Minimum Depth Of Six (6) Inches. A Sample Of Mulch Shall Be Submitted To The Tpoc Prior To Application. erosion Control. The Contractor Shall Repair And Fill All Rivulets, Soil Slides, And Washouts When Necessary. pruning. prune All Shrubs To Existing Form Twice During The Growing Season Or As Needed. Trees Shall Be Pruned From Ground Level To Up To 12’ To Improve Form And Remove Dead Wood And Spent Blossoms As Needed. tree And Shrub Suckers, Excess Shoot Growth, And Limbs Shall Be Removed As Needed. Plantings Such As Ground Cover, Perennials, And Bulbs, Shall Be Cut Back As Appropriate For The Species. flowers Replacement. Replace Flowers Twice Annually (march/april And October/november) So That When The Flowers Reach Maturity Each Of The 4 Beds In The Front Of The Building Are Well Covered. damage. If The Government Determines That The Damage To Sprinkler Heads Was Caused By The Contractor, The Contractor Shall Repair/replace Them At No Additional Cost To The Government. final Work. During The Last Two Weeks Of The Contract, The Contractor Shall Leave All Planting Beds, Tree Mounds, And Rock Beds In A Weed Free Condition. Grass Shall Be Mowed, Weather Conditions Permitting, Regardless Of Height. itemized Services Requriement Sheet the Following Are Services Included Under This Performance- Based Solicitation. The Following Are Major Service Items And Therefore, Some Minor Or Sub Item Services May Not Be Listed. edging erosion Control fertilizing insect/mole Control grass Mowing leaf Removal mulching pruning trimming weeding bed Preparation And Maintenance lawn Maintenance period Of Performance base Year: March 1, 2025 To February 28, 2026 option Year 1: March 1, 2026 To February 28, 2027 option Year 2: March 1, 2027 To February 28, 2028 option Year 3: March 1, 2028 To February 28, 2029 option Year 4: March 1, 2029 To February 28, 2030 technical Points Of Contact noaa/national Weather Service charleston, Sc Weather Forecast Office 5777 South Aviation Avenue charleston, Sc 29406-6162 primary: provided Upon Award backup: provided Upon Award
Closing Date19 Feb 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.  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 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 1 Of 5 page 1 Of 13 page 1 Of 5 pre-solicitation Notice For A Service Disabled Veteran Owned Small Business (sdvosb) Contractor To Provide A Firm Fixed Price Indefinite Delivery/indefinite Quantity (idiq) Contract With A Five-year Ordering Period For Pre-arranged Non-emergent Wheelchair Transportation Services For The Va Maine Healthcare System. Below Is The Proposed Performance Work Statement. the Full Solicitation Will Be Posted On The System For Award Management (sam) Located At Https://www.sam.gov On Or About March 6th, 2025, As A Sdvosb Set-aside. The Applicable Naics Code Is 485991 With A Size Standard Of 19 Million. The Psc Is V212. All Interested Parties Should Register Via The Sam Portal At Https://sam.gov To Be Eligible For Participation In The Solicitation. It Is The Responsibility Of The Offeror To Monitor And Download Amendments From Sam Which May Be Issued To This Solicitation. Prospective Firms Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award. **funding Has Not Yet Been Secured** performance Work Statement i. General Overview: the Va Maine Healthcare System Requires A Contractor To Furnish Wheelchair (wheelchair) Van Transportation Services To Its Beneficiaries. The Contractor Must Provide All Equipment, Personnel, Supervision, And Support To Provide These Transportation Services. This Contract Shall Have A Five Year Ordering Period. The Government Seeks One Primary Contractor (or Transportation Broker) That Will Handle These Services And The Logistics Of Establishing Subcontracting Networks (if Necessary) To Perform The Work Outlined Herein. The Primary Intent Of This Contract Is For Prearranged Non-emergency Transportation. All Services Will Be Provided In Accordance With The Terms And Conditions Of This Contract And Industry Accepted Quality Standards Highlighted In This Sow. The Intent Is To Establish An All Inclusive Price To The Greatest Extent Possible By Establishing A Fixed Price Per Trip For Routine Transports. the Maine Healthcare System Includes The Togus Va Medical Center Located At 1 Va Center In Augusta, Me And The Following Community Based Outpatient Clinics (cboc S): Bangor, Lewiston, Portland, Rumford, Lincoln, Presque Isle And Calais Addresses Listed. Services Include Transportation To And From Togus Va, Cboc S Or Va Authorized Appointments In The Community. Bangor Va Clinic Lincoln Va Clinic 35 State Hospital Drive, Bangor, Me 99 River Road, Lincoln, Me Portland Va Clinic Rumford Va Clinic 141 West Commercial St. Portland, Me 10 Railroad St. Rumford, Me lewiston Va Clinic Calais Va Clinic 15 Challenger Drive, Lewiston, Me 50 Union St, Calais, Me Presque Isle Va Clinic 732 Main St, Presque Isle, Me ii. Tasking/specifications: general: Contractor Will Furnish Monday-friday (7:00am 6:00pm) Wheelchair Van Transportation Service For The Beneficiaries Of The Va Maine Healthcare System. Service To Include Transport To And From Togus Va Medical Center (vamc), Va Maine Hcs Community Based Outpatient Clinics, And Any Healthcare Appointment Locations Located In The Community. number Of Patients: It Is Understood And Agreed That 1 Or 2 Patients Can Be Transported Together (combined Trip) By The Request Of Va Maine As Long As Vendor S Vehicle Can Appropriately & Safely Accommodate Patients Including Their Wheelchairs. An Authorized Official Of Va Maine May, In The Interest Of The Patient, Allow A Relative Or Aide To Accompany Him/her At No Extra Charge To The Government. The Contractor Must Ensure That The Pick-ups And Drop-offs Are Scheduled So That The Total Distance Traveled Will Result In The Most Economical Charge To The Government. waiting Time: For Time Waiting At Either End Or Both Ends Of A Trip Due To Causes Beyond The Contractor S Control (e.g. Patient Not Ready For Pick Up) The Contractor Will Be Reimbursed At The Wait Time Rate Quoted In Their Bid For Each Full Quarter Hour In Excess Of One-quarter Hour From The Time Contractor Reports To The Pickup Point. Contractor Shall Arrive To Pickup Point Within 15 Minutes Of Scheduled Pickup Time. For Round Trips, A Scheduled Pick Up Time Will Be Given For The Contracted Driver To Return To Pick Up Patient. There Is No Waiting Time Reimbursement While Patient Is Attending Appointments. If The Pickup Is Other Than At The Va Maine, The Contractor Will Call The Mobility Manager (mm) Or Administrator On Duty (aod) After Hours As Soon As They Anticipate That A Delay May Develop For Which They Expect To Claim Reimbursement. This Call Is Only For The Purpose Of Verifying Arrival Time At The Pickup Point And Is Not Necessary If The Contractor Anticipates No Delay For Which They Will Claim Reimbursement. completed Trip: When Wheelchair Van Service Under The Terms Of This Contract Involves Pick-up Of A Patient Who Is To Be Brought To Togus Vamc, A Cboc Or To A Va Community Care Appointment, The Trip Will Be Considered Complete When The Patient Is Delivered By Driver To The Requested Destination. non-pickup Of Patient: When Wheelchair Van Service Involves A Trip To Or From Togus Vamc Or Transfer From Community Hospital Or Patient S Residence And Patient Refuses Transport Or Due To Unforeseen Circumstances Or The Patient Unstable For Pick-up, The Contractor Will Collect For The Trip At The Base Rate Applicable Under The Schedule Portion Of This Contract. rates: Rates Will Apply Monday-friday Normal Business Hours (7:00am 6:00pm). Payment For Mileage Traveled Beyond A Base Trip (25 Miles) Will Be Limited To One Way Only For The Distance Over Which The Patient Is Transported. The Contractor Shall Receive The Base Rate Quoted In The Schedule For All One-way Trips Ordered. The Base Rate Shall Constitute Full Compensation For One-way Trips Which Do Not Exceed The Mileage Threshold As Defined Herein. The Contractor Will Only Receive Additional Mileage Payment For Mileage Exceeding 25 Miles For A One-way Base Trip. toll Charges: It Is Agreed And Understood That The Prices Quoted In The Schedule Do Not Include Any Ferry, Bridge, Tunnel Or Road Toll Charges. Any Such Legitimate Toll Charges Incurred Shall Be Limited To One-way Only And Shall Be Listed Separately On Contractor's Invoice. problems In Transport: Any Adverse Events Incurred During The Transport Of Our Patients Will Be Recorded And Reported To The Mobility Manager At The Togus Va And Recorded In The Incident Reporting System Within 2 Hours Of Incident. patient Welfare And Abuse: The Contractor Shall Be Held Responsible For Patient Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Government Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches Or Personal Belongings Will Be Replaced By The Contractor At No Additional Cost To The Government Or Beneficiary. The Government Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. Any Abuse Of Patients Will Be Grounds For Default Action Or Termination Of The Contract. In The Event A Patient's Develops A Medical Condition During Transport, The Contractor Shall Transport The Patient To The Closest Facility Appropriate For The Required Care. no Idle Policy: At No Time Will The Contractor Leave Vehicles On Va Premises Unless A Pick-up Or Delivery Is In Process. Once A Patient Has Been Removed From Vehicle And The Running Vehicle Will Be Removed From The Drop Off Point. If Driver Is Waiting For Patient, He Is To Remain With Vehicle (not Idling) Until Patient Arrives For Return Ride. iii. Ordering Procedures: requests For Services Will Be Recorded On The Daily Travel Manifest And Furnished To The Contractor Via Telephone. These Requests Will Be Communicated By The Travel Dept., No Later Than 4:00 P.m. Prior To The Day The Transportation Is Required. Poc Mobility Manager Or Transportation Coordinator (623-8411, Ext 5693, 2262 Or 4910). The Following Information Shall Be Provided By The Va To The Contractor: beneficiary Name (first And Last Name) social Security Number/date Of Birth pick Up Point (include Address, Telephone #, City, State, Bldg. And/or Room Number If Applicable) destination time Of Pick Up support Required Or Items To Accompany, (escort, Other Items) additional Information As Needed (whether There Are Papers, Medications Or Other Items To Be Transported With The Beneficiary And Location Of Those Items) including Any Specific Physician Instructions a Listing Of Va Personnel Authorized To Communicate The Arrangement Of Wheel Chair Van Services Will Be Forwarded To The Contractor After Award Of Contract. Updated Listings Shall Be Provided To The Contractor When Required During The Term Of The Contract. in The Event That A Beneficiary Misses His/her Scheduled Appointment Due To Pick Up Delay, The Va Shall Reschedule The Trip. If Additional Charges Are Incurred By The Va For The Rescheduled Trip Said Additional Charges Shall Be The Responsibility Of The Contractor. The Va Shall Notify The Contractor When These Cases Are Identified. when Veterans Call For Service, The Contractor Is Not To Transport Patients Who Call Them For Transport Unless Authorized For Payment By The Mobility Manager Or Transportation Coordinator. patient Pick-up And Delivery From/to Va Maine: The Mobility Manager Or Transportation Coordinator Will Specify Location To Pick Up Patient. Primarily It Will Be From The Lobby Of Bldg. 200 For All Trips Made To The Togus Vamc. in Case Of Inclement Weather, The Decision As To Whether Or Not A Va Beneficiary Shall Be Transported Shall Be Made Mutually By The Mm Or Tc And The Contractor. when More Than 1 (one) Beneficiary Is Transported, In A Single Vehicle, The Longest Distance Transported May Be Claimed In Addition To The Base Rate For One Beneficiary Plus The Established Rider Rates For The Remaining Beneficiaries. Trip Mileage Shall Be Determined In Accordance With The Current Bing Map Internet Version. The Contractor Shall Ensure That Pickups And Drop-offs Are Made So That The Total Distance Traveled Shall Result In The Most Economical Charge To The Government. When More Than One Beneficiary Is Transported Within The 25-mile Radius In A Single Vehicle To Close Destinations, A Base Rate May Be Charged For One Beneficiary And Rate For Additional Beneficiary For The Remaining Beneficiaries. ordering Officers Will Be Authorized To Place Orders Against This Contract. The Contracting Officer Will Furnish The Contractor With The Names Of Individuals Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. When Ordering Officers Are Added After Award, The Contracting Officer Will Furnish The Contractor With The Names Of Individuals Authorized As Ordering Officers, By Memorandum Upon Ordering Officer Appointment. Ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. iv. Contractor S Quality Control Program (qcp) the Contractor Shall Establish And Maintain Quality Control Program To Ensure All Contract Requirements Are Met. The Contractor S Qcp Shall Include The Following Or Have Incorporated Into During Performance Of The Contract, At A Minimum: an Inspection Plan Covering All Services Required By This Contract. The Inspection Plan Shall Specify The Areas To Be Inspected On Either A Scheduled Or Unscheduled Basis And How Often Inspections Shall Be Accomplished And Documented, And The Title Of The Individual(s) Who Shall Perform The Inspections. on-site Records Of All Inspections Conducted By The Contractor Noting Necessary Corrective Action Taken. The Government Reserves The Right To Request Copies Of Any And/or Each Inspection. The Methods For Identifying And Preventing Deficiencies In The Quality Of Service Performed, Before The Level Of Performance Becomes Unacceptable And Organizational Functions Noting Intermediate Supervisory Responsibilities And Overall Management Responsibilities For Ensuring Total Acceptable Performance. The Contractor Shall Maintain On-site Records Of All Vehicle Maintenance And Repairs Performed On Vehicles Used In The Performance Of This Contract. The Contractor Shall Institute Methods To Identify And Prevent Vehicle Breakdowns, With Detailed Procedure For Alternative Transportation Of Beneficiaries In The Event Of Mechanical Breakdown Of Vehicle. the Contractor Shall Maintain On-site Records Identifying The Character, Physical Capabilities, Certifications And Ongoing Training Of Each Employee Performing Services Under This Contract. The Contractor Shall Have Methods Of Identifying And Preventing Radio Communication Breakdowns And Provide A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown. the Contractor Shall Maintain On-site Records Of Any Complaints Or Problems With Procedures Taken To Allow For Corrections And/or Elimination Before Effects Caused Interruption Of Contract Performance. The Contractor Shall Participate In Quarterly Scheduled And/or Unscheduled Conference Calls With The Va Representatives To Provide A Report Of On-going Operational Issues. the Contractor Shall Have A System That Verifies The Licenses And Driving Records Of Individuals Operating The Vehicles. The Contractor Shall Make This Information Available For Review By The Va Upon Request. v. Performance Standard: 1.general: Contractor Shall Maintain A 98% Satisfaction Rate Per 100 Trips To Be Considered As Providing Acceptable Performance. Acceptable Performance Is Considered As Having No More Than Two (2) Valid Complaints Per 100 Trips. Validity Of Complaint Is To Be Determined By The Cor. the Contractor Shall Maintain At A Minimum, A 95% Compliance Rate On Response To Pick-up Or Deliver During The Contract Year. If The Contractor Fails To Provide Service Within The Time Frames Specified Herein, The Government Reserves The Option Of Either Obtaining Service From An Alternate Source And Charging The Contractor With Any Excess Costs Accrued Or Assessing A Fee For Each Late Pick -up. 2.vehicle And Regulatory Standards: Successful Offeror Shall Meet All Requirements Of Federal, State, Or City Codes Regarding Operations Of This Type Of Service. Further, All Vehicles Must Be Equipped With All Items Specified By Federal 49 Cfr Parts 27, 37, And 38, Transportation For Individuals With Disabilities (most Current Volume), State And Local Laws, Ordinances, Codes, Rules, And Regulations. A Minimum Acceptable List Is Detailed In The Evaluation Criteria Under The Proposal Preparation Instructions, Volume Ii (technical). 3.mileage: To Determine What Is Considered Reasonable Mileage, Va Will Utilize Bing Maps Internet Version (internet Address: Http://www.bingmaps.com ) Quickest Route Computations. Unless Specifically Approved By Travel For Extenuating Circumstances, Requests For Payment Of Mileage Determined Not Reasonable By The Va Will Not Be Paid. Contractor Must Ensure That Pickups And Drop-offs Are Scheduled So That The Total Distance Traveled Will Result In The Most Economical Charges To The Government. 4.inspection Of Contractor Facilities/vehicles: The Government Reserves The Right To Thoroughly Inspect And Investigate The Facilities, Vehicles, And Business References, Of Any Offeror And To Reject Any Proposal, Irrespective Of Price, That Shall Be Administratively Determined To Be Lacking In Any Of The Essentials Necessary To Ensure Acceptable Standards Of Performance. 5. Passenger Transportation: contractor Shall Provide Wheelchair Van Transportation Services Five (5) Days Per Week, During Normal Business Hours, 7:00am To 6:00pm. If A Beneficiary Being Transported Declines To Be Properly Belted; He/she Will Not be Transported. The Cor Or Designee Will Be Notified Promptly. If The Beneficiary Removes The Securing Devices During The Trip, The Driver Will Notify The Cor Or Designee Of This Upon Arrival At Destination. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. Contractor Drivers Shall Ensure Proper Loading/unloading Techniques Are Followed At All Times. Beneficiaries In Wheelchairs Shall Be Loaded Onto Lifts, Ensuring All Safety Systems Are Working Properly, E.g. Roll Back Stops, And The Driver Must Ride The Lift With The Beneficiary During Loading/unloading. Beneficiaries In Motorized Scooters Must Transport To A Vehicle Seat. No Beneficiary Shall Be Allowed To Ride A Motorized Cart (scooter) On The Vehicle Lift At Any Time. The Contractor Shall Ensure That Drivers Receive Appropriate Safety Training On Loading/unloading Techniques And Such Training Shall Be Documented And Made Available To The Cor Or Designee Annually And/or Prior To Contract Submission Or Renewal. Contractor Shall Provide Through The Door Assisted Service For All Beneficiaries To And From Their Designated Appointments If The Beneficiaries Can Beneficiaries Shall Be Picked Up On The Ward, In Their Homes, In The Clinics, Or At Other Areas Designated By The Va And Taken To The Authorized Destination Or Appointment. All Beneficiaries Shall Be Attended By An Authorized Responsible Party At All Times. Assistance In Maneuvering Stairs And Other Barriers Shall Be Provided By The Driver And/or Authorized Attendant When Necessary. These Services May Need To Be Provided Within Or Outside The Home (i.e., From The Door To The Vehicle. When The Beneficiary Is Delivered To A Destination (i.e., A Clinic Or Other Appointment), An Authorized Care Giver Or Medical Staff At The Destination Must Be Informed Of The Beneficiary S Arrival By The Contractor S Driver Or Authorized Attendant. the Contractor S Driver (or Authorized Attendant) Shall Observe The Beneficiary During Transport. Any Indication Of A Significant Change In The Beneficiary S Condition (i.e., Sudden Onset Of Rapid Or Labored Respiration, Complaints Or Chest Pains, Etc.) Shall Be Communicated Immediately To The Togus Travel Office 623-8411, Mobility Manager (mm) Ext. 4910 Or Transportation Coordinator (tc) Ext. 5693 Or 2261. After Hours, Aod Ex. 5523. If Necessary Driver May Need To Divert To The Nearest Healthcare Facility. contractor S Driver Shall Notify The Mm Or Designee, Of Any Unusual Events, Including But Not Limited To Accidents, Safety Problems, Beneficiaries Unfastening Themselves And Other Such Incidents That Occur, Which Involve Any Va Beneficiary Being Transported Under This Contract. The Cor Or Designee Shall Be Notified Within One (1) Hour Of The Occurrence Of The Incident(s) By Telephone And, If Requested By The Cor And/or Contracting Officer, A Written Report Of The Incident(s) Will Be Delivered To The Cor Or His/her Designee By Close Of Business The Next Working Day. Restrictions: The Contractor May Not Transport Non-va Contract Beneficiaries Or Private-pay Beneficiaries With Va Beneficiaries Under This Contract. No Beneficiary En-route In Any Transport Shall Be Transferred From The Original Vehicle To Another Vehicle At A Location Other Than The Destination Address Supplied By The Travel Office, Unless Extraordinary, Urgent Need Situations Arise. All Such Events Shall Be Reported To The Travel Office. Drivers Shall Not Make Non-emergent Stops For Any Reason, During Any Beneficiary Transport Under This Contract. While Transporting Va Beneficiaries Under This Contract, Only Authorized Drivers Or Attendants, Or Beneficiary S Family Member Or Representative, Shall Be Allowed In The Vehicle. The Number Of Riders In Any Vehicle Shall Not Exceed The Number Of Approved Safety Restraints Available In The Vehicle. The Contractor Shall Have A Contingency/backup Plan In The Event The Contractor Is Unable To Perform Services Or Have Services Performed As Required. The Contractor Shall Immediately Notify The Va Travel Section And Provide Justification For Non-performance And Initiate The Contingency/backup Plan. Non-emergency Attendant/drivers Must Be Capable To Administer Oxygen And Have Successfully Completed The Standard Or Advanced First Aid Courses Of The American Red Cross Or U.s. Bureau Of Mines Or Equivalent. Proof In The Form Of A Current Certificate That Such First Aid Training Has Been Successfully Completed Must Be Submitted With Offeror S Proposal And Available Upon Request. All Contractor Personnel Performing Contract Services Shall Meet The Qualifications And Be Licensed As Specified In The Contract, As Well As Any Qualifications Required By Federal, State, County And Local Government Entities From The Place In Which They Operate. The Qualifications Of Such Personnel Shall Also Be Subject To Review By The Va Chief Of Staff And Approval By The Va Facility Director. the Contractor Shall Be Responsible For Protecting The Personnel Furnishing Services Under This Contract. To Carry Out This Responsibility, The Contractor Shall Provide The Following For These Personnel: - Workers Compensation - Professional Liability Insurance - Health Examinations - Income Tax Withholding - Social Security Payments the Parties Agree That Such Personnel Shall Be Considered Employees Of The Contractor And Shall Not Be Considered Va Employees For Any Purpose. drivers And Authorized Attendants All Contractor S Drivers Shall Be Required To Wear, In A Readily Observable Area On The Employee, A Contractor Supplied Photo Identification Badge Containing The Name Of The Driver Or Attendant, And The Contractor S Business Name, Or Company Uniform, That Is Acceptable To The Contracting Officer, Which Identifies The Drivers While Performing Any Aspect Of Service Prescribed In This Contract. Contractor Shall Be Responsible For Appropriate Driver Screening And Selection Criteria When Employing Drivers. Such Screening Shall Include But Not Limited To Testing Drivers For Prohibited Drug Use And Alcohol Misuse, And A Criminal Background Check To The Maximum Extent Permitted By Law. all Contractor S Drivers Shall Have Passed The American Red Cross First Aid Course And Have On File A Current Certificate (renewable Every Three Years) To Be Made Available To The Contracting Officer Upon Request all Contractor S Drivers Shall Have Passed The American Red Cross Adult Cpr Course And Have On File A Current Certificate (renewed Annually) To Be Made Available To The Contracting Officer Upon Request. All Contractor S Drivers Shall Perform Such Duties That Require The Use Of The Above Training And Certification; I.e. Transferring Beneficiaries, Helping Transfer Beneficiaries, As Needed. All Contractor S Drivers Shall Have The Physical Capabilities To Provide Special Assistance To The Beneficiaries When Transporting Beneficiaries To The Medical Center, Private Residence, Nursing Homes, Etc. The Contracting Officer/cor Reserves The Right To Prohibit Specific Drivers From Participating In The Loading, Transporting, And Unloading Of Beneficiaries Should It Be Determined The Driver Has Engaged In Unsafe Practices. The Contractor Shall Promptly Replace Any Personnel Removed From The Performance Of Services. This Determination Will Be At The Sole Discretion Of The Contracting Officer/cor And Will Be Based Upon Documented Evidence. All Contractor S Drivers Shall Maintain A Valid Operator Or Chauffeur S License, Required To Operate The Type Of Vehicle Necessary To Perform The Service, As Required By The State Of Maine. Contractor Shall Provide, Upon Request Of The Contracting Officer, A Copy Of The Valid License Of All Drivers Performing Under This Contract. Drivers At A Minimum Are Required To Have A Background Check Prior To Transporting Veterans Which Shall Include But Not Limited To A Finger Check Run Through An Fbi Data Base With Favorable Determination, And Each Of The Drivers Shall Prior Have A Desk Review Of Their Driving Records And Active Licenses. the Cor, Or Designee, May Require An Attendant Other Than The Driver To Accompany A Beneficiary For Wheelchair Van Transports. Rate Charges For Attendant Needed To Transport Beneficiary With Prior Authorization By The Va Applies. while The Vehicle Engine Is In Operation, Operator Telephone, Radio, Or Wireless Communications Shall Occur Only Via Hands Free Headset, Microphone, Or Other Hands Free Apparatus. contractor Conduct: The Va Places The Highest Priority On The Treatment Of Its Beneficiaries. The Contractor, Contractor S Employees, And Contractor S Representatives Shall Treat Each Beneficiary With Respect, Concern And A Professional Approach To Beneficiary S Dignity As An Individual And As A Beneficiary. All Communication Both Verbal And Non-verbal By The Contractor S Personnel, With And In The Presence Of The Beneficiary, Shall Be Conducted In A Professional Manner. The Contractor S Personnel Shall Conduct Themselves In A Professional Manner While Performing Any Aspect Of Service Related To This Contract At Or On The Grounds Of The Va Medical Center. All Va Medical Center Rules And Regulations Shall Be Adhered To By The Contractor Or Contractor S Personnel While Said Persons Are At Or On The Grounds Of The Medical Center. Beneficiary Privacy And Confidentiality: Contractor Shall Maintain The Confidentiality Of All Beneficiary Information And Records Associated With The Performance Of This Contract. Awarded Contractor Shall Be Required To Sign Business Associate Agreement (baa) As Mandated By The Health Insurance Portability And Accountability Act Of 1996 (hipaa). vi. Training Requirements: 1. To Be Eligible To Perform Under This Contract, Each Contract Employee Must Meet The Minimum Training Required Outline Below And Minimum Contractor Furnished Training Outlined In Paragraph (2) (c), (1) Through (8). 