Uniform Tenders
Uniform Tenders
PHILIPPINE SPORTS COMMISSION Tender
Food Products
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 144 Million (USD 2.4 Million)
Details: Description 1. Scope Of Work 1.1. The Winning Bidder Shall Provide/prepare The Athletes/coaches’ Daily Meals With The Following Meal Composition: 1.1.1. Breakfast: - Soup - 2 Viands (choice Of 1 Fish Or 1 Chicken Or Meat Dish) - 1 Egg (boiled, Sunny Side Or Scrambled) - Rice (white And Brown Or Black), Bread (white And Wheat), Cereal And/or Oatmeal - Fresh Fruits - Beverages: Water, Fresh Juice, Milk (fresh, Low Fat Or Non-fat, And/or Soymilk), Low Fat Chocolate Milk And/or Brewed Coffee 1.1.2. Lunch And Dinner: - Soup - 2 Viands (choice Of 1 Fish Or 1 Chicken Or 1 Red Meat Dish) - Vegetable Dish - Rice (white And Brown Or Black) - Fresh Fruits - Beverages (water And/or Fresh Juice) And/or - Soup - Noodles/pasta With Meat/chicken/fish - Bread (white And Wheat) - Vegetable Dish - Fresh Fruits - Beverages (water And/or Fresh Juice) 1.2. Correct Serving Size Should Be Implemented. Different Athletes Would Require Different Serving Sizes According To Their Needs. This Must Be Discussed By The Caterer And The Full-time Nutritionist Before The Operation Of The Food Service. 2. Software System: 2.1. Identification Card With Rfid System Where All The Data Of The Athletes Are Contained In The System, Including Their Diet Needs, Food Restrictions, Allergies, Etc. (please See Annex D) 3. Other Nutrition Concerns: 3.1. Food Restriction Such As Vegetarian, Religion (muslim) And Other Medical Conditions Such As Food Allergy And Food Intolerance Should Be Determined And Considered When Planning The Menu. 3.2. No Use Of Additives/msg In All Food Items. 3.3. No Use Of Extenders. 3.4. Serve Natural Food Sources Only. 3.5. Low Salt (less Use Of Salt) And Low Fat (less Use Of Oil). 3.6. No Takeout Policy To Ensure Food Safety And Avoid Food Spoilage. 3.7. No Left-over Policy. 3.8. Practice Clean As You Go. 3.9. The Daily Menu Can Be Provided By The Food Service Provider But Must Be Assessed/evaluated And Approved By The Psc-msas Sports Nutrition Unit. 3.10. High Quality Service From The Caterer Must Be Implemented. 3.11. The Psc Msas Full-time Nutritionist Shall Prepare Meal Cards For Athletes Including Meal Plan And Food Allergies If Any And Other Restriction Such As Vegetarian, Religion. 4. Rules For The Food Servers: Please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 19: Food Handlers: Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf 4.1. A Proper Uniform Is Needed All The Time (hairnet, Mask, Gloves, Apron, Proper Shoes And Plain White Polo Shirt And Black Pants). Color Coded Aprons Are Used To Distinguish Different Responsibilities Inside The Kitchen. 4.2. In Case Of Sickness, He Or She Is Not Allowed To Work In The Kitchen Unless Her/she Must Secure A Medical Clearance From Psc – Msas Medical Unit. 4.3. All Staffs: Cooks, Kitchen Helpers, Dishwashers, And Servers Must Have A Health Certificate And Food Safety Certification From The City Government. No Person Shall Be Employed In Any Food Establishment Without A Health Certificate Issued By The Local Health Authority Annually. This Certificate Shall Be Issued Only After The Required Physical And Medical Examinations Are Performed And Immunizations Are Administered At Prescribed Intervals. 4.4. No Smoking, No Drinking Of Alcohol And Drug Usage In The Kitchen. 4.5. The Food Server Must Practice “claygo”, Clean As You Go. 4.6. The Food Servers Must Practice Proper Hand Washing All The Time. 5. Use Of Food-service Spaces: Please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 18: Use Of Food-service Spaces Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf 5.1. Food-service Spaces Shall Not Be Used As Living Or Sleeping Quarters. 5.2. Clothing Or Personal Effects Shall Be Kept In Lockers Or In Designated Places Away From Food Service Spaces. 5.3. No Animal Or Live Fowl Shall Be Allowed In Such Spaces. 5.4. Persons Not Directly Connected With Food Preparation And Serving Shall Not Be Allowed To Stay In Food- Serving Spaces. 5.5. Foods In Storage Or In Preparation Must Not Be Handled By Anyone Other Than The Preparation And Serving Staff. 6. Disposal Of Refuse: (please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 22: Disposal Of Refuse) Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf 7. Vermin Control: (please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 20: Vermin Control) Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf Vermin - A Group Of Insects Or Small Animals Such As Flies, Mosquitoes, Cockroaches, Fleas, Lice, Bedbugs, Mice, And Rats Which Are Vectors Of Diseases. 8. The Caterer Must Provide The Following: 8.1. Software System (for Athletes And Coaches’ Meals) 8.2. Staffs Needed: 8.2.1. Kitchen Supervisor:1 Per Venue 8.2.2. In-house Nutritionist (in Their Commissary) 8.2.3. Cook – 4 (2 Per Shift): Per Venue 8.2.4. Dishwasher – 4 (2 Per Shift): Per Venue 8.2.5. Kitchen Helper – 2 (1 Per Shift): Per Venue 8.2.6. Server – 4 (2 Per Shift): Per Venue 8.2.7. Staff For Software System – 1: Per Venue 8.3. Silverware, Flatware, Kitchen Tools 8.4. Equipment Such Oven, Stove, Dish Warmer, Baine Marie, Etc. 8.5. Rubbery Mats Inside The Kitchen Area 8.6. Sanitizer Dispenser And Refill Of Sanitizer On Dining Hall Corners And Toilet 8.7. Tissue, Liquid Soap, And Hand Dryer On Toilet Area 8.8. Cleaning Tools: Mop, Dustpan And Broom, Trash Bin And Trash Bag 8.9. Linen: Kitchen Towels, Potholders, Table Napkin 8.10. Other Tools And Equipment: Please See Annex D 9. Others 9.1. The Foodservice Provider Shall Have A Nutritionist That Will Check And Monitor The Food Serving Size And Nutritional Requirements Of The Cycle Menu. The Foodservice Provider’s Nutritionist Shall Coordinate With The Psc Msas Full-time Nutritionist On All Relevant Matters In Connection With The Daily Meals Of Athletes And Coaches. 9.2. Rmsc And Philsports - The Installation Of All Kitchen Tools And Equipment Shall Be At The Expense Of The Foodservice Provider. The Needed Space Will Be Used Shall Be Provided By The Psc. 9.3. Baguio - The Installation Of All Kitchen Tools And Equipment Shall Be At The Expense Of The Foodservice Provider. The Needed Space Will Be Used Shall Be Provided By The Psc. 9.4. All Minor Repairs And Maintenance Of The Venues Are Shouldered By Chosen Caterer. 9.5. The Kitchen Of Each Venue Will Be Used In The Simple Food Preparation And Cooking. There Should Be An Appropriate Gas Line And Clean, Well Maintained Grease Trap. 9.6. A Food Evaluation Or Feedback Form From The Psc Msas Sports Nutrition Unit Should Be Distributed To The Athletes And Coaches Once Or Twice A Month To Evaluate The Foods Being Served To Them. 9.7. The Food Services Provider Must Have A Commissary As Possible And Must Be Near Psc For More Efficient Handling And Delivery Of Pre-preparation Of Raw Materials And Food Items. 9.8. The Psc Msas Full-time Nutritionist Is Responsible For Monitoring The Proper Proportion And Serving Of Foods. 9.9. The Bidder/s Shall Submit A Sample Menu Cycle During The Opening Of Bids. 10. Schedule Of Operations: 10.1. Monday To Sunday Operations: Meals Of The Day Pre-preparation And Cooking Serving Time Breakfast 4:00 Am – 6:00 Am 6:00 Am – 10:00 Am Lunch 9:00 Am – 11:00 Am 11:00 Am – 3:00 Pm Dinner 3:00 Pm – 5:00 Pm 5:00 Pm – 9:00 Pm 10.2. Holidays Schedule With No Operation: 10.2.1. New Year 10.2.2. Holy Week (maundy Thursday To Easter Sunday) 10.2.3. All Saints’ Day 10.2.4. Christmas Eve 10.2.5. Christmas Day 10.2.6. Last Day Of The Year 11. Bid Security 11.1. All Bids Shall Be Accompanied By A Bid Security As Required In Section 27, 27.1of The Revised Irr Of Ra 9184, Payable To The Psc As A Guarantee That The Successful Bidder Shall, Within Ten (10) Calendar Days Or Less, As Indicated In The Instructions To Bidders, From Receipt Of The Notice Of Award, Enter Into A Contract With Psc And Furnish The Performance Security, Except When The Revised Irr Of Ra 9184 Allows A Longer Period. Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. 11.2. The Bid Security Shall Be In The Amount Equal To The Percentage Of The Abc, In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) Bid Securing Declaration And Any/either Of The Following: Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) Of Abc Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. Two Percent (2%) Abc Surety Bond Callable Upon Demand Issued By A Surety Or An Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) Of Abc Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To The Total Amount Of Security 12. Performance Security To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract In Accordance With The Bidding Documents, It Shall Post The Performance Security As Required Under The Revised Irr Of Ra 9184 Prior To The Signing Of The Contract. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity, Which Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. 13. Language Of Bid The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Psc, Shall Be Written In English. 14. Eligibility Documents For Purposes Of Determining The Eligibility Of Bidders Using The Criteria Stated In The Revised Irr Of Ra 9184, The Following Documents Shall Be Required By The Bac Using The Forms Prescribed In The Bidding Documents: 14.1. Class “a” Documents: 14.2. Legal Documents 14.3. Platinum Philgeps Certificate Of Registration Including Annex “a” 14.4. Provided Further, In Case The Registration (dti, Partnership, Corporation, Cda Registration), Tax Clearance, Mayor’s Permit Whose Validity Period Had Already Lapsed/expired Before The Expiration Of The Philgeps Certificate, The Bidder/s Is Required To Submit A Copy Of The Above-mentioned Documents Valid As Of The Date Of Opening Of Bids. 14.5. Technical Documents 14.5.1. Statement Of The Prospective Bidder Of All It Ongoing And Completed Government And/or Private Contract Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Period For The Last Five (5) Years) Prior To The Deadline For The Submission And Receipt Of Bids. 14.5.2. The Statement Shall Include All Information Required In The Pbds Prescribed By The Gppb: 14.5.3. The List Shall State The Following For Each Contract: 14.5.3.1. Name Of Clients With Contact Numbers And Addresses. 14.5.3.2. Date Of Award Of Contract. 14.5.3.3. Total Contract Cost. 14.5.4. Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty Percent (50%) Of The Abc, Completed Within Six (6) Years Prior To The Deadline For The Submission And Receipt Of Bids. 14.6. Conformity With The Technical Specification: 14.6.1. Scope Of Work, Software System In Athletes Dining Hall And Serving Size And Calories 14.6.2. Sample Cycle Menu 14.6.3. Policies And Operational Procedure: Catering For Athletes And Coaches 14.6.4. Tools And Equipment Needed 14.6.5. Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of Corporation, Partnership, Or Cooperative, Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign Oss And Do Acts To Represent The Bidder. 14.7. Financial Documents 14.7.1. The Prospective Bidder’s Audited Financial Statements, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year. Only Tax Returns Filed, And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 14.7.2. The Prospective Bidder’s Computation Of Its Financial Contracting Capacity (nfcc) Is At Least Equal To The Abc. Or In Lieu Of Nfcc A Committed Line Of Credit From A Universal Or Commercial Bank At Least Equal To Ten Percent (10%) Of The Abc. Provided If The Same Is Issued By A Foreign Universal/commercial Bank It Shall Be Authenticated By A Foreign/commercial Local Bank. The Bank Issued A Committed Line Of Credit Must Be Specifically For Daily Meals Of Athletes And Coaches And Must State The Name Of The Procuring Agency And The Procurement Project. 14.8. Class “b” Documents 14.8.1. In The Case Of Valid Joint Venture Agreement (jva), Is Already In Existence To Submit Necessary Documents. In The Absence Of A Jva, A Duly Notarized Statement From All The Potential Joint Venture Partners Stating That They Will Enter And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Be Grounds For The Forfeiture Of The Bid Security. If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. 15. Financial Component Envelope 15.1. Original Duly Signed And Accomplished Financial Bid Form 15.2. Original Duly Signed And Accomplished Price Schedule 16. Other Documentary Requirements Under R.a 9184 (as Applicable) 16.1. For Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos) Certification From The Relevant Government Office Of Their Country Stating That The Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. 16.2. Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity 17. Other Documents To Be Presented During The Post-qualification 17.1.1. Dti Business Name Registration For Single Proprietorship/sec Registration For Corporation And Partnership/ Cda Registration For Cooperatives, Whichever May Be Appropriate Under Existing Law Of The Philippines. 17.1.2. The Corporation, Cooperative Or Partnership Article Of Incorporation, Its Constitution And By-laws Whichever Is Applicable To The Bidder Including Amendments Thereto, If Any. 17.1.3. Sanitary Permit 17.1.4. Fda- License To Operate As Food Manufacturer Or Hazard Analysis & Critical Control Point (haccp). 17.1.5. Halal Certificate That The Product/s Processed/prepared/ Manufactured Distributed By The Bidder Is /are Halal In Accordance With The Islamic Law Issued By A Halal Certification Body. 17.1.6. Certificate Of Inspection Of Venue To Be Signed By The Following: 17.1.6.1. Rmsc: Ms. Julia Llanto, Acting Chief Sfd 17.1.6.2. Philsports: Mr. Charlie Esquivel, Administrator 17.1.6.3. Baguio: Mr. Juanito Smith, Oic – Baguio Training Camp 17.1.6.4. Purpose: To Check And Oversee Each Venue’s Condition And Situation And To Estimate The Tools And Equipment And Other Matters They Need To Bring And Use. 17.1.7. Company Profile 17.1.8. Organizational Chart 17.1.9. Duly Signed And Notarized Statement Of Availability Of Key Personnel Supported With A List. (to Include Health Certificate). 17.1.10. Duly Signed And Notarized Statement Of Availability Of Equipment, Owned, Under Lease, Or A Purchase Agreement That May Be Used For The Contract Supported By A List Of Said Equipment Together With Proof Of Ownership Or Contract Of Lease. 18. Omnibus Sworn Statement