2. Contractor Furnished Training. a) The Contractor Shall Submit To The Contracting Officer Written Certification That Each Contract Employee Has Been Trained In The Subject Areas Outlined In Paragraph C Prior To Assignment Under This Contract. For Replacement Or New Employees Documentation Of Prior Training Must Be Submitted Or The Individual Contract Employee Must Complete The Required Training Before Being Employed In Support Of This Contract. b) All Formal Training Required Shall Be Administered (i.e., Taught, Presented) By Persons Who Are Certified As Being Qualified To Instruct Or Teach, The Specific Subjects Or Topics Required. Certification To Instruct The Specific Subject Shall Be In The Form Of A Certificate Issued By An Accredited Institution Of Learning (school, College, University), A Governmental (federal, State, County, Etc.) Educational Certification Body (agency, Board, Commission), Or By Documentation That The Person Instructing Has Sufficient Experience In/with The Subject To Be Able To Instruct The Subject In An Authoritative, Practical And Current Manner. c) In Addition To The Formal Training, The Contractor Shall Provide 16 Hours Of Orientation Training For Each Employee Fourteen (14) Days After His Or Her Initial Assignment To Duty. This Orientation May Be Accomplished While The Employees Are On Duty. The Contractor Shall Certify To The Cor As To The Completion Of The Orientation For Each Employee Within 45 Days Following Assignment To Duty. The Follow-up Orientation Should Include The Following Subjects And Instructional Time Periods As Well As Other Subjects As May Be Required: (1) Accident And Incident Reporting (2 Hours) (2) Safe Operation Of Emergency Vehicles (2 Hours) (3) Quality Assurance (2 Hours) (4) Fire And Emergency Preparedness Planning (2 Hours) (5) Handling Patient Complaints (1 Hour) (6) Infection Control (2 Hours) (7) Universal Precautions (policy And Procedure) (2 Hours) (8) Safety And Occupational Health Procedures (3 Hours) 3. Contractor Furnished Training - The Contractor Shall Submit To The Contracting Officer Written Certification Of The Follow-up Orientation. the Wheelchair Van Driver Must Be Enrolled In 'refresher" Continuing Education, Or Advanced Training Programs As Required By The Local Or State Government Entity In Which The Service Is Rendered To Veterans Or, A Yearly Basis. Such "refresher" Training Must Be Equivalent To That Developed By The Department Of Transportation Or National Highway Safety Administration. Evidence Of Successful Completion For "refresher" Training Must Be Provided To The Contracting Officer For Inspection. number Of Beneficiaries: It Is Understood And Agreed That No Vehicle Shall Transport More Individuals Than The Number Of Approved Safety Restraint Devices Installed In That Vehicle. When More Than One Beneficiary Is Transported On A Trip, Whether It Is To The Same Destination Or To Separate Destinations, Payment Shall Be Made In Accordance With The Terms Listed In Section E. Orders. vii. Contract Definitions And Acronyms: administrative Officer Of The Day (aod) Va Official That Works In The Admissions Area During Evenings, And Monitors Hospital Activities During Other Than Normal Business Hours. This Person Acts As Hospital Administrator During Off-hours. base Rate The Base Rate Shall Constitute Full Compensation For One-way Trips Which Do Not Exceed The Mileage Threshold As Shown In Price/schedule Section Of Order. beneficiary Veterans And Other Members Determined To Be Eligible For Benefits By The Va. contracting Officer (co) Va Official With The Authority To Enter Into, Administer And/or Terminate Contracts And Make Related Determinations And Findings. contracting Officer S Representative (cor) Va Official Responsible For Providing Contract Oversight And Technical Guidance To The Contracting Officer. Responsibilities Include Certification Of Invoices, Placing Orders For Service, Providing Technical Guidance, Overseeing Technical Aspects Of The Contract. All Administrative Functions Remain With The Contracting Officer. contractor The Term Contractor As Used Herein Refers To Both The Prime Contractor And His/her Employees, And Any Subcontractors And Their Employees. The Contractor Shall Be Responsible For Assuring. gender - For The Purpose Of Equal Rights, Wherever The Masculine Or Feminine Gender Is Used In This Solicitation, And The Resulting Contract, It Shall Be Considered To Include Both Masculine And Feminine Genders. joint Commission A National Organization Dedicated To Improving The Care, Safety And Treatment Of Patients In A Health Care Facility And Environment. loaded Mile Mileage Incurred With The Patient Actually On Board The Vehicle From The Point Of Pickup To Destination. mileage Rate Mileage Rate For Transportation Services Is The Rate Paid For Each Mile Traveled Beyond The Specified Mileage Threshold. This Rate Applies To Loaded, One-way Transportation As Well As No Load Trips Outside The 25-mile Radius Of Any Of The Identified Drop-off Locations. In No Event Shall The Contractor Receive This Rate For Miles Traveled Within The Specified Mileage Threshold. mobility Manager (mm): Poc At Va Maine Travel Dept., Also Is The Cor To Contractor. non Pick Up Of Patient (dry Run): When Wheelchair Van Service Involves A Trip To Or From This Medical Center Or Transfer From Community Hospital Or Patient S Residence And Patient Refuses Transport Or Due To Unforeseen Circumstances The Patient Unstable For Pick-up, The Contractor Will Collect For The Trip At The Rates Applicable Under The Schedule Portion Of This Contract. prorated Trips Any Trip In Which More Than One Veteran Is Transported By A Single Driver, Allowing Only The Mileage To Be Claimed To The Farthest Destination Of The Run. quality Assurance Those Actions Taken By The Government To Assure Services Meet The Requirements Of This Contract. quality Assurance Evaluator(s) Government Personnel Responsible For Surveillance Of Contractor Performance. quality Assurance Surveillance Plan An Organized Written Document Used For Quality Assurance Surveillance. The Document Contains Specific Methods For Performing Surveillance Of The Contractor S Continuous Performance. quality Control Those Actions Taken By The Contractor To Control The Production Of Goods Or Services, So They Will Meet The Requirements Of A Contract. transportation Coordinator Tc Schedules Beneficiary S Trips, Covers For Mm In The Event Of A Problem Or Event Of Patient While On Route. vamc Acronym For Department Of Veterans Affairs Medical Center. vehicle(s) The Term Vehicle(s) As Used In This Contract Refers To Wheelchair Accessible Vans. waiting/waiting Grace Period Waiting As Used In This Contract Is Defined As The Time Required And Verified By Authorized Medical Facility Personnel, For The Contractor To Wait At Designated Pickup And/or Delivery Points In Performing Contract Services. Waiting Will Be Charged In Fifteen (15) Minute Increments.
Closing Date13 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
United States
Details: Introduction the Army Contracting Command (acc) Orlando Is Issuing This Sources Sought Notice And Holding An Industry Day As A Means Of Conducting Market Research To Identify Parties Having In The Capability And The Resources To Support The Requirement To Provide Agile, Specialized And Cost Effective Security Assistance Teams (sats) In Order To Facilitate Security Assistance Programs That Build Partnership Capacity As Well As Defense And Security Relationships; That Promote Specific U.s. Security Interests, Including All Security Assistance Activities; Develop Allied And Friendly Military Capabilities For Self-defense And Multinational Operations; And Provide U.s. Forces With Peacetime And Contingency Access To Host Nations In Support Of United States Army Campaign Plan And U.s. National Security Objectives. the Intention Is To Award A New Multiple Award Task Order Contract (matoc) Indefinite Delivery Indefinite Quantity (idiq) Contract. place Of Performance minimal Continental United States (conus) Performance (program Management) And Phase-in Period Will Occur. Predominantly Performance Will Be Outside The Continental United States (oconus). *note 01: The Oconus Portion Required Will Have Contractor Performance Under Potentially Austere, Physically Demanding, And Stressful Working Conditions. program Background u.s. Army Security Assistance Training Management (satmo) Is A Subordinate Command Under The U. S. Army Security Assistance Command (usasac), A Major Subordinate Command (msc) Of Army Material Command (amc). Satmo Executes The Overseas Portion Of The U.s. Army’s Security Assistance Enterprise Outside Continental United States (oconus) Training And Technical Assistance Mission. Satmo Plans, Forms, Prepares, Deploys, Sustains And Re-deploys Continental United States (conus)-based (from The Continental U.s.) Sats To Execute Oconus Security Cooperation Missions In Support Of Geographic Combatant Command Theater Security Cooperation Programs And U.s. Foreign Policy (for The Purposes Herein, The Terms “security Assistance” And “security Cooperation” Mean “foreign Military Aid.”). satmo Staff Teams With Active Component Army, Active Component Members Of Other Services, Reserve Component Army, Reserve Component Members Of Other Services And Dod Civilians. Satmo May Use Contractor Services If None Of These Are Available For A Given Aviation Sat Mission To Support Rotary Wing Aircraft. Because Of Long Lead-times For Non-contract Personnel, And Current Operations Tempo, Satmo Anticipates An Increasing Requirement For Contractor Support, Especially For Aviation Skills Including Flying, Maintenance And Operational Planning. Additional Requirements Will Include The Same Aviation Skills As Previously Listed But For Non-standard Aircraft. In This Case Non-standard Aircraft Are All Types Not Currently Employed By The Active Component, This Includes Legacy Air Frames. In Accordance With The Assistant Secretary Of The Army For (acquisition, Logistics, And Technology) (asa (alt)) Memorandum Dated 6 January 2010, All Non-standard Aircraft Training Not Procured Through The United States Army Aviation And Missile Command (amcom) Acquisition Center Shall Be Referred To The Deputy Assistant Secretary Of The Army (procurement) (dasa (p)), The Deputy Assistant Secretary Of The Army (acquisition Policy And Logistics) (dasa (apl)), And The Deputy Assistant Secretary Of The Army (defense Exports And Cooperation) (dasa (dec)) For Review And Evaluation And Asa (alt) For Approval Prior To Any Commitment And Execution By Any Other Acquisition Office. Specific Skill Requirements Will Be Identified At The Task Order (to) Level. When It Is Known That Uniformed Personnel Will Not Be Available, Contractor Support Will Become The First Option Considered. In Other Cases, The More Rapid Reaction Time Of Contractors May Be A Governing Factor In Using Contractor Teams. Aviation Sats Deployed Because Of This Contract May Be A Single Contractor Employee, A Combination Of Department Of Defense Personnel And Contractor Employee(s), Or Entirely Contractor Employees. aviation Services Will Be Provided During The Aviation Sat Execution Phase And During The Post Deployment Stage Of An Aviation Sat Mission Cycle. The Aviation Services Required Are Divided Into Two (2) Categories: Rotary Wing Training Related Services And Rotary Wing Technical Assistance Related Services. The Example Subtasks And Explanations Listed Below Are Representative Of Aviation Sat Rotary Wing Missions That Satmo May Accomplish During A To. potential Technical Assistance Related Mission Sets Are Fast Rope Insertion And Extraction System (fries), Special Patrol Insertion And Extraction System (spies), Hoist, External Loads, Over Water, Helicopter Arial Refuel (har), High Altitude Aviation Training Site (haats), Aerial Gunnery, Aviation Special Operations, And Air Assault/air Movement. Provide Any Supporting Documentation Reflecting The Experience. Potential Qualified Trainers And Advisors Of Usaace Rotary Wing Pilots (sp/ip, Me/mtp, Amso, Aso), 15 Series Military Occupational Specialty Codes (mos), Mos Maintainers (15b,15d,15f,15g, 15h, 15n,15r, 15y), And 15 Mos Crew Members (15t, 15u) With Additional Qualifications Of Standardization Instructor (si)/ Flight Instructor (fi), And Flight Engineer (fe) And Personnel Capable Of Establishing Base Operations Training Capabilities. specific Tasks tasks Listed Herein Are Only Examples And Are Not To Be Performed Unless Issued On A Task Order. These Are Intended To Provide A Sampling Of The Types Of Missions (and Inherent Requirements) Which Could Reasonably Be Expected To Be Resourced And Executed By The Contractor. The List Is By No Means Exhaustive, Either In The Nature Or The Scope Of Possible Missions. training Related Services. Satmo Provides Aviation Training, Maintenance Training, And Advisory Services To Customer-host Nations In Several Different Major Areas. conduct Aviation Assessments To: determine Aviation Training Requirements. identify Aviation Areas Requiring