Department Of Human Settlements And Urban Development - DHSUD Tender
Manpower Supply
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 825.7 K (USD 14.2 K)
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date : 1 September 2023 The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 2025-01-001 Procurement Activity Procurement Of Janitorial Services For Fy 2025 (10 Months) March 2025 To December 2025 Mode Of Procurement Small Value Procurement Approved Budget For The Contract (abc) Eight Hundred Thirty-one Thousand Fifty Seven Pesos & 42/100 (php 831,057.42), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before February 18, 2025, 10:00 Am. Delivery Schedule Start Of Contract Is On March 01, 2025. The Minimum Technical Specifications Are As Follows: Description And Minimum Specifications 1 Services To Be Provided The Agency Shall Provide Housekeeping/janitorial Services For Ten (10) Months At The Dhsud Ro-4a Office Located At Dencris Business Center, National Highway, Brgy. Halang, City Of Calamba, Laguna. _compliant _non-compliant 2 Area Of Responsibility (aor) And Manpower Requirements A. The Agency Shall Provide A Total Of Four (4) Janitorial Attendants To Be Deployed At The Dhsud Ro-4a Offices Including Its Storage Room. B. The Janitorial Attendants Who Shall Work Eight (8) Hours A Day, Six (6) Days A Week, In Accordance With The Pertinent Provisions Of The Labor Code, Shall Be Deployed In The Area Of Responsibility, As Scheduled. C. The Agency Shall Provide Reliever/s In Case Of Absence Of Janitorial Attendant/s. D. Should There Be A Need For Additional Janitorial Attendant/s, The Agency Shall Deploy Janitorial Attendant/s Upon Receipt Of The Written Request/instruction Of The Dhsud Ro-4a. _compliant _non-compliant 3 Scope Of Services The Agency Shall Provide Housekeeping/janitorial Services For Dhsud Ro-4a Which Shall Have The Responsibility Of Maintaining Cleanliness, Sanitation And Orderliness Within The Areas Of Responsibility (aor) And Shall Perform The Following Activities Which Shall Include, But Not Limited To: A. Sweeping, Scrubbing, Mopping, Waxing And/or Polishing Building Floors Including Corridors, Walls, Doors, Partitions, Stairways And Other Common Areas; B. Sanitizing Of Door Knobs, Telephone Kits, C. Dusting, Cleaning And Disinfection Of All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment And Facilities Which Requires Maintenance; D. Spraying Of Air Fresheners And Disinfectants In All Offices; E. Refiling Soap Dispensers And Soap Dishes, Toilet Paper, Wipes Down Stalls, And Replace Air Fresheners; F. Cleaning, Sanitizing And Disinfecting Of Washrooms/toilets, Which Includes The Use Of Special Sanitizing And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; G. Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Services Necessary For Sanitation; H. If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Covered Areas; I. Maintaining Indoor And Outdoor Plants Within The Premises Or Area Of The Dhsud Ro-4a; J. Errand Services As Required By Dhsud Ro-4a; And, K. Such Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. _compliant _non-compliant 4 Additional Set Of Technical Parameters A. The Agency Must Submit Proof That It Has Been Engaged In Continuous Business Operations As A Legitimate Janitorial Agency For At Least Five (5) Years At The Time Of The Submission And Receipt Of Its Bid; B. The Agency Must Show Proof That It Has Completed Similar Contracts With At Least Two (2) Companies Within Two (2) Years From The Submission And Receipt Of Its Bid, Together With Certificates Of Satisfactory Service From Said Clients; C. The Agency Must Submit Its Organizational Set-up; D. The Agency Must Submit Proof Of Remittances For Sss, Pag-ibig And Philhealth For The Period Covering March 01, 2024 To December 31, 2024 With The Requisite Attachments, Such As, The List Of Personnel Covered By The Payment, Summary Of Periodic Remittances, Among Others; _compliant _non-compliant 5 Minimum Qualifications Of Janitorial Attendants The Agency Shall Provide Dhsud Region 4a Janitorial Attendants Who Shall Possess The Following Minimum Qualifications: A. Must Possess Good Moral Character And Reputation; B. Must Not Have Any Criminal Or Police Record; C. Duly Trained And Skilled To Function As Janitorial Personnel; And D. Must Be Physically And Mentally Fit As Evidenced By The Medical Certificate; And, _compliant _non-compliant 6 Issuance Of Payslips To Assigned Janitorial Personnel Issuance Of Payslip To Janitorial Personnel Assigned Shall Be One Basis Of Dhsud Ro-4a To Ensure Conformance Of Janitorial Agency To Existing Labor Laws (minimum Wage And Mandatory Contributions To Sss, Philhealth, And Pag-ibig) _compliant _non-compliant 7 Receipt Of Billing Statement And Official Receipt (or) The Issuance Of Janitorial Agency Of Monthly Billing Statement Should Be Received By Dhsud Ro-4a Not Later Than 15th Day Of The Following Month And Its Corresponding Payment’s Official Receipt (or) Not Later Than 25th Day Of The Month _compliant _non-compliant 8 Posting Of Performance Security A. To Guarantee Payment For Losses And/or Damages To Property, The Winning Agency Shall Post A Performance Security In Favor Of Dhsud Ro-4a,. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) . Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank 2% B. Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. 5% D. Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security Your Failure To Post The Required Performance Security Within Ten (10) Days From Notice Of Award Shall Hereof Constitute A Sufficient Ground For Cancellation Of The Award B. The Performance Security Shall Be Callable On Demand And Shall Have A Validity Period Equivalent To The Duration Of The Contract Including Its Renewal Or Extensions, If Any. _compliant _non-compliant 9 Standards The Agency Shall Maintain A Very Satisfactory Level Of Performance Throughout The Term Of The Contract Based On The Following Criteria And Using The Following Scale - 5 (excellent); 4 (very Satisfactory); 3 (satisfactory); 2 (fair); And, 1 (unsatisfactory): 1. Quality Of Service Delivered 2. Time Management 3. Management And Suitability Of Personnel 4. Contract Administration And Management 5. Provision Of Regular Progress Reports The Dhsud Ro-4a Shall Conduct An Assessment Or Evaluation Of The Performance Of The Agency Based On The Above Criteria On A Regular Basis. Based On Its Assessment, The Dhsud Ro-4a May, At Any Time: 1. Request In Writing The Withdrawal Or Replacement Of Any Personnel Of The Agency Assigned To Perform Services Under The Contract. The Agency Shall At Its Own Expense, Withdraw Or Replace Such Personnel Forthwith And Shall Furnish The Dhsud Ro-4a The List Of Substitute Janitors Prior To Deployment; And/or, 2. Pre-terminate The Contract For Failure By The Agency To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Annex “i,” The Guidelines On Termination Of Contracts, Of The 2016 Revised Implementing Rules And Regulations Of Ra 9184. _compliant _non-compliant 10 Period Of The Contract The Contract For Janitorial Services Shall Be For A Period Of Ten (10) Months Commencing From March 2025 To December 2025 _compliant _non-compliant Terms And Conditions: 1. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 2. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 3. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit. 4. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories. D. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above-mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The General Services Section At The Dhsud Ro-4a Office Located At Dencris Business Center, Brgy. Halang Calamba City. The Dhsud Ro-4a Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation (scrq/lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Ro-4a Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement And The Property Officer Of The General Services Section At Mobile Numbers 0956-5764503 And 0918-5640074, Respectively. Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Reply Slip Procurement: Request For Quotation No.: _______________ Date Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Department Of Human Settlements And Urban Development Ro-4a Dencris Business Center, National Highway, Halang Calamba City, Province Of Laguna Dear Ms. Medina: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development Ro-4a, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company: ____________________________________________ Name Of Authorized Representative: _______________________________ Designation/position: ____________________________________________ Address: _____________________________________________________ Telephone No./mobile No.: _______________________________________ Email Address: ________________________________________________ Philgeps Registration No. : ______________________________________ Landbank Account No.: _________________________________________ If With Ada, Kindly Indicate The Landbank Account Name And Account Number; If None, Please Indicate To Whom Checks Should Be Made Payable To : _____________________________________ Tin: __________________________ Vat-registered: Vat󠄀 ( ) Non-vat ( ) Signature: ___________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ 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. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date4 Mar 2025
Tender AmountRefer Documents
Details: Please See Attached Question And Answer (q&a) Document. this Is A Sources Sought Notice For A Market Research Only To Determine The Availability Of Small Business Firms For A Potential Small Business Category Type Set-aside. No Proposals Are Being Requested Or Accepted With This Synopsis. No Award Will Be Made From This Sources Sought. No Solicitation, Specifications, Or Drawings Are Available At This Time; Therefore, Do Not Request A Copy Of A Solicitation. Potential Offerors Having The Skill, And Capabilities Necessary To Perform The Described Project Are Invited To Provide Feedback Via Email To Ms. Lashanda Areghan, Lashanda.d.areghan@usace.army.mil. All Responses Will Be Used To Determine The Appropriate Acquisition Strategy For A Potential Future Acquisition. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow Up Information Requests. Particularly, The Purpose Of This Notice Is To Gain Knowledge Of Potential Small Business Sources To Include Small Business In The Following Categories: Certified 8a, Certified Hub Zone, Woman-owned Small Business (wosb), And Service-disabled Veteran-owned Small Business (sdvosb) For A Market Survey For A Service Contract For Research And Development For The Engineer Research And Development Center. The Capabilities Will Be Evaluated Solely For The Purpose Of Determining To Set Aside The Action For The Small Business Community Or To Conduct As An Other Than Small Business Procurement. Other Than Small Businesses May Respond To This Notice In The Event The Market Does Not Indicate Small Business Interest, However, Preference Will Be Given To The Small Business Categories Listed Above. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Available Contractors. the U.s. Army Engineer Research And Development Center (erdc) Requires Research And Advisory Subscriptions That Will Deliver Objective Research, Expert Strategy Guidance And A Variety Of Implementation Toolkits. Licensed Access To Research, Tools, Executive Peer Advisors And Expert Analysts Will Empower Erdc Leaders To Advance Critical Priorities And Initiatives, Such As: modernizing Organizational Processes To Enhance And Leverage Internal Data As Strategic Assets. formulating Organizational Processes In Line With The Usace Enterprise D&a Strategy And Principles For Collecting, Assessing And Using Internal Data. enhancing Erdc Priorities With Energy, Infrastructure And Quantum Computing Capabilities. defining, Accelerating And Achieving Research Priorities. developing Digital Stress Testers To Defend Against Cybersecurity Attacks And Enhance Organizational Resilience. the Us Army Corps Of Engineers (usace) Engineer Research And Development Center (erdc) Has An Upcoming Research Advisory Subscription License Acquisition That May Include Tasks Similar To The Following Examples: inquiry Discussions And Document Reviews With Technology Strategy Research Experts License Shall Provide Access To An Unlimited Number Of 30-minute Inquiry Discussions With Strategic It Research Experts. Inquiry Discussions May Also Be Used For Document Reviews Of Strategic Plans, Job Descriptions, Assessment Results, Rfps And Other Types Of It Strategy Documents. inquiry Discussions And Document Reviews With Supply Chain Strategy Research Experts License Shall Provide Access To An Unlimited Number Of 30-minute Inquiry Discussions With Supply Chain Strategy Research Experts. Inquiry Discussions May Also Be Used For Document Reviews Of Strategic Plans, Job Descriptions, Assessment Results, Rfps And Other Types Of Supply Chain Strategy Documents. cdao Executive Peer Advisor License Must Provide A Dedicated Partnership With An Executive Peer Advisor Who Possesses Demonstrated Leadership Background Or Subject Matter Expertise In The D&a Domain. Cdao Executive Peer Advisor Must Possess At Least 15 Years Of It/d&a Experience. Executive Peer Advisor Shall Perform A Role Solely Dedicated To Delivering Strategic Recommendations And Serving As A Sounding Board For The License Holder. At A Minimum, The Cdao Executive Peer Advisor Will Engage With Their Aligned Government