Technical Assistance (maintenance, Logistics, Standardization, Etc.). host Aviation Engineering Directorate (aed) Sourced Airworthiness Assessment Teams. evaluate Aviation Safety Processes And Programs. conduct Formal Academic And Flight Training: initial Rotary Wing Qualification Courses To Train Crewmembers In The Basic Skills Required To Operate An Aircraft Under Day, Night, And Instrument Condition. aircraft Qualification Courses To Train Crewmembers To Operate A Specific Aircraft. aircraft Series Transition Courses To Train Crewmembers That Are Already Qualified On A Specific Aircraft To Operate A New Or Different Version. training On Advanced Aviation Skills Such As Night Vision Systems, Aerial Gunnery, Formation Flight, Etc. crew Chief, Flight Engineer, And Crew Communications Courses. graduate-level Aviator Instructor Pilot And Maintenance Test Pilot Qualification Courses. non-aircraft Specific Pilot Courses On Aviation Mission Planning, Aerodynamics, Aviation Medical Issues, Etc. The Contractor Will Have Access To The Host Nation Aviation Mission Planning System/device On Any To That Requires Amps Duties. conduct Formal Academic And Hands-on Demonstration Training: individual Aircraft Repairer General And Aircraft Specific Maintenance Courses. aviation Organizational/line Unit Maintenance Courses. aviation Intermediate/allied Shops Maintenance Courses. training On Advanced Maintenance Skills Such As Technical Inspection, Quality Control, Production Control, Maintenance Management, Etc. training On Supporting Aviation Systems Including Ground Support Equipment, Special Tools, Aviation Sets/kits/equipment, And Air Traffic Control Communication Systems. provide Advice, Informal Training, Mentorship, And Assistance To: enhance Unit Flight And Tactical Operations. conduct Individual And Collective Sustainment Training. promote Host Nation Aviation Safety. assist To Establish Host Nation Aviation Systems, Programs, Processes, And Sops; Especially In The Areas Of Safety, Operations, Training, Standardization, Maintenance, Logistics, And Sustainment. inform Host Nation Personnel Of Us Army Aviation Best Practices And Lessons Learned. technical Assistance Related Services. Provide Technical Assistance And Expertise Required To Operate, Maintain, Sustain Or Return Complex Customer-nation Aviation Systems To Operational Readiness. Examples Include: Conducting Specific Aircraft Systems-related Training Courses, Assisting The Customer To Implement An Automated Aviation Technical Supply System, Or Advising Them On How To Establish Aircrew Life Support Equipment (alse) Training Program. Each To Will Address Specifics On The Required Technical Assistance Tasks To Be Performed. generic Aviation Maintenance Related Technical Assistance Task Statement. Provide Technical Assistance And Expertise To Repair, Modernize, Inspect Or Validate The Mission Readiness Of Host Nation Aviation Equipment Or Weapon Systems And Its Components. All Final Inspections Will Be Accomplished By The Government Or Customer-nation. Training Of Customer-nation Personnel Is Not The Primary Focus During These Missions. Any Training Benefit Derived Is Collateral To The Primary Mission. Essential Maintenance Related Subtasks May Include: inspect, Troubleshoot And Repair Equipment (type Of Equipment Tbd At To Level) Iaw An Army Aviation And Missile Command Aviation Safety Action Memo (asam) Or Safety Of Flight Message (sofm) To Restore The Equipment (type Of Equipment Tbd At To Level) Model Helicopter To Mission Readiness Status. operational Planning. Analyzing Emergent Requirements And Assisting In Plan Development To Meet Those Requirements. required Qualifications all Flying Contractor Members Shall Meet The Qualification Requirements Of Dcma Inst 8210.1d (ar 95-20). eligibility the Applicable Naics Code For This Requirement Is 611512 (flight Training), With A Small Business Size Standard Of $34.0m. The Product Service Code Is U099 (education/training - Other). Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement. *note 01: The Current Sba Table Of Small Business Size Standards Was Updated 17 March 2023; Since The Beginning Of 2022, The Sba Has Regularly Updated The Table To Account For Inflation. Businesses Must Update Their Sam.gov Profiles To Have Their Small Business Status Reflect The Most Current Small Business Size Standards. Until Updated, The Sam Profiles Will Continue To Display The Small Business Status Under Outdated Size Standards. *note 02: In Accordance With 13 C.f.r. 121.104, The Current Calculation For Dollar (monetary) Value Based Naics Codes Is Average Total Receipts Over The Last Five (5) Completed Fiscal Years *note 03: In Accordance With 13 C.f.r. 121.106, The Current Calculation For Employee Based Naics Codes Is Average Number Of Employees Used For Each Pay Period For The Preceding Completed 24 Calendar Months. additional Information the Estimated Period Of Performance Consists Of Five-year Base With Performance Commencing In Late May 2027. The Government May Issue By Bi-lateral Extension Extend The Ordering Period Of This Contract For Up To An Additional Five (5) Years Provided The Maximum (total Contract Minimum) Designated In The Schedule Has Not Been Exceeded. Therefore The Total Duration Of The Ordering Period Of Performance, Including The Extension, Shall Not Exceed 10 Years. the Contract Type For Task Orders Is Anticipated To Be A Firm Fixed Price. The Base Indefinite Delivery Indefinite Quantity (idiq) Contracts Estimated Ceiling Is $249m. the Government Is Currently Refining The Acquisition Strategy, And The Planned Approach Has Not Yet Been Finalized. Your Firm’s Responses To This Posting Will Assist The Government With Its Development. industry Day Is Being Held On 3 February 2025. Individual Breakout Sessions Are Being Held 4 February 2025. Instructions On How To Register For Industry Day And Individual Breakout Sessions Are Contained In The Attachments. questions And Answers Session: Individuals Are Encouraged To Submit Their Technical Questions Via Email To Ms.caryn H. Mcgraw, Email Caryn.h.mcgraw.civ@army.mil. And Ms. Glenda Torres, Email Glenda.m.torres.civ@army.mil. No Later Than 3 Pm, 9 January 2025. Technical Questions Submitted In Advance Will Be Addressed During The Questions And Answers Session At Industry Day, Followed By An Open Discussion Where The Panel May Address Technical Questions From The Audience. submission Details (capabilities Statement) contractors Are Requested To Submit A Capabilities Statement Including A Cover Sheet Of No More Than 15 Pages. Font Shall Be No Smaller Than Arial 10. The Cover Page Should Include Company Name, Address, And Points Of Contact Including Phone Numbers And E-mail Addresses. The Cover Sheet Shall Not Count Towards The Page Count. the Deadline For Response To The Capability Statement, Industry Day Registration, And Individual Breakout Session Registration Is No Later Than 3 Pm, Est, 9 January 2025. All Responses Under This Sources Sought Notice, Industry Day Notification, And Individual Breakout Registration Must Be E-mailed To Caryn H. Mcgraw, Email Caryn.h.mcgraw.civ@army.mil. And Glenda Torres, Email Glenda.m.torres.civ@army.mil. this Documentation Must Address At A Minimum The Following Items: list The Types Of Rotary Wing Pilot, Maintainer, Or Base Operations Training Capabilities Your Company Had Provided Before Or Is Currently Providing. Provide Contract Numbers For Reference, If These Contracts Are With The Army Or Other Department Of Defense Contracts. describe Your Company’s Capability And Capacity To Provide Qualified Trainers And Advisors Of U.s. Army Aviation Center Of Excellence (usaace) Rotary Wing Pilots (standard Pilot, Instructor Pilot, Maintenance Test Flight Evaluator, Maintenance Test Pilot, Aviation Mission Survivability Officer, And Aviation Safety Officer), And 15 Series Military Occupational Specialty (mos) Jobs Related To Maintaining, Repairing, And Operating Military Aircraft Such As Maintainers (15b,15d,15f,15g, 15h, 15n,15r, 15y) And Crew Members (15t, 15u) With Additional Qualifications Of Standardization Instructor/ Flight Instructor, And Flight Engineer, And Personnel Capable Of Establishing Base Operations Training Capabilities. describe Your Company’s Experience (with Examples) Training And Assisting In The Following Mission Sets: Fries, Spies, Hoist, External Loads, Over Water, Har, Haats, Aerial Gunnery, Aviation Special Operations, And Air Assault/air Movement. Provide Any Supporting Documentation Reflecting The Experience. This List Of Mission Sets Is Not All Inclusive And Experience On Any Other Type Of Mission Sets Can Also Be Provided. describe The Company’s Experience Preparing Employees For Oconus Deployment And Meet All Dod Foreign Clearance Guide Requirements For Passports, Visas, Training And Pre-deployment Preparations. does Your Company Have Experience With Training, Advising, And Assistance With Foreign Customers With Differing Cultures To Include Language Barriers In An Austere Environment? Please Include Oconus Locations, Types Of Performance/services Provided, And Contract Numbers. can Or Has Your Company Managed A Task Of This Nature? If So, Please Provide Details. can Or Has Your Company Managed A Team Of Subcontractors Before? If So, Provide Details. what Specific Technical Skills Does Your Company Possess Which Ensure Capability To Perform The Requirements Detailed Above? provide A Statement Including Current Small/large Business Status And Company Profile To Include Number Of Employees, Annual Revenue History, Office Locations, Duns Number, Etc. a Statement Indicating If Your Firm Is A Large Or Small Business Under Naics Code 611512; If Small Business, Please Indicate Any Applicable Socio-economic Status [i.e., 8a, Small Disadvantaged Business (sdb), Hubzone, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb). your Firm’s Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted In Either Microsoft Word Or Portable Document Format (pdf). the Information Provided To This Sources Sought Shall Not Be Proprietary And May Be Utilized To Assist The Determination Of The Acquisition Strategy To Follow For This Future Effort. The Information Will Be Retained To Document The Market Research Report And Will Be Classified As Controlled Unclassified Information Under Acquisition/procurement Disposition. all Questions Must Be Submitted To The Contract Specialist Identified Above. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought. note (limitations On Subcontracting): If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That Far Clause 52.219-14 (limitations On Subcontracting) (deviation 2021-o0008) Was Updated In September 2021. The Current Clause Adds The Definition Of “similarly Situated Entity” And The 50% Calculation For Compliance With The Clause. Small Business Prime Contractors May Now Count “first Tier Subcontractor” Work Performed By A “similarly Situated Entity” As If It Were Performed By The Prime Contractor Itself. to Assist In Our Market Research And Set-aside Determination For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize A “similarly Situated Entity” To Meet The Limitations On Subcontracting Requirements, Please Identify The Name & Unique Entity Id/cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned “similarly Situated Entity” Should Be Included In Answering Any Questions Outlined In The Ssn In Order To Assist The Government's Capability Determination. disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)” To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Invitation For Bid (ifb) Or Rfp, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation Part 12, Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Contracting Officer Is Utilizing Policies And Procedures Prescribed In Part 12, Acquisition Of Commercial Products And Commercial Services. Solicitation Number Rfq 45310025q0008 Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective On November 12, 2024. Convention Centers, Hotels, And Other Full Service Facilities That Can Satisfy The Requirements Listed Below Are Encouraged To Submit A Quotation. Quotations From Third-party Entities Will Not Be Considered. This Solicitation Is Considered An Unrestricted Procurement. the U.s. Equal Employment Opportunity Commission Office Of Field Programs, State, Local And Tribal Programs Has A Requirement For A Contractor To Provide Meeting Facilities, Rental Of Audio Visual Equipment/support Services, Food And Beverages, Business Services And Lodging To Conduct A Four-day Joint Fepa-tero Conference. The United States Equal Employment Opportunity Commission (eeoc) Is Conducting A Joint Training Conference For Fair Employment Practices Agencies (fepas) And Tribal Employment Rights Offices (teros). the Government Anticipates With A Minimum Of 225 Attendees And An Anticipated Maximum Of 250 Attendees. To Be Eligible For Consideration, The Contractor’s Proposed Facility For The Seminar Must Be Located In Downtown Phoenix, Arizona. the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract. the Quotation Package Shall Include The Following Line Items In A Written Quotation: (fy 2025): Contract Line Item Number: Clin 0001, Rental Of Conference Space – Quantity 4 Days Each (see Below List Of Conference Space Requirements), Unit Price $ , Total Clin 0001 $ ; clin 0002, Food And Beverage Services (see Below List Of Food And Beverage Requirements, Unit Price $ Per Person Rate Per Day, Unit Price $ , Total For Clin 0002, $ . clin 0003, Rental Of Audio Visual Equipment And Technical Support – Quantity 4 Days Each (see Below List Of Audio Visual Requirements), Unit Price $ , Total For Clin 0003 $ ; clin 0004, Business Services Expenses – 4 Days (see Below List Of Business Services Requirements), Unit Price $ ____, total For Base Period Clin 0004 $ . Total Price For Clins 0001 Through 0004: $ the Preferred Dates For Consideration In Order Of Preference June 1-june 5, 2025 (1st Choice), June 8-june 12, 2025, (2nd Choice), And July 13-july 17, 2025 (3rd Choice). please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government. the Conference Provides For Meeting Space For Training Sessions, Along With Food And Beverage Service For Buffet Breakfast, Buffet Lunch, And Morning And Afternoon Breaks. Registration Starts Monday From 8:30am To 4:30pm Et. The Conference Starts Tuesday And Wednesday 7:30 Am To 6:00 Pm Et, Thursday, 7:30am To 1:30pm Et. a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Prospective Contractor Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation. general Requirements: The Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. Accessibility: Americans With Disabilities Act (ada) Requirements: All Facilities, Including Training Rooms And Rest Rooms And Audio-visual Equipment, Must Be Fully Accessible To Individuals With Disabilities In Compliance With The Americans With Disabilities Act Amendments Act. Accommodations For Disabled Individuals May Include, But Are Not Limited To, Accessible Parking Spaces, Elevators, Adequate Sound Systems, Wide Aisles And Wheelchair Ramps. A Site Visit May Be Conducted By The Disability Business And Technical Assistance Centers (dbtac) Prior To The Award Of The Contract. Parking: There Must Be Adequate Free Or Low Cost On-site Parking For All Participants. Confirmation Policy: The Eeoc Anticipates The Need For Sleeping Rooms On Sunday Through Thursday. Eeoc Will Require The Hotel Contact Person To Provide A Listing Of Registered Participants With Reserved Sleeping Rooms Prior To The Lodging Date To Verify The Rooming List As It Develops. Amendments And/or Substitutions May Be Necessary. description Of Facility And Minimum Requirements the Following Requirements For Lodging And Conference Space Are Minimum Requirements: Lodging: Guest Rooms Shall Be Located Onsite. The Facility Shall Be Centrally Located Within No More Than Three Blocks Walking Distance Of Area Retail, Restaurants, And Attractions. The Contractor Shall Provide A List Of All Local Restaurants Within A Ten-minute Walk From The Contractor’s Facility. lodging Payment Arrangements: Participants Will Contact The Hotel Individually To Obtain Room Scheduling And Shall Be Responsible For Payment Of Individual Guest Rooms And All Incidental Charges Upon Checkout. Payment Amount For Lodging Cannot Exceed, On A Daily Basis, The Maximum Per Diem Rate In Effect In Accordance With The Federal Travel Regulations Including Taxes, Gratuities, And Other Costs. Charges For Incidental Expenses Such As Telephone Charges And Room Service Will Be The Responsibility Of Individual Guests. local Transportation: The Contractor Shall Also Provide A List Of Options For commuting From And To All Airports And Railroad Stations (if Applicable) Within The area. If The Contract Facility Provides Shuttle Service, Contractor Shall Indicate If the Service Is Free Or What The Fee Is For The Service. Also, Indicate If The Shuttle service Is Wheelchair Accessible. room Rate: The Contractor Shall Provide The Sleeping Rooms For Eeoc Staff And Presenters At Or Below The Federal Government’s Domestic Per Diem Rate Which Is Available On-line At Http:/www.gsa.gov. The Facility Will Not Require Advance Payment From Conference Participants Covering The First Night Of Lodging. Guest Rooms Shall Be Located Within The Same Building As The Meeting Rooms. guest Rooms: Individual Travelers Will Schedule And Pay For Their Guest Room Nights. The Schedule And Range Of Guest Rooms Anticipated For This Conference Are As Follows: sunday, 35 Sleeping Rooms monday, 250 Sleeping Rooms tuesday, 250 Sleeping Rooms wednesday, 250 Sleeping Rooms thursday, 65 Sleeping Rooms friday, 0 Sleeping Rooms clin 0001 – Conference Space – Meeting Facilities: All Meeting Rooms Shall Be Wheelchair Accessible. The Meeting Facility Shall Be Available For Consecutive Nights And Consecutive Days As Specified Below: conference Will Be Held Monday Through Thursday On The Dates Provided Previously. the Following Meeting Spaces/rooms Shall Be Available Throughout The Conference: registration Area: Registration Area Shall Be Near The Main Plenary Room(s) And Will Include Two Skirted Eight-foot Tables, Configured As Follows: Two Tables Next To Each Other To Accommodate Training Materials. The Facility Shall Provide Signage Identifying The Conference Location Within The Hotel. Set Up Shall Be Completed By 12:00 P.m. Et On Monday. The Registration Area Must Remain Set Up And Available Throughout The Duration Of The Conference. secured Office/working Room: A Secure Office Or Working Room Is Needed Where Conference Materials Can Be Assembled, Sorted, And Stored. This Will Also Be Used As A Work Area For Staff. The Room Must Include At Least Two Six-foot Tables And Trash Receptacles. Telecommunication Requirements Include Electrical Outlets And Internet Access. two Plenary Meeting Rooms: Large Plenary Meeting Room Shall Accommodate Up To 250 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be sufficient For Easy Wheelchair Access. Two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. medium Plenary Meeting Room Shall Accommodate Up To 100 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be Sufficient For Easy Wheelchair Access. two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. breakout Rooms: Four Breakout Rooms To Accommodate At Least 65 People Each, Set In Classroom Style With No More Than Two People Per Six-foot Table Or 3 People Per Eight-foot Table Which Are Covered And Skirted Or Round Tables Of 6-8 People Per Table. Each Table Shall Contain Writing Paper, Pens, Ice Water With Glasses, Candy Or Mints For Participants. Tables Shall Be Refreshed For Afternoon Sessions. All Chairs Shall Be In Working Order, Free From Soil And Able To Move Easily. There Shall Be Enough Space Between Tables To Maneuver A Wheelchair. The Hotel May Provide The Large Plenary Meeting Room And Medium Plenary Meeting Room As Two Of The Four Breakout Rooms. All Breakout Rooms Will Be Available 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. small Group Meeting Room: This Meeting Room Shall Accommodate Up To 30 People Set In A U-shape Style With Tables That Are Covered And Skirted. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available 8:00 Am – 7:00 Pm Et On Monday; 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday; And 7:30 Am – 6:30 Pm Et On Thursday. all Meeting Rooms Must Have A Suitable Sound System So All Participants May Hear And Ask Questions Of The Speakers. Both Meeting Rooms Should Be Arranged Classroom Style With Chairs And Tables For Writing And Handouts. All Chairs And Tables Shall Be In Acceptable Condition (the Furniture Is Not Broken, Soiled, Rusted Or Damaged In Any Way That Would Injure The Individual Or Damage Clothing). Aisle Space, Including The Space Between Tables And Desk, Need To Be Accessible For Persons In A Wheelchair. Walls Should Be Constructed In Such A Manner That They Confine Inside Sound And Reduce Or Prevent The Transmission Of Extraneous Sound. Both Rooms (including Luncheon Area) Should Be Equipped With A Working Sound System Which May Be Controlled By The Speaker And Which Projects Equally To All Areas Of The Room. Rooms Should Be Configured To Allow Every Participant A Clear View Of The Speaker And All Visual Aids. Each participant Should Have A Clear View Of At Least One Of The Projection Screens In Use. Rooms Should Be Well Lit To Accommodate Extensive Reading And Writing And All Lighting Should Be Uniform And Should Not Produce A Glare. Heating And Air Conditioning Should Provide A Comfortable Level Of Air Quality And Room Temperature When Rooms Are At The Maximum Capacity. Rooms Should Be Refreshed After Each Session And Debris Removed. clin 0002 – Food And Beverage Service: Buffet Breakfast To Be Served On Tuesday, Wednesday, And Thursday Between [approximate Time Of Service: 7:30 A.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. morning Break To Be Served On Tuesday, Wednesday And Thursday Between [approximate Time Of Service: Tbd] And Shall Include, At A Minimum Refresher Of Coffee, Tea And Water. buffet Luncheon To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: 11:45 A.m. And 1:15 P.m. Et]. Buffet Shall Be Set Up Outside The Large Plenary Meeting Room And Individuals Will Be Permitted To Bring Food Back Into The Large Plenary Meeting Room For Consumption. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Juices, Coffee, Decaffeinated Coffee And Iced Tea. Please Provide Recommended Lunch Buffet Menus, With Prices Per Person Served With Regular And Decaffeinated Coffee, Water And Tea (iced Or Hot). afternoon Break Is To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: Tbd] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices. small Group Food And Beverage – Only Needed On Monday And Thursday Afternoon [approximate Time Of Service: Tbd]. The Estimated Number Of People Receiving This Service Is Up To 30 People And Is Subject To Change. small Group Breakfast To Be Served On Monday Between [approximate Time Of Service: 7:30 a.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. Please Provide Recommended Breakfast Menus, With Prices Per Person Served. small Group Luncheon To Be Served On Monday Between [approximate Time Of Service: 11:45 a.m. And 1:15 P.m. Et]. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Brewed Coffee, Decaffeinated Coffee, Juices And Iced Tea. Please Provide Recommended Lunch Menus, With Prices Per Person Served. small Group Afternoon Break Is To Be Served On Monday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices. small Group Afternoon Break Is To Be Served On Thursday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips And A Hot Or Cold Food Item. Provide Recommended List Of Beverages, Snacks And Hot Or Cold Food Item And Their Related Prices. quoter Should Also Submit An All-day Food And Drink Package With A Per Person Rate Per Day. All Food And Beverage (f&b) Services Need To Be Located In Areas Accessible To Individuals With Disabilities. The Luncheon Should Be Arranged So That All Individuals Can Be Seated And Served Sufficiently. pricing For Food And Beverages Shall Include The Price For The Item(s), Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether The U.s. Government Is Exempt From State Tax, If Applicable. The Eeoc Is A Tax Exempt Federal Agency; Please Do Not Include Any Sales Tax In Quotations For Which The Federal Government Is Exempt. the Contracting Officer Representative (cor) Will Contact The Contractor Within 72 Hours Of The Event To Confirm The Number Of Participants. The Contractor Shall Provide Food And Beverage For A Minimum Of 250 Participants Each Day. The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Meeting Room Rental, Audio Visual Equipment, Food And Beverages, And Business Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person. clin 0003 – Rental Of Audio Visual Equipment And Technical Support: The Following Services And Audiovisual Equipment Will Be Required: large Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday. podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each] hand-held Cordless Microphone [2 Each] table Top Microphone For Table Next To Podium [3 Each] mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room. projection Package Linked To Podium Laptop Computer. projection Screens Appropriate For Size Of Meeting Room [2 Each] av Package (movable Cart, Power Cord And Power Strip) technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations. equipment And Av Package Including A Technician To Enable Live Streaming Of Plenary Speaker(s) To Audience Participating Remotely. av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space. medium Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday. podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each] hand-held Cordless Microphone [2 Each] table Top Microphone For Table Next To Podium [3 Each] mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room. projection Package Linked To Podium Laptop Computer. projection Screens Appropriate For Size Of Meeting Room [2 Each] av Package (movable Cart, Power Cord And Power Strip) technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations. av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space. breakout Room(s) – Needed On Tuesday, Wednesday And Thursday. If Hotel Only Provides Two Additional Breakout Rooms, Hotel Will Allow For Large Plenary And Medium Plenary Rooms To Be Repurposed For The Use Of Serving As Breakout Rooms. requirements For Room: podium With A Hand-held Wireless Microphone That Can Attach To The Podium. [1 Each] projection Screen Appropriate For Size Of Meeting Room [1 Each] av Package (movable Cart, Power Strip And Cord). small Group Meeting Room – Needed On Monday And Thursday. Requirements For Room: projection Screen Appropriate For Size Of Meeting Room [1 Each] projection And Av Package To Allow For Laptop To Be Connected