License Holder On At Least A Monthly Basis In Virtual Strategy Meetings Focused On Their Critical Priorities. objectivity And Independence In Research Industry Best Practice Research And Tools All Research Agendas And Tools Available Through Research Subscriptions Must Be Grounded In A Verifiable Approach That Demonstrates Practices Of Complete Objectivity And Absence Of Vendor Bias. No Past Or Planned Research Shall Have Been Done On A “sponsored” Or “commissioned” Basis. Both Sponsored Research Documents And Commissioned White Papers Create An Unacceptable Risk Of Conflict Of Interest. deep, Broad And Current Library Of Technology Strategy Research License Must Demonstrate A Proven Capability To Equip The Government With Access To At Least 3,000 New It-focused Research Documents Published Each Year. All Research Must Undergo A Formal Publication And Review Process. The Government Only Considers Reports And Tools As Valid Pieces Of Research. Social Media Posts, Webinars, Event Titles, Podcasts, Press Releases And Duplicated Reprints Of The Same Research Reports Do Not Meet The Government’s Defined Need For Deep Research Analysis, Industry Best Practices, Case Studies, Actionable Recommendations And Usable Tools. proprietary Vendor And Technology Evaluation Research Methodologies License Must Provide Access To Proprietary Vendor Research Methodologies Designed To Assist It Executives And Technology End Users In Making Unbiased Decisions And Evaluations Of Vendors. License Must Provide Access To A Research Methodology That Helps Technology End Users Assess And Monitor The Risks And Opportunities Of Specific Technologies. License Must Provide Access To A Research Methodology That Provides An Unbiased Assessment Of How Well Technology Providers Within A Specific Market Are Performing Against A Uniform Set Of Evaluation Criteria. License Must Provide Access To A Research Methodology That Provides Deep Insight And Analysis Into Vendor Product/service Offerings And Rate Those Solutions Against Common Use Cases. License Must Provide Access To A Research Methodology That Helps Monitor Vendors, Trends And Significant Attributes Within Specific Markets. License Must Provide Access To A Research Methodology That Provides Detailed Analysis On A Single Major Technology Provider Within The Technology Industry, Assessing Various Aspects Of That Vendor’s Products, Support Capabilities, Pricing Models, Technologies, Financials, Corporate Strategy And Organizational Structure. strategic Business Content For Technology/it Leaders In Addition To Research Covering Traditional And Emerging It Topics And Trends, License Shall Provide Access To Research On Business Topics That Intersect With The Technology Industry. Business Content Must Demonstrate Non-it Coverage Within The Domains Of Finance, Hr, It, Legal & Compliance, Audit & Risk, Product/service Management, Marketing And Customer Support/experience. License Must Include, At A Minimum, Business Focused Content And Coverage Of The Following Topics: Corporate Strategic Planning, Risk Response Strategies, Enterprise Risk Management Process, Finance Technology, Product/service Management And Organization Design/change Management. executive Leadership Content License Must Provide Access To Research Agendas And Content Targeted To Executive Leadership Topics. License Must Provide, At A Minimum, Executive Leadership Content And Coverage Focused On The Following Topics: Digital Strategy, Driving Sustainability, Navigating Innovation And Disruption, Leadership Dynamics, Strategic Risk Management And Workforce Dynamics. technical Implementation (“how To” Roadmaps) And Deployment Research License Shall Provide Access To It Technical Implementation Research That Provides Advice And Roadmaps On “how To” Deploy Specific It Related Programs For Enterprise It Staff. This Research Must Be Distinctly Different Insight Compared To Guidance On “what To” Select For Solutions Available In The Technology Strategy Research Library. Research Must Consist Of Blueprints, Guidance Frameworks, Solution Comparisons And Other Deeply Technical Analysis. License Library Shall Include Specific Coverage For Technologists In Applications/software Engineering, Data And Analytics, Infrastructure & Operations, Security & Risk Management. reference Architectures License Must Provide Access To Specific Guidance Frameworks And Reference Architectures For Deploying It Related Programs And Initiatives. License Must Offer Access To Over 100 Different Pieces Of Reference Architecture Content Spanning Over 50 Different Use Cases, Including Editable Blueprints, Implementation Roadmaps And Alternatives For Developing Technical Architecture. Reference Architectures Must Be Organized Based On Capabilities That Include, At A Minimum: Data & Analytics Services; Platforms; User Experiences & Devices; Applications, Systems And Services; Software Delivery & Operations; Infrastructure; And Security And Iam. deep, Broad And Current Library Of Supply Chain Strategy Research License Must Demonstrate A Proven Capability To Equip The Government With Access To At Least 500 New Supply Chain-focused Research Documents Published Each Year. All Research Must Undergo A Formal Publication And Review Process. The Government Only Considers Reports And Tools As Valid Pieces Of Research. Social Media Posts, Webinars, Event Titles, Podcasts, Press Releases And Duplicated Reprints Of The Same Research Reports Do Not Meet The Government’s Defined Need For Deep Research Analysis, Industry Best Practices, Case Studies, Actionable Recommendations And Usable Tools. regional Cio And It Executive Research License Must Demonstrate A Proven Capability To Provide The Government With Access To Research Produced Specifically For Regional Cios And It Executives Delivered In A Community-style Collaborative Experience. The Government’s Representative Must Have The Opportunity To Vote On Regional Cio And It Executive Research Topic(s) And Participate In Regular Meetings Among This Defined Community. The License Must Include Access To A Peer-driven Reports Produced By A Specific Community Of Analysts And Based On A Topic Of The Government’s Choosing. time-saving Tools For Defining Requirements License Must Demonstrate An Ability To Assist The Government In Defining Requirements Through Tools That Communicate Industry Best Practices For Effective Procurements And Acquisitions In Specific Technology Topic Areas. Templates That Assist Government Leaders In Building Requests For Proposals (rfps) Or Requests For Information (rfi) Must Be Provided Through The Research License. team-based Workflow Tool For Technology Purchase Decision-making License Shall Provide Access To A Collaborative Workflow Tool That Creates A Structured Process Designed To Streamline Vendor Evaluations In A Centralized Workspace. The Tool Must Contain At Least 100 Templates For Purchasing It Products And Must Be Accessible Through A Self-service Application That Allows Participation By Team Members, Including Non-license Holders. benchmarking Data And Key Metrics License Must Provide Access To It Benchmarking Metrics That Are Timely And Relevant To Government Technology Leaders. Metrics Must Have Been Collected From At Least 1,500 Sources. Source Of Benchmarking Metrics Must Provide Government-specific Metrics And Guidance, Including It Resource Distributions, It Spending Per Employee, And It Spending Percent Change Annually. it Budgeting Tool Based On Benchmarking Data License Must Provide A Web-based Diy Benchmark Tool That Provides Visibility Into Current It Spend To Help The Government Manage It Cost And Identify Cost And Value Optimization. This It Budget-specific Benchmark Shall Include Metrics For Comparison Such As Total It Spend And Staffing, Strategic It Spend, It Spending By Technical Function, It Spending By Asset Category, It Staffing By Technical Function And It Security Spending And Staffing. maturity Assessment Tools For Technology Functions License Shall Provide Access To Editable, Self-service Maturity Assessment Tools That Assess The Current Capabilities And Maturity Levels Of Specific It And Technology Functions Within The Government Enterprise. Each Self-service Maturity Assessment Tool Shall Intake Provide A Customized Report For Each Assessment, Provide An Enterprise Maturity Score And Ratings For Different Roles And Functions, And Allow Surveys To Be Delegated To Anyone In The Organization. Survey Capability Must Allow Regular Or Repeated Completion As Needed, And A Library Of Previously Completed Assessments Must Be Accessible In The Online Research Platform. maturity Assessment Tools For Supply Chain Functions License Shall Provide Access To Editable Self-service Maturity Assessments In Areas Relevant To The Government, Including Supply Chain Logistics, Supply Chain Plan As Well As Supply Chain Budget Process Evaluation That The Government Can Use To Assess Its Current Capabilities And Prioritize Investments And Focus On Specific Functions. Each Self-service Maturity Assessment Tool Shall Intake Provide A Customized Report For Each Assessment, Provide An Enterprise Maturity Score And Ratings For Different Roles And Functions, And Allow Surveys To Be Delegated To Anyone In The Organization. Survey Capability Must Allow Regular Or Repeated Completion As Needed, And A Library Of Previously Completed Assessments Must Be Accessible In The Online Research Platform. d&a Function Maturity Assessment License Must Provide Access To An Editable Self-service Maturity Assessment For The D&a Organization That The Government Can Use To Assess Its Current Capabilities And Prioritize Investments And Focus In Specific Areas. The Self-service Maturity Assessment Should Provide A Customized Report For Each Assessment, Provide An Enterprise Maturity Score And Ratings For Different Roles And Functions, As Well As Allow Surveys To Be Delegated To Anyone In The Organization. d&a Functional Leadership Effectiveness Diagnostic License Must Provide Access To An Online Self-assessment And Diagnostic Tool That Enables The User To Benchmark And Understand Their Personal Effectiveness As A D&a Leader Compared To Peers And Receive Tailored, Actionable Insights To Improve Effectiveness In Their Role. The Tool Must Measure Performance Against Top-performing Cdaos Across Key Functional Areas, Including Leadership, Skills, Culture, Operational Excellence And Business Outcomes. In Addition To Providing An Overall Effectiveness Measure, The Tool Must Provide Tailored, Actionable Recommendations And Resources On Areas To Improve, As Well As Identify Key Areas Of Strength That Can Be Leveraged To Improve Effectiveness. data Literacy Assessment License Must Provide Access To A Data Literacy Assessment Tool That Enables The Government To Assess An Individual’s Overall Data Literacy, Gauging Strengths And Weaknesses While Targeting Areas For Development. i&o Function Maturity Assessment License Must Provide Access To An Editable Self-service Maturity Assessment For The I&o Organization That The Government Can Use To Assess Its Current Capabilities And Prioritize Investments And Focus In Specific Areas. The Self-service Maturity Assessment Should Provide A Customized Report For Each Assessment, Provide An Enterprise Maturity Score And Ratings For Different Roles And Functions, As Well As Allow Surveys To Be Delegated To Anyone In The Organization. i&o Functional Leadership Effectiveness Diagnostic License Must Provide Access To An Online Self-assessment And Diagnostic Tool That Enables The User To Benchmark And Understand Their Personal Effectiveness As An I&o Leader Compared To Peers And Receive Tailored, Actionable Insights To Improve Effectiveness In Their Role. The Tool Must Measure Performance Against Top-performing I&o Executives Across Key Functional Areas, Including Leadership, Workforce Development, I&o Optimization And Enabling An I&o-driven Enterprise. In Addition To Providing An Overall Effectiveness Measure, The Tool Must Provide Tailored, Actionable Recommendations And Resources On Areas To Improve, As Well As Identify Key Areas Of Strength That Can Be Leveraged To Improve Effectiveness. i&o Initiative Guidance Tools And Research.license Must Provide Access To Research That Provides Step-by-step Guidance On How To Execute Specific I&o Initiatives. The Research Must Include Access To Tools Such As Case Studies, Downloadable Templates, Keys To Success, Common Mistakes To Avoid And Tools To Facilitate Initiative Execution. to Successfully Achieve Erdc’s Data And Analytics, Cybersecurity And Supply Chain Goals, Erdc Requires Continued Access To D&a Industry Best Practices, Supply Chain Resilience Tools And Expert Guidance Spanning Both It And Supply Chain. north American Industrial Classification System (naics) Code Applicable To This Sources Sought Is 541511, Custom Computer Programming Services. The Small Business Size Standard For This Sources Sought Is $34 Million. interested Companies Responding To This Sources Sought Should Include The Following Information: company Name, Mailing Address, Email Address, Point Of Contact, Phone Number, Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) 2. A Copy Of Sam.gov Active Registration. Must Reflect Entity Unique Identification Number, Commercial And Government Entity (cage) Code, And Reps/certs. 3. Capability Statement Displaying The Contractor’s Experience And Ability To Provide The Services, To Include Past Performance Information. If Past Performance Information Is Provided, Please Include Only Relevant Past Performance On The Same/similar Work Within The Last 5 Years. Please Also Include In Past Performance Information The Contract Numbers, Dollar Value, And Period Of Performance For Each Contract Referenced. 4. Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. 5. Does Your Company Have A Facility Clearance? Yes Or No. If So, What Level Of Facility Clearance (secret/top Secret)? Dd254 May Be Required.
Oriental Mindoro Tender
Textile, Apparel and Footwear
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 3 Million (USD 53.1 K)
Details: Description Republic Of The Philippines Provincial Government Of Oriental Mindoro Capitol Complex, Calapan City 5200, Oriental Mindoro Procurement Division Bids And Awards Committee For Goods And Services (1m And Above) Invitation To Bid Purchase Of Garments To Be Used During The Mimaropa Raa Meet On May 10-17, 2025 To Be Held In Puerto Princesa City, Palawan Ib No. Gsa 2025-02-009 1. The Provincial Government Of Oriental Mindoro, Through The Special Education Fund Intends To Apply The Sum Of Three Million Seventy Three Thousand Four Hundred Fifty Pesos (php 3,073,450.00) Being The Abc To Payments Under The Contract For Purchase Of Garments To Be Used During The Mimaropa Raa Meet On May 10-17, 2025 To Be Held In Puerto Princesa City, Palawan . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro – Procurement Division Goods And Services Section Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Seven (7) Calendar Days Upon Signing Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Item Description Qty./unit 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 Uniforms Collared Shirts (ormin Delegation Shirt) Jogging Pants (delegation Pants) Athletic Jackets (delegation Jackets) 1. Arnis White T-shirt With Print For Competition (elem) Red Pants For Competition (elem) White T-shirt With Print For Competition (sec) Red Pants For Competition (sec) T-shirts (delegation Shirt Elem) T-shirts (delegation Shirt Sec) 2. Archery Collated Shirts With Names (delegation Shirt) 3. Athletics Athletic Number Sleeveless Shirts For Competition Shorts For Competition 4. Badmminton T-shirt With Name Shorts 5. Baseball T-shirt With Number And Names (elem) Shorts (elem) T-shirt With Number And Names (sec) Shorts (sec) 6. Basketball Sleeveless Shirt With Number And Names (elem Boys) Shorts With Number (elem Boys) Sleeveless Shirt With Number And Names (sec Boys) Shorts With Number (sec Boys) T-shirt With Number And Names (sec Girls) Shorts With Number (sec Girls) 7. Billiards Collared Shirts With Names 8. Boxing Boxing Shorts (high Waist With Thick Waistband) Sando Shirts (red) Sando Shirts (blue) T-shirts (delegation Shirt Sec) 9. Chess T-shirts With Names (elem) T-shirts With Names (sec) 10. Dancesports T-shirts (delegation Shirt Elem) T-shirts (delegation Shirt Sec) 11. Football T-shirt With Numbers And Names (elem) Shorts With Number (elem) T-shirt With Numbers And Names (sec) Shorts With Number (sec) 12. Futsal T-shirt With Numbers And Names (girls) Shorts For Futsals (girls With Numbers) 13. Gymnastics T-shirts (delegation Shirt Elem) T-shirts (delegation Shirt Sec) 14 Sepak Takraw T-shirt With Numbers And Names (elem Boys) Shorts (elem Boys) T-shirt With Number And Names (sec Girls) Shorts (sec Girls) T-shirt With Numbers And Names (sec Boys) Shorts (sec Boys) 15. Softball T-shirt With Number And Names (elem) Shorts (elem) T-shirt With Number And Names (sec) Shorts (sec) 16. Swimming T-shirt (elem) Delegation Shirt T-shirt (sec) Delegation Shirt Hair Caps With Delegation Print 17. Table Tennis T-shirt With Names (elem) Shorts With Pockets (elem) T-shirt With Names (sec) Shorts With Pockets (sec) 18. Taekwondo T-shirts (delegation Shirt Elem) T-shirts (delegation Shirt Sec) 19. Tennis Collared Shirt With Names (elem) Shorts With Pockets (elem) Collared Shirt With Names (sec) Shorts With Pockets (sec) 20. Volleyball T-shirt With Names And Numbers (elem) Shorts With Number (elem) T-shirt With Names And Numbers (sec) Shorts With Number (sec) 21. Wushu T-shirts (delegation Shirt) Red Sando Blue Sando Red Shorts (diamond Crotch) Blue Shorts (diamond Crotch) X-x-x 495 Pcs 715 Pcs 945 Pcs 6 Pcs 6 Pcs 10 Pcs 10 Pcs 6 Pcs 6 Pcs 8 Pcs 54 Pcs 54 Pcs 54 Pcs 16 Pcs 16 Pcs 12 Pcs 12 Pcs 12 Pcs 12 Pcs 12 Pcs 12 Pcs 12 Pcs 12 Pcs 12 Pcs 12 Pcs 4 Pcs 10 Pcs 10 Pcs 10 Pcs 10 Pcs 4 Pcs 4 Pcs 4 Pcs 4 Pcs 18 Pcs 18 Pcs 18 Pcs 18 Pcs 12 Pcs 12 Pcs 9 Pcs 9 Pcs 5 Pcs 5 Pcs 5 Pcs 5 Pcs 12 Pcs 12 Pcs 12 Pcs 12 Pcs 12 Pcs 12 Pcs 20 Pcs 20 Pcs 40 Pcs 8 Pcs 8 Pcs 8 Pcs 8 Pcs 12 Pcs 20 Pcs 8 Pcs 8 Pcs 8 Pcs 8 Pcs 24 Pcs 24 Pcs 24 Pcs 24 Pcs 10 Pcs 10 Pcs 10 Pcs 10 Pcs 10 Pcs 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Activities Schedule Pre-procurement Conference February 6, 2025 Advertisement/posting Of Ib February 7, 2025 Bulletin Board Of The Pgom February 7, 2025 Pgom Website – Www.ormindoro.gov.ph February 7, 2025 Geps Website – Www.philgeps.net February 7, 2025 Issuance Of Bidding Documents February 7, 2025 To February 26, 2025 Pre-bid Conference February 13, 2025 At 10:00 Am Ppeso Conference Room Deadline Of Submission Of Bids February 26, 2025 At 9:30 Am At Ppeso Conference Room Opening Of Bids In Sealed Envelope February 26, 2025 At 10:00 Am At Ppeso Conference Room A) Eligibility Requirements And Technical Proposal February 26, 2025 At 10:00 Am At Ppeso Conference Room B) Financial Proposal February 26, 2025 At 10:00 Am At Ppeso Conference Room 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7, 2025 To February 26, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section Will Hold A Pre-bid Conference On February 13, 2025 At 10:00am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Procurement Division Goods And Services Section, On Or Before February 26, 2025 At 9:30 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 26, 2025 At 10:00 Am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pgom – Procurement Division Goods And Services Section Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Marissa O. Acuzar Bac For Goods And Services Provincial Capitol Complex Camilmil, Calapan City Oriental Mindoro 5200 Antonio M. Magnaye, Jr. Bac Chairperson
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents
Description: 2/12/2025 the Government Is Extending The Solicitation Closing Time Only From 12am Est To 6pm Est. The Government Will Not Be Accepting Any Quotes Beyond 6pm Est On February 12, 2025. ----------------------------------------------------------------------------------------------------------------------------- amendment 0005to Sam Notice Id “w15qkn-25-r-0028” changes To Attachment 0005 – Quote Template clin 0002 Travel Not To Exceed (nte) Amount Has Been Increased/updated. uploaded Attachment 0005 – Quote Template 11feb2025 (with Revised Changes Above) ----------------------------------------------------------------------------------------------------------------------------- 11 February 2025 questions And Answers For 2/7/2025 1. Pursuant To Q&a: “20. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is this Correct? Answer. Yes, Because Some Of The Training Material May Be Classified Up To secret Levels.” Does The Government Require Proof Of Safeguarding Capability Such As A Letter From Dcsa In The Technical Volume? answer: No, The Safeguarding Will Be On Site. The Fcl Will Be Required To Validate The Clearance Of The Contractor. 2. A Follow-up To The Safeguarding Question: According To Chapter 5 Section1 Of The Nispom, Safeguarding Is Required When A Company Has To Hold The Material In Their Own Possession In A Safe. Is This The Case With The Training Materials Or Will The Government Customer Be Handing Out And Collecting The Training Material Each Day? Would The Government Consider Removing The Requirement For Safeguarding From The Dd254 For The Contractor? answer: We Will Collect The Training Material Each Day. However, The Contractor Is Required To Have The Fcl To Validate Their Employee’s Security Clearance. 3. A Follow-up To Previous Question. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? Answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. We Believe Strongly That The Dd254 Box Section 1b Is Not Marked Correctly And Should Be Left Blank Or Marked None. The Justification Provided In The Q&a Below Does Not Apply Because 1b Is Relevant Only To Classified Material At The Contractor’s Facility. The Justification Mentioned Is What Supports Section 1a Being Classified As Secret. please Clarify If Training Will Occur At The Contractor’s Facility, And If So, What Is The Mileage Limit From Camp Atterbury That A Contractor’s Facility May Be To Support This Valex, As Well As Specific Facility Requirements, Dimensions, Occupancy, And Access Considerations. Because The Dd254 Is The Third Item Listed For Technical Capability Assessment, If Training Is Not Going To Occur At The Contractor’s Facility, We Believe It Would Negatively Impact Offerors Who Do Not Address This Item Or Correct It In Their Submissions. answer: The Box Shall Remain Checked And The Training Will Occur At Camp Atterbury. 4. I See That You Did Add A Common Travel Plug For All Vendors To Use. This Will Be Very Valuable To Ensuring The Highest Quality Of Support For This Contract. Can You Please Clarify That All Vendors Should Be Including This Travel Plug In Their Proposals, Which Will Be Cost Reimbursable For The Applicable Travel Related Costs. I.e. Travel To/from, Lodging, Per Diem, As Need Rental Car To From Airports And Atterbury, Etc. i Wanted To Make Sure That Vendors Should Not Be Including Less That This Amount In Clin 2, As This Should Be A Common Plug Used/available To Everyone, Otherwise It Would Eliminate The Benefits Of Having This Plug. answer: An Amendment With Instructions To Offerors Was Issued To Clarify The Travel Plug And Add A Technical Factor. ----------------------------------------------------------------------------------------------------------------------------- 10 February 2025
amendment 0004to Sam Notice Id “w15qkn-25-r-0028”