And Projected On To Screen. the Contractor Must Submit A Detailed Pricelist For The Audio-visual Equipment And Technical Support, Including High Speed Wireless (wi-fi) Internet Access, And Electrical connections. Also, Include The Price For The Items, Inclusive Of An Hourly Rate And The Number Of Labor Hours With Breaks Included In A Day Rate For Audio Visual Support Services (if Needed), Plus The Gratuity/service Charge. clin 0004 – Business Services. Wi-fi Access For Presenters In Meeting Spaces: High Speed Wi-fi Connectivity For Presenters In All Meeting Spaces (large Plenary, Medium Plenary, Breakout Rooms, Small Group Meeting Room, Secured Office/working Room). business Center: Business Office Support (copying, Faxing, Etc.) May Be Required Throughout The Conference. Hotel Must Provide A Pricing List For Copying, Faxing, Shipping, And Receiving Charges For The Hotel To Include Any Surcharges And Taxes. receipt And Storing Of Materials: The Hotel Shall Have Procedures And Facilities In Place To Receive And Store All Conference Materials Shipped In Overnight Mail. Charges For This Service Shall Be Included In The Business Center Charges. pre-conference Meeting And Conditions: A Pre-conference Meeting Either Via Telephone, Zoom/teams, Or In-person To Be Held At The Contractor’s Facility To Discuss The Objectives Of The Conference, Meet Staff Responsible For Implementing The Contract And Address Any Questions Regarding Elements Of The Statement Of Work, Within A Mutually Agreed Upon Time Prior To The Start Of The Conference. signage: Signs And Floor Plans Directing Participants To The Meeting Rooms Shall Be Provided By The Facility. This Shall Include A Daily Electronic Announcement Board, Announcing The 2025 Joint Eeoc-fepa-tero Training Conference. The Electronic Board Shall Easily Be Visible To Participants And Identify Meeting Room Locations. other: It Is Anticipated That Some Additional And/or Miscellaneous Expenses Might Be Incurred During The Conference Such As Service And Set Up Charges, Electrical Hook-up Fees, And Other Necessary But Unpredictable Expenses Which May Arise During The Conference. All Anticipated Charges For Additional Work Or Deliveries Of Requirements Outside Of Those Stated In The Government Contract Must Be Approved By The Cor And Communicated To The Government’s Contracting Officer In Writing Prior To Acceptance Of The Related Invoice And Payment Processing. the Facility Shall Agree To Allow The Eeoc To Bring In Audio-visual And Other Equipment And Connect These To The Facility’s Audio Visual/public Address System, As Necessary. Reporting Requirements pre-award Reporting: In Their Quotation, The Quoter Must Submit A Detailed Breakdown Of All Cost To Include Lodging Rates, Meeting Space, Food And Beverage, Av Equipment, Labor And Service Costs, And Any Other Miscellaneous Charges, Which Are Necessary For The Success Of The Conference. Prior To Conference Reporting: The Contractor Will Provide The Designated Eeoc contact With Online Access To Hotel Reports With Information About Confirmed Room Reservations Or An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Prior To The Conference. during Conference Reporting: In Addition To Pre-conference Meeting, There Will Be A Daily Reconciliation Of All Charges Incurred With The Eeoc Designated Representative. The Charges Will Include Food And Beverage, Av Equipment And Labor, Telecommunication And Business Center Charges. post Conference: The Contractor Shall Submit A Final Invoice Covering All Charges Within Five (5) Business Days After The Completion Of The Conference. The Contractor Shall Submit A Detailed Report With The Invoice That Consist Of The Following: Room Usage By Date And Attendee, Detailed Av Charges By Meeting Room And A Detailed Breakdown By Day For All Food And Beverage Charges And A Grand Total By Category For Reconciliations Of The Event. Period Of Performance period Of Performance-the Base Period Is From Date Of Award Through Execution Of The Fy 2025 Joint Fepa-tero Conference. contract Administration-inspection And Acceptance the Contracting Officer’s Representative (cor) Under The Resulting Contract Shall Be Designated At The Time Of The Contract Award. method Of Payment: The Preferred Payment Method Is Payment By Government-wide Commercial Purchase Card. The Contractor Is To Apply Charges To Government Purchase Card Only After Final Invoice Has Been Accepted And Reconciled By The Cor. cancellation: Should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The Contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions - Commercial Items Will Govern. submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Seminar. In Addition, A Price Quotation Utilizing Attachment 1, Quotation Response Form, Shall Be Included. Quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line Item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Rfq 45310025q0008 Is Due January 17th, 2025 At 12:00 P.m. Et. Quotations Will Be Accepted Via E- Mail. If Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To Melisza.coates@eeoc.gov. questions: Questions Regarding This Request For Quotation Should Be Submitted To Melisza Coates, Contract Specialist Via E-mail At Melisza.coates@eeoc.gov. Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding 45310025q0008 Is January 10, 2025, 12:00 P.m. Et. Any Questions Received After The Above Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before February 28, 2025. basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor. evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price. factor I – Technical Capability: contract Requirements quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Regarding Meeting Space, Food And Beverage, Audio-visual Equipment And Technical Support, Lodging, And Secured Storage. Quotations Must Address The Quoter’s Ability To Meet Ada Requirements For Accessibility As It Relates To Meeting Space, Lodging And Parking. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided, The Layout Design And Quality Of The Facilities As Reflected By The Physical Layout And Atmosphere Of Meeting Space, Amenities Such As Free Wi-fi In The Conference Space, And Upkeep Of The Facilities. location. Quotations Will Be Evaluated On The Ability Of The Quoter To Provide A Facility In Downtown Phoenix, Arizona With Adequate Low Cost Or Free On-site Parking For Participants And Presenters. availability Of Dates. Quoters Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quoters Who Can Provide The Required Services On The Preferred (1st Choice) Dates. availability Of Government Rates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Lodging At Or Below The Government Rate Or Market Value For All Conference Participants And Presenters. meeting Space: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Meeting Spaces Within The Statement Of Work. factor Ii – Past Performance: the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contract Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following: name And Address Of Government Agency And Other Non-government Client; name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact; name, Title, Email And Telephone Number Of Client’s Program Manager, If Applicable; contract Number, Period Of Performance, And Total Dollar Value Of Contract; And description Of Services Provided. list Any Problems Encountered On Each Contract And The Contractor’s Corrective Actions. eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary). A Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance. factor Iii – Price: the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluation Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Solicitation In The Units And Format Provided. supplemental Agreements – If Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected. site Visits: The Eeoc Reserves The Right To Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factors. notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions, If The Contracting Officer Later Determines Them To Be Necessary. The Government Also Reserves The Right To Conduct A Site Visit Prior To Award. applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services Applies To This Acquisition. 52.212-2, Evaluation-commercial Products And Commercial Services, The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services With Your Quote. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Order-commercial Products And Commercial Services, Clause 52.203.6, Restrictions On Subcontractor Sales To The Government, Clause 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreement Or Statement, Clause 52.204-23, Prohibition On Contracting For Hardware, Software And Services Developed Or Provided By Kaspersky Lab Covered Entities, Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractor’s Debarred, Suspended, Or Proposed For Debarment, Clause 52.209.10, Prohibition On Contracting With Inverted Domestic Corporations, Clause 52.222- 3 Convict Labor, Clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-35 Equal Opportunity For Veterans, Clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans, Clause 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act, Clause 52.222-41, Service Contract Labor Standards, Clause 52.222- 50 Combating Trafficking In Persons, Clause 52.222-52, Exemption From Application Of The Service Contract Labor Standard To Contracts For Certain Services-certification, Clause 52.226-8 Encouraging Contractor Policies To Ban Texting Messaging While Driving, Clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Are Incorporated By Reference, Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors. Clause 52.233-3 Protest After Award And Clause 52.233-4 Applicable Law For Breach Of Contract Claim. to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far. Method Of Payment: Electronic Funds Transfer. rev. 004_10-01-2018
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Moravskoslezsky Region Road Administration, Contribution Organization Tender

Civil And Construction...+2Civil Works Others, Excavation
Corrigendum : Closing Date Modified
Czech Republic
Details: The Subject of the Public Procurement is the Conclusion of a Contract for Works with a Single Supplier for the Execution of Construction Works Consisting of the Reconstruction of Bridges No. 4787-1c.1 and No. 4787-1c.2 Across Dolní Street and Výškovická Street in Ostrava-zábřehu. The Construction Works Consist of the Reconstruction of Existing Bridge Structures Located in the Built-Up Area, the Urban Area of Mob Ostrava-jih. This In Particular Includes Milling Off Existing Asphalt Concrete Layers, Removal of Bridge Railings, Cornice Prefabricated Products. The Modification Also Applies to the Sidewalk and Road Layer with Curbs, Construction of Dividers and Tram Tracks, Bridge Closures and End Walls. The Monolithic Beam Ends Will Be Demolished for the Purpose of Exposing, Cleaning and Renovating Anchors. The functionality of the drainage of the cavities between the precast beams will be restored. In the transition area, the space will be filled with uniform-grained interstitial cement concrete and the transition wedge will be concreting. Full-area bridge insulation will be carried out over the entire upper surface of the sloped concrete, and the drainage of the bridges will be carried out using bridge drains. Construction work will be carried out with the complete exclusion of road traffic in each given part of the bridge and its routing along temporary detour routes using temporary traffic signs. Tram traffic will be maintained by alternating operation on one track, restrictions only within the framework of a short-term complete closure. The contracting authority hereby informs the participants in the tender procedure about the need to secure the single-track line already at the start of construction work. The Expected Date of the Tram Traffic Closure Has Been Pre-Negotiated With the Company Dopravní Podnik Ostrava As From 29.03. To 04.04.2025, Wherein the Maximum Length of the Tram Traffic Closure Is 7 Calendar Days (Evaluation Criterion). If It Is Not Possible to Use the Pre-Negotiated Date for the Tram Traffic Closure, It Will Be Necessary to Enter into Negotiations About Other Possible Dates With the Closure Commission of Dopravní Podnik Ostrava As The Total Expected Construction Period Is Set at 238 Calendar Days - Wherein the Implementation Date Is One of the Evaluation Criteria. The Work Is Completed By Handing Over All Documents For Putting the Work Into Full Operation, I.e. For Issuing the Inspection Approval. The Contracting Authority Expects Completion of the Construction Works No Later Than November 30, 2025 Following the Pre-Arranged Date for Returning the Turnouts to the Ostrava Transport Company As The Contracting Authority Further Informs About the Currently Ongoing Proceedings Regarding the Extension of the Validity of the Building Permit in Relation to the Railway Authority, This Extended Permit Will Be Provided Either to the Participants in the Tender Procedure, If It Is Available by the Deadline for Submission of Bids, or to the Subsequently Selected Supplier. The Place of Implementation Is Road Iii/4787 Mosty Ev. No. 4787-1c.1 And Ev. No. 4787-1c.2, Plot No. 100/8, 100/9, 100/10, 100/11, 100/13, 100/14, 100/16, 100/18 732/2, 736/1, 736/3, 736/13, 736/24, 736/25, 995/37, 100/12, 995/12, 995/49, 955/52 All in the Land Registry Office Zábřeh Nad Odrou.
Closing Date21 Feb 2025
Tender AmountCZK 65.7 Million (USD 2.7 Million)

Court Of Appeals Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Supply And Delivery Of Various Medicines For The 1st Quarter For The Court Of Appeals Amp-010-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Item No. Item Description Approved Budget For The Contract (abc) 1 Acetylcysteine 600mg Mucolytic 10’s ₱7,500.00 2 Amlodipine Besilate 5mg 100’s (scored) Calcium Antagonist/anti-hypertensive ₱28,000.00 3 Amoxicillin Trihydrate 500mg Antibiotic 100’s ₱2,000.00 4 Atorvastatin 40mg 100’s (scored) Treatment Of Hypercholesterolemia ₱30,000.00 5 Azithromycin 500mg Antibiotic 30’s ₱27,000.00 6 Betahistine Mesylate 12 Mg Anti-vertigo 100’s ₱10,500.00 7 Betahistine Hydrochloride 24 Mg Anti-vertigo 100’s ₱19,500.00 8 Bilastine 20mg Anti-allergy 30’s ₱9,000.00 9 Butamirate Citrate 50mg Antitussive 30’s ₱7,500.00 10 Celecoxib 200mg Non-steroidal Anti-inflammatory 100’s ₱4,500.00 11 Ciprofloxacin 500mg Antibiotic 100’s ₱2,000.00 12 Clarithromycin Od 500mg Antibiotic 5’s ₱20,000.00 13 Clindamycin 300mg Antibiotic 100’s ₱4,000.00 14 Clopidogrel 75mg Anti Thrombotic 100’s ₱15,000.00 15 Cloxacillin 500mg Antibiotic 100’s ₱1,000.00 16 Co Amoxiclav 625mg Antibiotic 20’s ₱28,800.00 17 Dapagliflozin 10mg Anti Diabetic 28’s ₱21,000.00 18 Dextromethorphan15mg/ Guaifenesin 50mg/ Chlorphenamine 1mg/ Paracetamol 325mg/ Phenylpropanolamine Hcl 30mg For Cough And Colds 100’s ₱5,100.00 19 Domperidone 10mg Prokinetic 100’s ₱4,500.00 20 Doxycycline 100mg Antibiotic 100’s ₱3,000.00 21 Ebastine 20mg Anti-allergy 50’s ₱10,500.00 22 Ebastine + Betamethasone 10mg/ 500mg – Anti-allergy 50’s ₱7,600.00 23 Empagliflozin + Metformin 12.5/500mg Antidiabetic 30’s ₱30,000.00 24 Esomeprazole 40mg Anti-ulcerant 100’s ₱21,000.00 25 Etoricoxib 60mg Non-steroidal / Anti-inflammatory 30’s ₱27,000.00 26 Febuxostat 40mg For Treatment Of Hyperuricemia 30’s ₱21,000.00 27 Gliclazide Mr 30mg Anti-diabetic 100’s ₱12,000.00 28 Glimepiride 2mg Anti-diabetic 30’s ₱5,100.00 29 Glucosamine Sulfate Powder For Oral Solution 1.5g – Osteoarthritis 30’s ₱27,000.00 30 Glucosamine + Chondroitin Sulfate 500mg/300mg – Osteoarthritis 60’s ₱18,000.00 31 Hyoscine N Butylbromide 10mg Anti Spasmodic 100’s ₱3,000.00 32 Irbesartan 150mg (scored) Angiotensin Ii Antagonist 30’s ₱18,000.00 33 Irbesartan + Amlodipine 150mg/5mg Anti-hypertensive 28’s ₱21,280.00 34 Ketoanalogues + Essential Amino Acids Renal Nutrition Therapy 100’s ₱11,400.00 35 Levofloxacin 500mg Antibiotic 100’s ₱4,400.00 36 Loperamide 2mg Anti-diarrhea 100’s ₱500.00 37 Losartan Potassium 50mg Angiotensin Ii Antagonist 100’s ₱32,500.00 38 Losartan Potassium 100mg Angiotensin Ii Antagonist 100’s ₱3,200.00 39 Losartan Potassium + Amlodipine 100’s 50mg/5mg Angiotensin Ii Antogonist ₱20,400.00 40 Losartan + Hydrochlorothiazide 50mg/12.5mg Angiotensin Ii Receptor Blocker / Diuretic 100’s ₱2,600.00 41 Mefenamic Acid 500mg Analgesic 100’s ₱1,800.00 42 Metformin Hydrochchloride 500mg Anti-diabetic 100’s ₱17,500.00 43 Metformin Hydrochloride 1000mg Xr Anti Diabetic 100’s ₱10,800.00 44 Metoprolol 100mg Beta Adrenoceptor Blocker 100’s ₱1,400.00 45 Metronidazole 500mg Amoebicide / Anti-protozoal 100’s ₱1,500.00 46 Montelukast 10mg Anti Asthmatic 30’s ₱2,400.00 47 Montelukast + Levocetirizine 30’s 10mg/5mg Anti-asthmatic/anti-allergy ₱12,000.00 48 Nebivolol 5mg (scored) Beta Adrenoceptor Blocker 30’s ₱37,500.00 49 Olmesartan + Amlodipine Besilate 40mg/5mg Anti-hypertensive 30’s ₱16,800.00 50 Oral Rehydration Salts Powder 5.575g For Replacement Of Electrolyte Losses 25’s ₱1,300.00 51 Paracetamol 500mg Analgesic 100’s ₱3,500.00 52 Paracetamol + Orphenadrine 650mg +50mg Muscle Relaxant 30’s ₱9,900.00 53 Paracetamol + Tramadol 325mg +37.5mg Analgesic 20’s ₱6,900.00 54 Pioglitazone 30mg Anti-diabetic 30’s ₱19,800.00 55 Plant Extracts Forte – Herbal Ethanolic Mixture – For Acute And Chronic Inflammation Of The Sinuses 20’s ₱14,700.00 56 Racecadotril 100mg Anti-diarrhea 20’s ₱16,500.00 57 Rosuvastatin 20mg (scored) Treatment Of Hypercholesterolemia 30’s ₱90,000.00 58 Sitagliptin + Metformin 50mg/500mg Anti Diabetic 28’s ₱22,400.00 59 Sitagliptin + Metformin 100mg/1g Anti-diabetic 28’s ₱16,800.00 60 Sodium Alginate/sodium Bicarbonate/calcium Carbonate 500mg/267mg/160mg 10ml Antacid 24’s ₱12,000.00 61 Telmisartan 40mg (scored) Angiotensin Ii 30’s ₱13,800.00 62 Teneligliptin 20mg Anti-diabetic 30’s ₱9,000.00 63 Trimetazidine Dihydrochloride Mr 35mg Anti-angina 30’s ₱12,000.00 64 Valsartan + Amlodipine 80mg/5mg Anti-hypertensive 30’s ₱13,800.00 65 Valsartan + Sacubitril 25.7mg/24.3mg Anti-hypertensive 28’s ₱47,600.00 66 Vildagliptin 50mg Anti-diabetic 28’s ₱14,700.00 67 Vildagliptin + Metformin 50mg/500mg Anti-diabetic 30’s ₱22,200.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 4, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 1st Floor, Annex Vi Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Sgd. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. The Requirement For The Submission Of The Oss Applies To Items With A Value Of Fifty Thousand Pesos (₱50,000.00) And Above. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-010-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Various Medicines For The 1st Quarter For The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Item No. Item Description Qty Unit Price Total Price 1 Acetylcysteine 600mg Mucolytic 10’s 300 Pcs 2 Amlodipine Besilate 5mg 100’s (scored) Calcium Antagonist/anti-hypertensive 4,000 Pcs 3 Amoxicillin Trihydrate 500mg Antibiotic 100’s 200 Pcs 4 Atorvastatin 40mg 100’s (scored) Treatment Of Hypercholesterolemia 2,000 Pcs 5 Azithromycin 500mg Antibiotic 30’s 300 Pcs 6 Betahistine Mesylate 12 Mg Anti-vertigo 100’s 300 Pcs 7 Betahistine Hydrochloride 24 Mg Anti-vertigo 100’s 300 Pcs 8 Bilastine 20mg Anti-allergy 30’s 300 Pcs 9 Butamirate Citrate 50mg Antitussive 30’s 300 Pcs 10 Celecoxib 200mg Non-steroidal Anti-inflammatory 100’s 300 Pcs 11 Ciprofloxacin 500mg Antibiotic 100’s 100 Pcs 12 Clarithromycin Od 500mg Antibiotic 5’s 200 Pcs 13 Clindamycin 300mg Antibiotic 100’s 100 Pcs 14 Clopidogrel 75mg Anti Thrombotic 100’s 1,500 Pcs 15 Cloxacillin 500mg Antibiotic 100’s 100 Pcs 16 Co Amoxiclav 625mg Antibiotic 20’s 900 Pcs 17 Dapagliflozin 10mg Anti Diabetic 28’s 420 Pcs 18 Dextromethorphan15mg/ Guaifenesin 50mg/ Chlorphenamine 1mg/ Paracetamol 325mg/ Phenylpropanolamine Hcl 30mg For Cough And Colds 100’s 300 Pcs 19 Domperidone 10mg Prokinetic 100’s 300 Pcs 20 Doxycycline 100mg Antibiotic 100’s 200 Pcs 21 Ebastine 20mg Anti-allergy 50’s 300 Pcs 22 Ebastine + Betamethasone 10mg/ 500mg – Anti-allergy 50’s 200 Pcs 23 Empagliflozin + Metformin 12.5/500mg Antidiabetic 30’s 600 Pcs 24 Esomeprazole 40mg Anti-ulcerant 100’s 600 Pcs 25 Etoricoxib 60mg Non-steroidal / Anti-inflammatory 30’s 450 Pcs 26 Febuxostat 40mg For Treatment Of Hyperuricemia 30’s 600 Pcs 27 Gliclazide Mr 30mg Anti-diabetic 100’s 1,200 Pcs 28 Glimepiride 2mg Anti-diabetic 30’s 300 Pcs 29 Glucosamine Sulfate Powder For Oral Solution 1.5g – Osteoarthritis 30’s 450 Pcs 30 Glucosamine + Chondroitin Sulfate 500mg/300mg – Osteoarthritis 60’s 900 Pcs 31 Hyoscine N Butylbromide 10mg Anti Spasmodic 100’s 200 Pcs 32 Irbesartan 150mg (scored) Angiotensin Ii Antagonist 30’s 1,200 Pcs 33 Irbesartan + Amlodipine 150mg/5mg Anti-hypertensive 28’s 560 Pcs 34 Ketoanalogues + Essential Amino Acids Renal Nutrition Therapy 100’s 300 Pcs 35 Levofloxacin 500mg Antibiotic 100’s 200 Pcs 36 Loperamide 2mg Anti-diarrhea 100’s 100 Pcs 37 Losartan Potassium 50mg Angiotensin Ii Antagonist 100’s 2,500 Pcs 38 Losartan Potassium 100mg Angiotensin Ii Antagonist 100’s 200 Pcs 39 Losartan Potassium + Amlodipine 100’s 50mg/5mg Angiotensin Ii Antogonist 1,200 Pcs 40 Losartan + Hydrochlorothiazide 50mg/12.5mg Angiotensin Ii Receptor Blocker / Diuretic 100’s 200 Pcs 41 Mefenamic Acid 500mg Analgesic 100’s 300 Pcs 42 Metformin Hydrochchloride 500mg Anti-diabetic 100’s 2,500 Pcs 43 Metformin Hydrochloride 1000mg Xr Anti Diabetic 100’s 600 Pcs 44 Metoprolol 100mg Beta Adrenoceptor Blocker 100’s 200 Pcs 45 Metronidazole 500mg Amoebicide / Anti-protozoal 100’s 100 Pcs 46 Montelukast 10mg Anti Asthmatic 30’s 200 Pcs 47 Montelukast + Levocetirizine 30’s 10mg/5mg Anti-asthmatic/anti-allergy 600 Pcs 48 Nebivolol 5mg (scored) Beta Adrenoceptor Blocker 30’s 1,500 Pcs 49 Olmesartan + Amlodipine Besilate 40mg/5mg Anti-hypertensive 30’s 600 Pcs 50 Oral Rehydration Salts Powder 5.575g For Replacement Of Electrolyte Losses 25’s 100 Pcs 51 Paracetamol 500mg Analgesic 100’s 500 Pcs 52 Paracetamol + Orphenadrine 650mg +50mg Muscle Relaxant 30’s 450 Pcs 53 Paracetamol + Tramadol 325mg +37.5mg Analgesic 20’s 300 Pcs 54 Pioglitazone 30mg Anti-diabetic 30’s 900 Pcs 55 Plant Extracts Forte – Herbal Ethanolic Mixture – For Acute And Chronic Inflammation Of The Sinuses 20’s 700 Pcs 56 Racecadotril 100mg Anti-diarrhea 20’s 300 Pcs 57 Rosuvastatin 20mg (scored) Treatment Of Hypercholesterolemia 30’s 6,000 Pcs 58 Sitagliptin + Metformin 50mg/500mg Anti Diabetic 28’s 700 Pcs 59 Sitagliptin + Metformin 100mg/1g Anti-diabetic 28’s 280 Pcs 60 Sodium Alginate/sodium Bicarbonate/calcium Carbonate 500mg/267mg/160mg 10ml Antacid 24’s 240 Pcs 61 Telmisartan 