the Purpose Of Amendment 0004 Is To Incorporates Q&as And To State The Following: - Attachment 0001– Pws – 7feb2025, Uploaded To Sam On 2/7/2025 Is The Final Version. - Attachment 0007- Instruction To Offerors And Evaluation Criteria, Uploaded To Sam On 2/7/2025 Is The Final Version. questions And Answers From 2/5/2025 And 2/6/2025 1. The Period Of Performance Is Listed As 9-20 March, But The First Meeting With The Contractors Occurs On 19 March During The Coordinationphase. Could You Clarify Whether Contractors Are Required To Be Present For The Full9–20 March Period Or If They Must Report No Later Than (nlt) March 18, 2025? answer: The Pop Is 9-20 March 2025. The Pws Has Been Correct Via Amendment 001. 2. Additionally,doesthe Company Need To Hold An Fcl Or Is It Sufficient To Verify That The Contractors Possess An Active Secret Clearance? answer: Yes, So They Can Validate The Secret Security Clearance And Manage The Security Clearance. 3. The Period Of Performance (pop) Shows 9-20 March 2025; However, Paragraph 2.1.1 Shows The Beginning Date For The Coordination Phase As 19 March 2025. Should We Prepare For Only Two (2) Days Of Coordination And Roleplaying At Camp Atterbury? answer: The Pop Is 9-20 March 2025. The Pws Has Been Correct Via Amendment 001. 4. The Solicitation Only Provides For A Quote For Services. If Submitted, Will A Capabilities Statement Be Reviewed To Support The Technical Evaluation? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 5. What Is The Required Date For Submitting A Roster Of Candidates To Fill The Role Player Positions In Advance Of The March 9 Rotation? answer: The Required Date To Support The Training Is 9 March 2024. 6. Are There Specific Requirements Or Qualifications For Spanish Language Proficiency? answer: A Dlpt Score Of 3/3 7. Is A Technical Narrative Required As Part Of The Proposal? If So, Are There Any Guidelines Regarding Format (e.g., Page Limits, Font Size)? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 8. Will A Technical Volume And Past Performance Be Evaluated By The Governmentif Submitted? answer: Only The Technical Volume Will Be Evaluated. clarification Required: Based On The Evaluation Criteria I Understand That The Due Out To The Government Is The Quote Template (provided), Dd254 (provided) And A Downloaded Copy Of Reps And Certs For The Offeror. Are We Understanding That Correctly? Those Documents Meet The Requirement For The Technical. The Qasp Is Due Post Award? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors And Incorporate A Capabilities Statement For Evaluation Purposes. 9. The Dd254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. clarification Required: Dd254 Block 1.b Is Understood By Our Industry Facility Security Officer (fso) That If Safeguarding Is Required Then The Government Is Asking The Contractor To Maintain Classified Documents At The Contractor's Facility. As I Understand The Requirement The Work Is Being Performed At Camp Atterbury. There Is Not A Contractor Owned And Maintained Facility In This Requirement At Camp Atterbury. How Is The Contractor Required To Secure, And Safeguard Classified Information In Commercial Lodging? Or, Will The Potentially Classified Documents Be Secured On Camp Atterbury By The Government And Then Accessed By The Contractor On A Daily Basis? If The Government Is Maintaining The Classified Material, Then The Safeguarding Requirement At The Contractor's Facilityshould Be "none". answer: The Fcl Is Required For The Company To Ensure That They Can Hold Or Manage The Employee Clearance. Fcl Isn’t Just For The Actual Facility. It Is Required. 10. We Are Bidding The Above Contract And Have Run Into A Dilemma. The Nte Travel Is $40,377.00. Just Gsa Lodging And M&i For The Area For 14 People For 14 Days Is: $38,059. This Does Not Include Airfare Or Any Other Things The Jtr Identifies As Reimbursable. No Rental Cars Are Currently In My Estimate. An Nte This Low Would Either: Require All Role Players To Come From The Camp Atterbury Area Which I Believe Would Be Not Possible, Or You Guys Are Providing Government Lodging Which I Did Not See In The Pws. answer: The Government Evaluated The Travel Cost And Has Increased The Nte Amount To $43,349.90. Lodging From March 8-21 Is For 13 Nights Only. Gsa States That M&ie For The First And Last Day Of Travel Will Be At A Lower Rate (2 Days). The Current Loging Rate For That Area Is $110 And M&ie Is $68, The First And Last Day Of Travel For M&ie Is $51. 11. Setting Clin 0002 (travel) To $0.00 Is Acceptable, Or If The Government Requires A Proposed Cost Under The Nte Threshold? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors Regarding The Nte Amount. 12. If Setting Travel To $0.00 Is Not Permissible, Is There A Recommended Alternative Pricing Structure We Should Use? answer: An Amendment Was Issued 2/7/2025, To Include Instructions To Offerors Regarding The Nte Amount. ----------------------------------------------------------------------------------------------------------------------------- 07 February 2025 amendment 0003 To Sam Notice Id “w15qkn-25-r-0028”
the Purpose Of Amendment 0003 Is To Incorporates The Following: -updated Attachment 0001 – Pws – 7feb2025 To Include The Following Changes: (a) 1.6.2 Iwatch Army Training (b) 1.6.3 Opsec Training (c) 1.6.4 Threat Awareness Reporting Program -add Attachment 0007 - Instruction To Offerors And Evaluation Criteria both Attachments Are Draft Versions To Allow Vendors Enough Time To Update Their Quotes/proposals. The Government Does Not Anticipate Any Changes To Attachment 0001 And 0007. The Final Versions Will Be Posted Early Next Week, If Any Changes Are Made To Either Attachment The Government Will Point Out Said Changes. fyi, Additional Q&as Will Also Be Posted Next Week, In The Event There Are Any Additional Questions Please Request And Extension As The Deadline To Submit Q&as Was 2/6/2025 At Noon Est. ----------------------------------------------------------------------------------------------------------------------------- 06 February 2025 amendment 0002 To Sam Notice Id “w15qkn-25-r-0028”
the Purpose Of Amendment 0002 Is To Extend The Solicitation Closing Date To February 12, 2025 12pm Est. ----------------------------------------------------------------------------------------------------------------------------- questions And Answers From04 February 2025 1. Will The Role Players (rp) Be Afforded The Opportunity To Lodge On Camp Atterbury For Fee? Indiana National Guard: Lodging – Chargeable Transient Quarters answer: No, Because There Will Not Be Enough Time To Coordinate Prior To The Award Of The Contract. They Will Need To Do Commercial Lodging. 2. Is There Government Provided Lodging At No Cost On Camp Atterbury? answer: No. 3. Are The Rps Required To Work Independently Of Each Other On Different Schedules Or Will They Travel To And From The Government Work Site At The Same Schedules? answer: They Will All Be On The Same Schedule. 4. Is Camp Atterbury The Actual Work Site Or Will The Rps Be Required To Perform Duties In Urban City/town Environments Outside Of Camp Atterbury? answer: Camp Atterbury Is The Actual Work Site. 5. Are The Rps Required To Independently Arrive And Access Camp Atterbury Utilizing Separate Modes Of Transportation Or Will Mass Transit For The Rps Meet The Requirements? answer: No, They Can Use Mass Transportation. 6. Does The Government Have A Process For Gaining Entry To Camp Atterbury For Rps Who Do Not Carry Retired Military Id Cards? answer: Yes, They Will Be Provided The Base Access Form For Visitor Access. 7. Reference Pws 2.1.1: We Are Assuming 19 March Is A Typo And The Coordination Phase Is 9 March? With Time To Be Determined, Is It Safe To Assume The Rps Should Travel On 8 March, In Order To Be Present On 9 March As Early As The Government Desires? answer: The Rps Must Be Present On The 9th For The Start Of The Training. Travel Day Before Might Be Required If They Require To Travel Outside. 8. Reference Pws 1.4: Is 20 March Considered A Training/workday Or Is It Considered A Travel Day? answer: Training Day. 9. Does The Government Desire To Have A Program Manager Present On Site During The Entire Execution? answer: No, But There Needs To Be A Site Lead Designated For Coordination. 10. Can The Program Manager (pm) Or Alternate Program Manager (apm) Be One Of The Role players? Can Both Pm And Apm Be Role Players Or Will The Duties Detract From The Rp Requirements? answer: Yes. 11. Will Any Of The Training Be Conducted In Austere Environments Or Combat Simulated Environments Where Cold Weather Gear And Personal Protective Equipment Be Required? answer: No. The Training Will Take Place In An Improved Area. 12. Will The Rps Be Required To Ride In Military Vehicles Or Aircraft? answer: No. 13. Will Any Of The Rps Be Required To Access Any Government Unclassified Or Classified Information Networks? answer: No. 14. Will The Rps Be Required To Have Contractor Supplied Digital Training Aids Such As Exercise Phones Or Other Technical Devices? answer: Yes, But At No Cost At The Government. 15. Are All Scenario Documents, Scenario Scripts And Background Scenario Documents Complete; Or Will The Rp Be Responsible For Completing Those Documents? answer: All The Documents Will Be Provided To The Rps By The Training Team. 16. According To Attachment 0001 - Pws, Section 1.4, The Period Of Performance Is From 3/9/2025 To 3/20/2025. Will The Government Require Personnel On Every Day Within This Period, Or Only On Weekdays (monday Through Friday)? answer: The Rps Will Be Required Every Day. 17. Pws Paragraph 1.4 States That The Period Of Performance In 3/9 To 3/20. However, Pws Paragraph 2.1.1. States Synch Meetings Begin On 3/19. Please Clarify Which Datesthe 14 Role Players Are Required To Support Training? answer: The Date In 2.1.1 Is An Error The Pop Is 9-20 March. 18. The Sam Post States: "technical Capability Will Be Evaluated To Determine The Likelihood That The Government’s Requirements In The Pws Can Be Achieved." Since This Is An Rfq And Not An Rfp, How Will The Government Determine That Offeror Can Meet The Pws Requirements? answer: The Government Will Review The Rfq Or Rfp Based On The Proposal Provided By The Contractor To Identify Which Contractor Has The Best Technical Capability. 19. Will A Technical Volume And Past Performance Be Evaluated By The Governmentif Submitted?
answer: Only The Technical Volume Will Be Evaluated. 20. The Dd 254 Block 1.b Indicates Safeguarding At The Secret Level? Is This Correct? answer. Yes, Because Some Of The Training Material May Be Classified Up To Secret Levels. ----------------------------------------------------------------------------------------------------------------------------- 05 February 2025 amendment 0001 To Sam Notice Id “w15qkn-25-r-0028” the Purpose Of Amendment 0001 Is To Incorporates The Following Changes: changes To Attachment 0001 - Pws change The Date On The Performance Work Statement (pws) add Section 1.7 Travel In The Pws change The Date In Section 2.1.1 Of The Pws update Language In Section 2.3.2 Of The Pws delete Section 2.3.4 From The Pws (duplicate Language) And Update The Numbering Following The Deletion Of 2.3.4 uploaded Attachment 0001 – Pws 4feb2025 (with Revised Changes Above) changes To Attachment 0005 – Quote Template added Clin 0002 Travel**** changed The Service Contract Reporting Clin To 0003 ****clin 0002 Travel Has A Not To Exceed (nte) Amount. All Vendors Who Submit Travel For Role Players Cannot Propose Over The Nte Amount. uploaded Attachment 0005 – Quote Template 4feb2025 (with Revised Changes Above) ----------------------------------------------------------------------------------------------------------------------------- questions And Answers From03 February 2025 1. In The Pws, Thepop Is Listed As 9-20 March 2025. Para 2.1 States There Will Be 3 Phases: Coordination, Scenario Rehearsal, And Scenario Execution. But Para 2.1.1 States That The Coordination Date Will Be On 19 March 2025. -can The Government Confirm That Exact Days Of Each Of These 3 Phases? -and Also, Are All Role Players Required To Be Present For The Coordination/synch Days/phase? -and Also The Total Days Each Role Player Will Be Required To Be On Site? answer: The Role Players Just Need To Be Available Starting For Training On The 9th. The Coordination And Scenario Rehearsal Will Take Place During The Pop. 2. Regarding Para 2.3 Tasks, Can The Government Confirm If The Role Players Will Be Performingas The Interrogators Conducting Interrogations? Or Will They Be The Subjects Of The Interrogations? answer: They Will Be The Subjects. That Is A Typo, It Should Be Performing As Interrogatees Being Interrogated. 3. Are The Role Players Required To Have An Active Dod Security Clearance? If So, At What Level? answer: This Is In The Pws And The Dd254. All Must Have A Secret Clearance. 4. If The Role Players Are Required To Have A Clearance, Can The Government Confirmthat The Awardee Will Be Required To Have The Commensurate Dod Corporate Facility Clearance? answer: Yes, This Is A Far Requirement And A Security Requirement. 5. Will The Government Require A Separaterole Player Coordinator/site Lead To Be Present? Or Can This Role Be Performed By One Of The 14 Role Players? answer: It Can Be Performed By One Of The Role Players. 6. Will The Role Players All Require A Separate Means Of Transportation To Get To Exercise Venues? Or Will They All Be Working At One Location Of General Area? answer: It Will Be The Responsibility Of The Role Player To Get To The Training Area. There Is Only One Training Area. 7. Will The Role Players Be Required To Have Special Clothing? Ie. U.s. Or Foreign Military Uniforms, Or Foreign National Clothing? answer: No 8. Will The Government Consider Adding/providing A Travel Plug That All Bidders Would Use For Covering Travel, Lodging, Per Diem, Etc For Role Players And Coordinator? This Would Create A Level Playing Field For All Bidders And Would Better Ensure The Highest Quality Intelligence Role Players From Around The Country For The Government, By Taking The Travel Costs Out Of The Award Competition. answer: The Contractor Shall Provide The Costs Estimated To Meet The Pws In The Way They View Best Meets The Technical Requirement. If That Means A Contractor Needs To Submit For Travel Then They Should Submit For Travel. 9. Is The Governmentsponsoringthe Initialsecret Fcl Per The Dd254 In The Attachments Or Is It Assumed That The Contractor Will Have A Pre Establishedsecret Fcl Prior To Submission Of Their Proposal? answer: No, The Contract Shall Have Pre Established Secret Fcl Prior To Submission Of Proposals. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ i) Introduction this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. the United States Army Contracting Command – New Jersey (acc-nj) Has Issued Solicitation W15qkn-25-r-0028 As An Invitation For A Request For Quotation (rfq), In Support Of The Military Intelligence Readiness Command (mirc), To Procure Multiple Role Players To Participate In A Government Training Exercise At Camp Atterbury, In, In Accordance With The Performance Work Statement (pws) (attachment 0001), Quality Assurance Plan (qasp) (attachment 0002), Exhibit A, Contract Data Requirements List (cdrl) (attachment 0003) And Dd254 (attachment 0004). the Number Of Role Players Required And The Period Of Performance Is As Follows: 14 Role Players At Camp Atterbury, In: 09 March 2025- 20 March 2025 this Action Is A Small-business Set-aside Solicited Under North American Industry Classification System (naics) Code 541990 – All Other Professional, Scientific, And Technical Services; Size Standard $19.5m. in Accordance With Far 52.212-2, The Government Intends To Make An Award To The Contractor Who Submits The Lowest Price Technically Acceptable (lpta) Quote And Deemed Responsive And Responsible By The Contracting Officer. Offeror Shall Meet The Requirements As Specified In This Solicitation And The Attached Pws. The Anticipated Award Will Be A Firm-fixed Price Contract. The Contracting Officer Reserves The Right To Make No Award Under This Solicitation. note: An Offeror That Is Receiving An Award Resulting From This Solicitation Shall Be Registered In The System For Award Management (sam) Prior To Contract Award (no Later Than 18 February 2025). To Register, Offerors May Log Onto: Sam.gov. ii) Instructions To Offerors (far 52.212-1 Applies To This Acquisition) any/all Questions Shall Be Submitted Via Email To Both The Contract Specialist At Colleen.m.paglio.civ@army.mil And The Contracting Officer At Angelica.m.merino.civ@army.mil No Later Than 10am Eastern Standard Time On 6 February 2025. all Quotes Shall Be Submitted Via Email To Both The Contract Specialist At Colleen.m.paglio.civ@army.mil And The Contracting Officer At Angelica.m.merino.civ@army.mil No Later Than 12pm Eastern Standard Time On 7 February 2025. offeror Quotes Shall Include The Following Information: technical: Offerors Shall Submit The Following Three Items: a Completed Quote Using The Provided Quote Template (attachment 0005) a Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications – Commercial Products And Commercial Services dd254 (attachment 0004): Complete Blocks 6(a), 6(b), And 6(c). Also, If Applicable, Complete Blocks 7(a), 7(b), And 7(c). price: Offerors Shall Submit Pricing For Contract Line Item Number (clin) 0001 On The Quote Template (attachment 0005). In The Event There Is A Difference In Price Between The Total Of Clin 0001 And The Total Proposed Price, The Total Of Clin 0001 Will Be Considered The Total Proposed Price Used For Evaluation. it Is The Government’s Intent To Award Without Discussions. iii) Evaluation (far 52.212-2) the Government Intends To Award A Single Contract To An Offeror Whose Quote Is Determined To Be The Lowest Priced Technically Acceptable Based On The Following Evaluation Factors: technical – Technical Capability Will Be Evaluated To Determine The Likelihood That The Government’s Requirements In The Pws Can Be Achieved. price – Price Will Be Evaluated To Determine If The Offerors’ Proposed Price Is Fair, Reasonable, And Balanced Using Price Analysis Techniques In Accordance With The Guidelines In Far 15.404-1(b). all Non-priced Factors Will Be Evaluated On An “acceptable” Or “unacceptable” Basis. An Offeror Must Receive An “acceptable” Rating For All Non-price Factors To Be Considered For Award. technical Acceptable/unacceptable Ratings acceptable quote Clearly Meets The Minimum Requirements Of The Solicitation. unacceptable quote Does Not Clearly Meet The Minimum Requirements Of The Solicitation. a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For An 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. v) Contract Provisions/clauses this Solicitation Document And Incorporated Provisions/clauses Are Those In Effect Through Federal Acquisition Circular 2025-03/ far 52.212-4 – Contract Terms And Conditions-commercial Products And Commercial Services, And Far 52.212-5 – Contract Terms And Conditions Required To Implement Statuses Or Executive Orders – Commercial Products And Commercial Services Apply To This Acquisition. see Attachment 0005 For The List Of Applicable Provisions/clauses vi) Attachments: attachment 0001: Pws, Dated 23 January 2025 attachment 0002: Qasp, Dated 23 January 2025 attachment 0003: Exhibit A Cdrl attachment 0004: Dd254 attachment 0005: Quote Template attachment 0006: Provisions/clauses
Court Of Appeals Tender
Others
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 115.7 K (USD 1.9 K)
Details: Description Supply And Delivery Of Materials For The Rehabilitation/renovation Of Daycare/lactation Room Of Court Of Appeals Amp-014-25 (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. Lot No.: 1 Item Description: Supply And Delivery Of Materials For The Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals Approved Budget For The Contract: ₱115,719.00 *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 13, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial 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. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph. 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. 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. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No. Eligibility 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. 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. 5 Statement Of Compliance With The Must Be Duly Signed And Dated Technical Specifications By The Authorized Representative. 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 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-014-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Materials For Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot No. Item Description Qty Unit Price Total Price 1 Colored Plain Sheet, 4’ X 8’ Gauge 22 (green) 5 Pcs. Marine Plywood, ¼” X 4’ X 8’ 5 Pcs. Angle Bar 2” X 2” X ¼” X 20ft 4 Pcs. Spray Bottle (2 Liters) 1 Pc. Wood Treatment / Preservative 8 Qtrs. Adhesive Sealant 2 Qtrs. Welding Rod 6013 Special, 2.5 5 Kls Semi-gloss Latex, White 5 Tins Flat Latex 2 Tins Roof Guard, Baguio Green 3 Tins Quick Drying Enamel, White 2 Gal. Acry-color, Latex, Thalo Blue 2 Qtrs. Acry-color, Latex, Thalo Green 2 Qtrs. Roller Brush #7” 3 Pcs. Baby Roller, Cotton 3 Pcs. Sanding Paper # 120 10 Pcs. Sanding Paper # 220 10pcs. Paint Brush #1½”, White Hair 4 Pcs. Camiseta Rug, White 5 Kls. Flatwall Enamel 2 Gals. Ppr Pipe, ½” 2 Pcs. Ppr Elbow 3 Pcs. Ppr Female Coupling, ½” 1 Pc. Pvc Elbow, 2” (orange) 2 Pcs. Ball Valve, ½” 1 Pc. Tee Reducer, ¾” X ½” 1 Pc. Pvc Elbow 45 Degrees X 2” 2 Pcs. Pvc Y, 2” (orange) 1 Pc. Pvc Cement (solvent 400 Cc) 1 Can One Piece Toilet Bowl W/ Complete Fittings 2 Sets Bidet 2 Sets Lavatory Sink W/ Complete Fittings 2 Sets Dual Angle Valve, ½” X ½” 2 Pcs Angle Valve, ½” X ½” 1 Pc Total Price In Figures: Total Price In Words: ____________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications 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 Materials For Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals I. Approved Budget For The Contract: The Approved Budget For The Contract Is One Hundred Fifteen Thousand Seven Hundred Nineteen Pesos (php115,719.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirements; Item No. Item Description Qty 1 Colored Plain Sheet, 4’ X 8’ Gauge 22 (green) 5 Pcs. Marine Plywood, ¼” X 4’ X 8’ 5 Pcs. Angle Bar 2” X 2” X ¼” X 20ft 4 Pcs. Spray Bottle (2 Liters) 1 Pc. Wood Treatment / Preservative 8 Qtrs. Adhesive Sealant 2 Qtrs. Welding Rod 6013 Special, 2.5 5 Kls Semi-gloss Latex, White 5 Tins Flat Latex 2 Tins Roof Guard, Baguio Green 3 Tins Quick Drying Enamel, White 2 Gal. Acry-color, Latex, Thalo Blue 2 Qtrs. Acry-color, Latex, Thalo Green 2 Qtrs. Roller Brush #7” 3 Pcs. Baby Roller, Cotton 3 Pcs. Sanding Paper # 120 10 Pcs. Sanding Paper # 220 10pcs. Paint Brush #1½”, White Hair 4 Pcs. Camiseta Rug, White 5 Kls. Flatwall Enamel 2 Gals. Ppr Pipe, ½” 2 Pcs. Ppr Elbow 3 Pcs. Ppr Female Coupling, ½” 1 Pc. Pvc Elbow, 2” (orange) 2 Pcs. Ball Valve, ½” 1 Pc. Tee Reducer, ¾” X ½” 1 Pc. Pvc Elbow 45 Degrees X 2” 2 Pcs. Pvc Y, 2” (orange) 1 Pc. Pvc Cement (solvent 400 Cc) 1 Can One Piece Toilet Bowl W/ Complete Fittings 2 Sets Bidet 2 Sets Lavatory Sink W/ Complete Fittings 2 Sets Dual Angle Valve, ½” X ½” 2 Pcs Angle Valve, ½” X ½” 1 Pc Iii. 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: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. 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. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. 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 _____.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: Draft Performance Work Statement Draft title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190 purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays. background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7. acronyms
als Advanced Life Support
aod Administrative Officers Of The Day bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport co Contracting Officer
cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor
emt Emergency Medical Technician iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State.
and Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven.