40mg (scored) Angiotensin Ii 30’s 600 Pcs 62 Teneligliptin 20mg Anti-diabetic 30’s 300 Pcs 63 Trimetazidine Dihydrochloride Mr 35mg Anti-angina 30’s 1,200 Pcs 64 Valsartan + Amlodipine 80mg/5mg Anti-hypertensive 30’s 600 Pcs 65 Valsartan + Sacubitril 25.7mg/24.3mg Anti-hypertensive 28’s 280 Pcs 66 Vildagliptin 50mg Anti-diabetic 28’s 420 Pcs 67 Vildagliptin + Metformin 50mg/500mg Anti-diabetic 30’s 600 Pcs Total Price In Figures: Total Price In Words: _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Various Medicines For The 1st Quarter For The Court Of Appeals I. Requirements: The Approved Budget For The Contract (abc), Inclusive Of All Applicable Taxes And Charges For Each Item, Is Indicated Below, And The Supplier Shall Supply And Deliver The Specified Requirements. Item No. Item Description Abc Qty 1 Acetylcysteine 600mg Mucolytic 10’s ₱7,500.00 300 Pcs 2 Amlodipine Besilate 5mg 100’s (scored) Calcium Antagonist/anti-hypertensive ₱28,000.00 4,000 Pcs 3 Amoxicillin Trihydrate 500mg Antibiotic 100’s ₱2,000.00 200 Pcs 4 Atorvastatin 40mg 100’s (scored) Treatment Of Hypercholesterolemia ₱30,000.00 2,000 Pcs 5 Azithromycin 500mg Antibiotic 30’s ₱27,000.00 300 Pcs 6 Betahistine Mesylate 12 Mg Anti-vertigo 100’s ₱10,500.00 300 Pcs 7 Betahistine Hydrochloride 24 Mg Anti-vertigo 100’s ₱19,500.00 300 Pcs 8 Bilastine 20mg Anti-allergy 30’s ₱9,000.00 300 Pcs 9 Butamirate Citrate 50mg Antitussive 30’s ₱7,500.00 300 Pcs 10 Celecoxib 200mg Non-steroidal Anti-inflammatory 100’s ₱4,500.00 300 Pcs 11 Ciprofloxacin 500mg Antibiotic 100’s ₱2,000.00 100 Pcs 12 Clarithromycin Od 500mg Antibiotic 5’s ₱20,000.00 200 Pcs 13 Clindamycin 300mg Antibiotic 100’s ₱4,000.00 100 Pcs 14 Clopidogrel 75mg Anti Thrombotic 100’s ₱15,000.00 1,500 Pcs 15 Cloxacillin 500mg Antibiotic 100’s ₱1,000.00 100 Pcs 16 Co Amoxiclav 625mg Antibiotic 20’s ₱28,800.00 900 Pcs 17 Dapagliflozin 10mg Anti Diabetic 28’s ₱21,000.00 420 Pcs 18 Dextromethorphan15mg/ Guaifenesin 50mg/ Chlorphenamine 1mg/ Paracetamol 325mg/ Phenylpropanolamine Hcl 30mg For Cough And Colds 100’s ₱5,100.00 300 Pcs 19 Domperidone 10mg Prokinetic 100’s ₱4,500.00 300 Pcs 20 Doxycycline 100mg Antibiotic 100’s ₱3,000.00 200 Pcs 21 Ebastine 20mg Anti-allergy 50’s ₱10,500.00 300 Pcs 22 Ebastine + Betamethasone 10mg/ 500mg – Anti-allergy 50’s ₱7,600.00 200 Pcs 23 Empagliflozin + Metformin 12.5/500mg Antidiabetic 30’s ₱30,000.00 600 Pcs 24 Esomeprazole 40mg Anti-ulcerant 100’s ₱21,000.00 600 Pcs 25 Etoricoxib 60mg Non-steroidal / Anti-inflammatory 30’s ₱27,000.00 450 Pcs 26 Febuxostat 40mg For Treatment Of Hyperuricemia 30’s ₱21,000.00 600 Pcs 27 Gliclazide Mr 30mg Anti-diabetic 100’s ₱12,000.00 1,200 Pcs 28 Glimepiride 2mg Anti-diabetic 30’s ₱5,100.00 300 Pcs 29 Glucosamine Sulfate Powder For Oral Solution 1.5g – Osteoarthritis 30’s ₱27,000.00 450 Pcs 30 Glucosamine + Chondroitin Sulfate 500mg/300mg – Osteoarthritis 60’s ₱18,000.00 900 Pcs 31 Hyoscine N Butylbromide 10mg Anti Spasmodic 100’s ₱3,000.00 200 Pcs 32 Irbesartan 150mg (scored) Angiotensin Ii Antagonist 30’s ₱18,000.00 1,200 Pcs 33 Irbesartan + Amlodipine 150mg/5mg Anti-hypertensive 28’s ₱21,280.00 560 Pcs 34 Ketoanalogues + Essential Amino Acids Renal Nutrition Therapy 100’s ₱11,400.00 300 Pcs 35 Levofloxacin 500mg Antibiotic 100’s ₱4,400.00 200 Pcs 36 Loperamide 2mg Anti-diarrhea 100’s ₱500.00 100 Pcs 37 Losartan Potassium 50mg Angiotensin Ii Antagonist 100’s ₱32,500.00 2,500 Pcs 38 Losartan Potassium 100mg Angiotensin Ii Antagonist 100’s ₱3,200.00 200 Pcs 39 Losartan Potassium + Amlodipine 100’s 50mg/5mg Angiotensin Ii Antogonist ₱20,400.00 1,200 Pcs 40 Losartan + Hydrochlorothiazide 50mg/12.5mg Angiotensin Ii Receptor Blocker / Diuretic 100’s ₱2,600.00 200 Pcs 41 Mefenamic Acid 500mg Analgesic 100’s ₱1,800.00 300 Pcs 42 Metformin Hydrochchloride 500mg Anti-diabetic 100’s ₱17,500.00 2,500 Pcs 43 Metformin Hydrochloride 1000mg Xr Anti Diabetic 100’s ₱10,800.00 600 Pcs 44 Metoprolol 100mg Beta Adrenoceptor Blocker 100’s ₱1,400.00 200 Pcs 45 Metronidazole 500mg Amoebicide / Anti-protozoal 100’s ₱1,500.00 100 Pcs 46 Montelukast 10mg Anti Asthmatic 30’s ₱2,400.00 200 Pcs 47 Montelukast + Levocetirizine 30’s 10mg/5mg Anti-asthmatic/anti-allergy ₱12,000.00 600 Pcs 48 Nebivolol 5mg (scored) Beta Adrenoceptor Blocker 30’s ₱37,500.00 1,500 Pcs 49 Olmesartan + Amlodipine Besilate 40mg/5mg Anti-hypertensive 30’s ₱16,800.00 600 Pcs 50 Oral Rehydration Salts Powder 5.575g For Replacement Of Electrolyte Losses 25’s ₱1,300.00 100 Pcs 51 Paracetamol 500mg Analgesic 100’s ₱3,500.00 500 Pcs 52 Paracetamol + Orphenadrine 650mg +50mg Muscle Relaxant 30’s ₱9,900.00 450 Pcs 53 Paracetamol + Tramadol 325mg +37.5mg Analgesic 20’s ₱6,900.00 300 Pcs 54 Pioglitazone 30mg Anti-diabetic 30’s ₱19,800.00 900 Pcs 55 Plant Extracts Forte – Herbal Ethanolic Mixture – For Acute And Chronic Inflammation Of The Sinuses 20’s ₱14,700.00 700 Pcs 56 Racecadotril 100mg Anti-diarrhea 20’s ₱16,500.00 300 Pcs 57 Rosuvastatin 20mg (scored) Treatment Of Hypercholesterolemia 30’s ₱90,000.00 6,000 Pcs 58 Sitagliptin + Metformin 50mg/500mg Anti Diabetic 28’s ₱22,400.00 700 Pcs 59 Sitagliptin + Metformin 100mg/1g Anti-diabetic 28’s ₱16,800.00 280 Pcs 60 Sodium Alginate/sodium Bicarbonate/calcium Carbonate 500mg/267mg/160mg 10ml Antacid 24’s ₱12,000.00 240 Pcs 61 Telmisartan 40mg (scored) Angiotensin Ii 30’s ₱13,800.00 600 Pcs 62 Teneligliptin 20mg Anti-diabetic 30’s ₱9,000.00 300 Pcs 63 Trimetazidine Dihydrochloride Mr 35mg Anti-angina 30’s ₱12,000.00 1,200 Pcs 64 Valsartan + Amlodipine 80mg/5mg Anti-hypertensive 30’s ₱13,800.00 600 Pcs 65 Valsartan + Sacubitril 25.7mg/24.3mg Anti-hypertensive 28’s ₱47,600.00 280 Pcs 66 Vildagliptin 50mg Anti-diabetic 28’s ₱14,700.00 420 Pcs 67 Vildagliptin + Metformin 50mg/500mg Anti-diabetic 30’s ₱22,200.00 600 Pcs Other Requirements To Be Submitted During The Opening Of Bids, Arranged, Numbered, And Tabbed As Enumerated Below: 1. Valid And Current License To Operate Issued By Philippine Food And Drug Administration (fda); 2. Current Certificate Of Good Manufacturing Practice (cgmp) Or Iso Certification Or Dti Certification For Philippine Made Products; 3. Valid And Current Certificate Of Product Registration (cpr) Issued By Fda; 4. The Bidder Shall Submit Any Of The Following Whichever Is Applicable: A. If The Bidder Is A Manufacturer, Certificate That The Bidder Manufactures The Product/item; Or B. If The Bidder Is An Exclusive/authorized Distributor Or Dealer Of The Products/item, Exclusive/authorized Distributor Certificate From The Manufacturer; Or C. If The Bidder Is An Agent Of The Exclusive/authorized Distributor Or Dealer, The Following Must Be Provided: I. Certificate Of Distributor/dealership Agreement By The Manufacturer With The Exclusive/authorized Distributor Or Dealer; And Ii. Certification Or Contract/dealership Agreement Between The Exclusive/authorized Distributor Or Dealer And The Bidder. 5. Electronic Drug Price Monitoring System (edpms) Compliance Certificate Of The Supplier ; 6. Product Recall And Disposal: The Supplier Must Ensure The Quality Of Products And If There Will Be Problems In The Quality, The Supplier Will Recall And Replace The Products Distributed To The Court Of Appeals Based On Guidelines On Product Recall, Fda Circular No. 2016-012; And 7. After Sales: The Supplier Shall Replace The Defective/damaged Drugs And Medicines Due To Delivery Inspection Parts Thereof, Without Costs To The Procuring Entity Within (15 Days) Upon Notice Of Such Defect/damage. Delivery Requirements: Upon Delivery The Following Shall Be Complied With: 1. Shelf Life: Drugs Must Be Fresh Commercial Stock With A Total Shelf Life Of Twenty-four (24) Months From The Date Of Manufacture But Not Less Than Eighteen (18) Months From The Date Of Inspection And Acceptance. Drugs And Medicines Not Consumed Shall Be Replaced Six (6) Months Prior To Expiry By The Supplier Upon Notice From The Procuring Entity Without Additional Cost To The Procuring Entity. In Case Where There Is An Immediate Use/need Of Drugs And Medicines, The Acceptable Shelf Life May Be Less Than The Minimum As Stated Above, Provided That The Remaining Shelf Life Of The Product Shall Not Be Less Than Twelve (12) Months. Provided Further That The Supplier Will Issue A Guarantee Letter Stating That The Remaining Stocks Shall Be Replaced Six (6) Months Before The Expiration Date Without Additional Cost To The Procuring Entity. 2. Packaging Instructions: To Follow Standard Packaging Of The Manufacturer. 3. Labeling Instructions: Standard Labeling As Approved By Pfda Pursuant To Administrative Order (ao) No. 2016- 0008. 4. Other Requirement: The Winning Bidder Shall Provide And Submit The Following Upon Delivery Of Drugs And Medicines: I. A Certified True Copy Of A Valid Certificate Of Analysis From The Manufacturer, Specific To The Batch Of Drugs And Medicines To Be Delivered; And Ii. Batch Notification, Lot Release Certification From Fda, Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines. Ii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iii. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____. Please See The Attached File.
Closing Date4 Feb 2025
Tender AmountPHP 994.9 K (USD 17 K)
2311-2320 of 2344 archived Tenders