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission. the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported.
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor)
ordering Officers (oo)
beneficiary Travel Office Staff
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. 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. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. 4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles.
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name contract Number current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. general Information this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027 the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following:
va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs): sepulveda Ambulatory Care Center
16111 Plummer Street North Hills, Ca 91343
818-891-7711
los Angeles Ambulatory Care Center
351 East Temple Street Los Angeles, Ca 90013
213-253-5000
east Los Angeles Va Clinic
5426 East Olympic Boulevard
commerce, Ca 90022-5113
313-725-7372
san Gabriel Valley Va Clinic 7 West Foot Boulevard, Suite D
arcadia, Ca 91006-2367
626-836-2300
bakersfield Outpatient Clinic
1801 Westwind Drive
bakersfield, Ca 93301
661-632-1800
lancaster Outpatient Clinic
340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941
661-729-8655
san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401
805-543-1233
santa Barbara Outpatient Clinic
4440 Calle Real
santa Barbara, Ca 93110
805-683-1491 Santa Maria Cboc
1550 East Main Street Santa Maria, Ca 93454
oxnard Outpatient Clinic
2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036
mariner Outpatient Clinic
5250 Ralston Street
ventura, Ca 93003-7318
877-251-7295 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facility
address
va Long Beach Health Care System
5901 E. 7th Street, Long Beach, Ca 90822
va San Diego Health Care System
3350 La Jolla Village Drive, San Diego, Ca 92161
va Greater Los Angeles Health Care System
11301 Wilshire Blvd, Los Angeles, Ca 90073
va Loma Linda Health Care System
11201 Benton St, Loma Linda, Ca 92357 other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va. arroyo Grande Care Center 1212 Farroll Ace arroyo Grande, Ca 93420-3718 telephone: 805-489-8137
parkview Julian Healthcare Center 1801 Julian Ave bakersfield, Ca. 93304 telephone: (661) 831-9150
sierra View Care Center 14318 Ohio St. baldwin Park, Ca. 91706 telephone: (626) 960-1971
topanga Terrace 22125 Roscoe Blvd canoga Park, Ca 91304 telephone: (818) 883-7292
community Care Center 2335 S. Mountain Ave. duarte, Ca. 91010
telephone: (626) 357-3207
clearview Sanitarium And Convalescent 15823 S. Western Ave. gardena, Ca. 90247 telephone: (310) 538-2323
sunnyside Nursing Center 22617 S. Vermont Ave. torrance, Ca 90502 telephone: (310) 320-4130
country Manor Healthcare Center
11723 Fenton Ave. lakeview Terrace, Ca. 91342
telephone: (818) 899-0251
guardian Rehabilitation Hospital
533 S. Fairfax Ave los Angeles, Ca 90036
telephone: (323) 931-1061
kei-ai Los Angeles Healthcare Center 2221 Lincoln Park Avenue los Angeles, Ca 90031 telephone: (323) 276-5700
maple Healthcare Center 2626 Maple Drive los Angeles, Ca 90011 telephone: 213-747-6371
new Vista Post-acute 1516 Sawtelle Blvd. los Angeles, Ca. 90025 telephone: (310) 477-5501
sunray Healthcare Center 3210 W. Pico Blvd. los Angeles, Ca. 90019 telephone: (323) 734-2171
university Park Healthcare Center 230 E. Adams Blvd. los Angeles, Ca 90011 telephone: 213-748-0491
view Heights Convalescent Hospital 12619 S. Avalon los Angeles, Ca. 90061 telephone: (323) 757-1881
windsor Gardens Convalescent Hospital 915 S. Crenshaw Blvd. los Angeles, Ca. 90019 telephone: (323) 937-5466
bayside Care Center 1405 Teresa Drive morro Bay, Ca. 93442 telephone: (805) 772-2237
sherman Village Healthcare Center 12750 Riverside Dr. north Hollywood, Ca 91607 telephone: (818) 766-6105
valley Village Care Center 13000 Victory Blvd., north Hollywood, Ca 91606 telephone: (818) 985-5990
maywood Acres Healthcare 2641 S. C St., oxnard, Ca 93033 telephone: (805) 487-7840
shoreline Care Center 5225 South "j" Street oxnard, Ca 93033 telephone: (805) 488-3696
mission View Healthcare Center 1425 Woodside Drive san Luis Obispo, Ca 93401 telephone: (805) 543-0210
brentwood Healthcare Center 1321 Franklin Street santa Monica, Ca. 90404 telephone (310) 828-5596
fireside Healthcare Center 94 7 Third St. santa Monica, Ca. 90403 telephone: (310) 393-7117
chanel Islands Post-acute 3880 Via Lucero, santa Barbara Ca 93110 telephone: (805) 687-6651
new Vista Nursing & Rehab Center
8647 Fenwick Ave. sunland, Ca. 91040 telephone: (818) 352-1421
sylmar Health & Rehab
12220 Foothill Blvd. sylmar, Ca. 91342 telephone: (818) 834-5082
the Care Center On Hazeltine 6835 Hazeltine Ave. van Nuys, Ca 91405 telephone: 818-997-1841
coastal View Healthcare Center
4904 Telegraph Road ventura, Ca. 93003 telephone: (805) 642-4101 veteran S Residence. local Airports Including: los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045
john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707
long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808
ontario Airport: Ontario, Ca 91761
hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505
oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030 zip Codes By County Include But Are Not Limited To: san Barbara County 93013 93014 93067 93101 93102 93103 93105 93106 93107 93108 93109 93110 93111 93116 93117 93254 93427 93429 93434 93436 93437 93438 93440 93441 93454 93455 93456 93457 93458 93460 93463 93464 ventura County 93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390 kern County 93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390 los Angeles County 90001
90002
90003
90004
90005
90006
90007
90008
90009
90010
90011
90012
90013
90014
90015
90016
90017
90018
90019
90020
90021
90022
90023
90024
90025
90026
90027
90028
90029
90030
90031
90032
90033
90034
90035
90036
90037
90038
90039
90040
90041
90042
90043
90044
90045
90046
90047
90048
90049
90050
90051
90052
90053
90054
90055
90056
90057
90058
90059
90060
90061
90062
90063
90064
90065
90066
90067
90068
90069
90070
90071
90072
90073
90074
90075
90076
90077
90078
90079
90080
90081
90082
90083
90084
90086
90087
90088
90089
90090
90091
90093
90094
90095
90096
90099
90189
90201
90202
90209
90210
90211
90212
90213
90220
90221
90222
90223
90224
90230
90231
90232
90233
90239
90240
90241
90242
90245
90247
90248
90249
90250
90251
90254
90255
90260
90261
90262
90263
90264
90265
90266
90267
90270
90272
90274
90275
90277
90278
90280
90290
90291
90292
90293
90294
90295
90296
90301
90302
90303
90304
90305
90306
90307
90308
90309
90310
90311
90312
90401
90402
90403
90404
90405
90406
90407
90408
90409
90410
90411
90501
90502
90503
90504
90505
90506
90507
90508
90509
90510
90601
90602
90603
90604
90605
90606
90607
90608
90609
90610
90701
90702
90703
90704
90706
90707
90710
90711
90712
90713
90714
90715
90716
90717
90723
90731
90732
90733
90734
90744
90745
90746
90747
90748
90749
90755
90801
90802
90803
90804
90805
90806
90807
90808
90809
90810
90813
90814
90815
90822
90831
90832
90833
90834
90835
90840
90842
90844
90845
90846
90847
90848
90853
91001
91003
91006
91007
91008
91009
91010
91011
91012
91016
91017
91020
91021
91023
91024
91025
91030
91031
91040
91041
91042
91043
91046
91101
91102
91103
91104
91105
91106
91107
91108
91109
91110
91114
91115
91116
91117
91118
91121
91123
91124
91125
91126
91129
91182
91184
91185
91188
91189
91199
91201
91202
91203
91204
91205
91206
91207
91208
91209
91210
91214
91221
91222
91224
91225
91226
91301
91302
91303
91304
91305
91306
91307
91308
91309
91310
91311
91313
91316
91319
91320
91321
91322
91324
91325
91326
91327
91328
91329
91330
91331
91333
91334
91335
91337
91340
91341
91342
91343
91344
91345
91346
91350
91351
91352
91353
91354
91355
91356
91357
91361
91362
91364
91365
91367
91371
91372
91376
91380
91381
91382
91383
91384
91385
91386
91387
91388
91390
91392
91393
91394
91395
91396
91401
91402
91403
91404
91405
91406
91407
91408
91409
91410
91411
91412
91413
91416
91423
91426
91436
91470
91482
91495
91496
91497
91499
91501
91502
91503
91504
91505
91506
91507
91508
91510
91521
91522
91523
91526
91601
91602
91603
91604
91605
91606
91607
91608
91609
91610
91611
91612
91614
91615
91616
91617
91618
91702
91706
91714
91715
91716
91722
91723
91724
91731
91732
91733
91734
91740
91741
91744
91745
91746
91747
91748
91749
91750
91754
91755
91756
91759
91765
91766
91767
91768
91769
91770
91771
91772
91773
91775
91776
91778
91780
91788
91789
91790
91791
91792
91793
91801
91802
91803
91804
91841
91896
91899 5.2.8. Contracting Officer Representative Tbd Phone: Email: 5.2.9. Hours Of Operation: vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays. 5.2.10. Recognized Holidays: the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Christmas Day
independence Day note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports. 5.2.11. Identification Of Contractor Employees: a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported.
b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. 5.2.12. Site Visit:
va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors. vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At: Wp: Email: quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop). contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk. background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries.
contractor Responsibilities: The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt: All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/ The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 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. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/
or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. 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 Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist va Greater Los Angeles Healthcare System contract: Ground Ambulance
date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: va Greater Los Angeles Healthcare System
location: 11301 Wilshire Blvd, Los Angeles, Ca 90073 ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1
95% Compliance
100% Surveillance Of Each Patient Pick-up. ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3
95% Compliance
100% surveillance ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3
95% Compliance
100% surveillance ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1
100% Compliance
100%
surveillance ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1
100% Compliance
100%
surveillance ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B
100% Compliance
100%
surveillance Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support Ground Ambulance Services To Eligible Beneficiaries That Use Va Greater Los Angeles Healthcare System (vaglahs) Located At 11301 Wilshire Blvd, Los Angeles Ca 90073. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Reporting, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: Draft Performance Work Statement Draft title: Bls Ground Ambulance Services (va Greater Los Angeles Healthcare System) Visn 22/station 691/naics 62190 purpose: The Va Greater Los Angeles Healthcare System Va Medical Center (va Gla), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays. background: The Va Greater Los Angeles Healthcare System Main Campus Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 And Its Nine (9) Community Based Outpatient Clinics Serve Over 84,000 Veterans In The Southern California Area. The Hospital Has 716 Inpatient Beds And Sees Approximately 8,000 -inpatient Admissions And 1.3 Million Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraphs 5.2.6 And 5.2.7. acronyms
als Advanced Life Support
aod Administrative Officers Of The Day bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport co Contracting Officer
cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor
emt Emergency Medical Technician iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As-need Basis In Accordance With All Federal, State.
and Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Greater Los Angeles Healthcare System Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Va Greater Los Angeles Healthcare System. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Va Greater Los Angeles Healthcare System. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Va Greater Los Angeles Healthcare System Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven.
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission. the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported.
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. Note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. The Co Will Provide Notice To The Contractor Of The Start Date With Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Va Greater Los Angeles Healthcare System Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Va Greater Los Angeles Healthcare System Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor)
ordering Officers (oo)
beneficiary Travel Office Staff
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. 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. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Va Greater Los Angeles Healthcare System Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Nine (9) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Va Greater Los Angeles Healthcare System: The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Va Greater Los Angeles Healthcare System, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At Va Greater Los Angeles Healthcare System: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Va Initiated Transportation Requests (scheduled), If Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. 4.5.2.1.1. 4.3.1.1.1 A No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Add-on Transportation Requests Out Of Va Loma Linda Healthcare System S Main Facility And Associated Cboc Locations Only (unscheduled), The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Va Loma Linda Healthcare System Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles.
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name contract Number current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. general Information this Contract S Ordering Period Shall Be Effective From April 1, 2025, To March 31, 2027 the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following:
va Greater Los Angeles Healthcare System Va Medical Center Is Located At 11301 Wilshire Boulevard, Los Angeles, Ca 90044 va Greater Los Angeles Healthcare System And Community-based Outpatient Clinics (cbocs): sepulveda Ambulatory Care Center
16111 Plummer Street North Hills, Ca 91343
818-891-7711
los Angeles Ambulatory Care Center
351 East Temple Street Los Angeles, Ca 90013
213-253-5000
east Los Angeles Va Clinic
5426 East Olympic Boulevard
commerce, Ca 90022-5113
313-725-7372
san Gabriel Valley Va Clinic 7 West Foot Boulevard, Suite D
arcadia, Ca 91006-2367
626-836-2300
bakersfield Outpatient Clinic
1801 Westwind Drive
bakersfield, Ca 93301
661-632-1800
lancaster Outpatient Clinic
340 East I, Lancaster Blvd. Lancaster, Ca 93534-1941
661-729-8655
san Luis Obispo Cboc 1288 Morro Street Ste.#200 San Luis Obispo, Ca 93401
805-543-1233
santa Barbara Outpatient Clinic
4440 Calle Real
santa Barbara, Ca 93110
805-683-1491 Santa Maria Cboc
1550 East Main Street Santa Maria, Ca 93454
oxnard Outpatient Clinic
2000 Outlet Center Drive Ste.225 Oxnard, Ca 93036
mariner Outpatient Clinic
5250 Ralston Street
ventura, Ca 93003-7318
877-251-7295 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facility
address
va Long Beach Health Care System
5901 E. 7th Street, Long Beach, Ca 90822
va San Diego Health Care System
3350 La Jolla Village Drive, San Diego, Ca 92161
va Greater Los Angeles Health Care System
11301 Wilshire Blvd, Los Angeles, Ca 90073
va Loma Linda Health Care System
11201 Benton St, Loma Linda, Ca 92357 other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va. arroyo Grande Care Center 1212 Farroll Ace arroyo Grande, Ca 93420-3718 telephone: 805-489-8137
parkview Julian Healthcare Center 1801 Julian Ave bakersfield, Ca. 93304 telephone: (661) 831-9150
sierra View Care Center 14318 Ohio St. baldwin Park, Ca. 91706 telephone: (626) 960-1971
topanga Terrace 22125 Roscoe Blvd canoga Park, Ca 91304 telephone: (818) 883-7292
community Care Center 2335 S. Mountain Ave. duarte, Ca. 91010
telephone: (626) 357-3207
clearview Sanitarium And Convalescent 15823 S. Western Ave. gardena, Ca. 90247 telephone: (310) 538-2323
sunnyside Nursing Center 22617 S. Vermont Ave. torrance, Ca 90502 telephone: (310) 320-4130
country Manor Healthcare Center
11723 Fenton Ave. lakeview Terrace, Ca. 91342
telephone: (818) 899-0251
guardian Rehabilitation Hospital
533 S. Fairfax Ave los Angeles, Ca 90036
telephone: (323) 931-1061
kei-ai Los Angeles Healthcare Center 2221 Lincoln Park Avenue los Angeles, Ca 90031 telephone: (323) 276-5700
maple Healthcare Center 2626 Maple Drive los Angeles, Ca 90011 telephone: 213-747-6371
new Vista Post-acute 1516 Sawtelle Blvd. los Angeles, Ca. 90025 telephone: (310) 477-5501
sunray Healthcare Center 3210 W. Pico Blvd. los Angeles, Ca. 90019 telephone: (323) 734-2171
university Park Healthcare Center 230 E. Adams Blvd. los Angeles, Ca 90011 telephone: 213-748-0491
view Heights Convalescent Hospital 12619 S. Avalon los Angeles, Ca. 90061 telephone: (323) 757-1881
windsor Gardens Convalescent Hospital 915 S. Crenshaw Blvd. los Angeles, Ca. 90019 telephone: (323) 937-5466
bayside Care Center 1405 Teresa Drive morro Bay, Ca. 93442 telephone: (805) 772-2237
sherman Village Healthcare Center 12750 Riverside Dr. north Hollywood, Ca 91607 telephone: (818) 766-6105
valley Village Care Center 13000 Victory Blvd., north Hollywood, Ca 91606 telephone: (818) 985-5990
maywood Acres Healthcare 2641 S. C St., oxnard, Ca 93033 telephone: (805) 487-7840
shoreline Care Center 5225 South "j" Street oxnard, Ca 93033 telephone: (805) 488-3696
mission View Healthcare Center 1425 Woodside Drive san Luis Obispo, Ca 93401 telephone: (805) 543-0210
brentwood Healthcare Center 1321 Franklin Street santa Monica, Ca. 90404 telephone (310) 828-5596
fireside Healthcare Center 94 7 Third St. santa Monica, Ca. 90403 telephone: (310) 393-7117
chanel Islands Post-acute 3880 Via Lucero, santa Barbara Ca 93110 telephone: (805) 687-6651
new Vista Nursing & Rehab Center
8647 Fenwick Ave. sunland, Ca. 91040 telephone: (818) 352-1421
sylmar Health & Rehab
12220 Foothill Blvd. sylmar, Ca. 91342 telephone: (818) 834-5082
the Care Center On Hazeltine 6835 Hazeltine Ave. van Nuys, Ca 91405 telephone: 818-997-1841
coastal View Healthcare Center
4904 Telegraph Road ventura, Ca. 93003 telephone: (805) 642-4101 veteran S Residence. local Airports Including: los Angeles International Airport: 1 World Way, Los Angeles, Ca 90045
john Wayne Airport: 18601 Airport Way, Santa Ana, Ca 92707
long Beach Airport: 4100 Donald Douglas Dr, Long Beach, Ca 90808
ontario Airport: Ontario, Ca 91761
hollywood Burbank Airport: 2627 N Hollywood Way, Burbank, Ca 91505
oxnard Airport: 2889 W 5th St, Oxnard, Ca 93030 zip Codes By County Include But Are Not Limited To: san Barbara County 93013 93014 93067 93101 93102 93103 93105 93106 93107 93108 93109 93110 93111 93116 93117 93254 93427 93429 93434 93436 93437 93438 93440 93441 93454 93455 93456 93457 93458 93460 93463 93464 ventura County 93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390 kern County 93203
93205
93206
93215
93220
93222
93224
93225
93226
93238
93240
93241
93243
93250
93251
93252
93255
93263
93268
93276
93280
93283
93285
93287
93301
93302
93303
93304
93305
93306
93307
93308
93309
93311
93312
93313
93314
93380
93383
93384
93385
93386
93387
93388
93389
93390 los Angeles County 90001
90002
90003
90004
90005
90006
90007
90008
90009
90010
90011
90012
90013
90014
90015
90016
90017
90018
90019
90020
90021
90022
90023
90024
90025
90026
90027
90028
90029
90030
90031
90032
90033
90034
90035
90036
90037
90038
90039
90040
90041
90042
90043
90044
90045
90046
90047
90048
90049
90050
90051
90052
90053
90054
90055
90056
90057
90058
90059
90060
90061
90062
90063
90064
90065
90066
90067
90068
90069
90070
90071
90072
90073
90074
90075
90076
90077
90078
90079
90080
90081
90082
90083
90084
90086
90087
90088
90089
90090
90091
90093
90094
90095
90096
90099
90189
90201
90202
90209
90210
90211
90212
90213
90220
90221
90222
90223
90224
90230
90231
90232
90233
90239
90240
90241
90242
90245
90247
90248
90249
90250
90251
90254
90255
90260
90261
90262
90263
90264
90265
90266
90267
90270
90272
90274
90275
90277
90278
90280
90290
90291
90292
90293
90294
90295
90296
90301
90302
90303
90304
90305
90306
90307
90308
90309
90310
90311
90312
90401
90402
90403
90404
90405
90406
90407
90408
90409
90410
90411
90501
90502
90503
90504
90505
90506
90507
90508
90509
90510
90601
90602
90603
90604
90605
90606
90607
90608
90609
90610
90701
90702
90703
90704
90706
90707
90710
90711
90712
90713
90714
90715
90716
90717
90723
90731
90732
90733
90734
90744
90745
90746
90747
90748
90749
90755
90801
90802
90803
90804
90805
90806
90807
90808
90809
90810
90813
90814
90815
90822
90831
90832
90833
90834
90835
90840
90842
90844
90845
90846
90847
90848
90853
91001
91003
91006
91007
91008
91009
91010
91011
91012
91016
91017
91020
91021
91023
91024
91025
91030
91031
91040
91041
91042
91043
91046
91101
91102
91103
91104
91105
91106
91107
91108
91109
91110
91114
91115
91116
91117
91118
91121
91123
91124
91125
91126
91129
91182
91184
91185
91188
91189
91199
91201
91202
91203
91204
91205
91206
91207
91208
91209
91210
91214
91221
91222
91224
91225
91226
91301
91302
91303
91304
91305
91306
91307
91308
91309
91310
91311
91313
91316
91319
91320
91321
91322
91324
91325
91326
91327
91328
91329
91330
91331
91333
91334
91335
91337
91340
91341
91342
91343
91344
91345
91346
91350
91351
91352
91353
91354
91355
91356
91357
91361
91362
91364
91365
91367
91371
91372
91376
91380
91381
91382
91383
91384
91385
91386
91387
91388
91390
91392
91393
91394
91395
91396
91401
91402
91403
91404
91405
91406
91407
91408
91409
91410
91411
91412
91413
91416
91423
91426
91436
91470
91482
91495
91496
91497
91499
91501
91502
91503
91504
91505
91506
91507
91508
91510
91521
91522
91523
91526
91601
91602
91603
91604
91605
91606
91607
91608
91609
91610
91611
91612
91614
91615
91616
91617
91618
91702
91706
91714
91715
91716
91722
91723
91724
91731
91732
91733
91734
91740
91741
91744
91745
91746
91747
91748
91749
91750
91754
91755
91756
91759
91765
91766
91767
91768
91769
91770
91771
91772
91773
91775
91776
91778
91780
91788
91789
91790
91791
91792
91793
91801
91802
91803
91804
91841
91896
91899 5.2.8. Contracting Officer Representative Tbd Phone: Email: 5.2.9. Hours Of Operation: vaglahs S Normal Hours Of Operation Are Monday Through Friday, 5:00 Am To 6:00 Pm, Exclusive Of Federal Holidays; However, Transportation Services Are Required 24 Hours/day, 7 Days/week, Including Federal Holidays. 5.2.10. Recognized Holidays: the Following Holidays Are Observed By The Federal Government. If A Federal Holiday Falls On A Saturday, The Immediately Preceding Friday Will Be Observed As The Holiday; If A Federal Holiday Falls On A Sunday The Immediately Succeeding Monday Will Be Observed As The Holiday. In Addition To Those Holidays Listed Below, On Occasion There May Be Other Holidays Declared By Executive Order:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Christmas Day
independence Day note: The Contractor Is Required To Perform On Holidays Should There Be Scheduled Transports. 5.2.11. Identification Of Contractor Employees: a. While Performing Services Under The Contract, All Employees Shall Wear A Uniform And Name Tag That Readily Identifies The Company And The Person As An Employee Of The Contractor. Uniforms Are To Be Clean And Maintained In Good Repair. Drivers Must Maintain Accepted Standards Of Cleanliness And Grooming And Demonstrate Courtesy To The Patients Being Transported.
b. All Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. c. Contract Personnel Shall Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. 5.2.12. Site Visit:
va Greater Los Angeles Healthcare System Requests A Site Visit On Tbd At Tbd With All Prospective Vendors. vendors Will Meet Mr. Xxxx At Va Long Beach S Tbd. The Facility Is Located At 11301 Wilshire Boulevard, Los angeles, Ca 90044. Please Rsvp By Calling Or Emailing Mr. Xxxx At: Wp: Email: quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment (see S03 Vts Patient Transport Ppe And Vehicle Cleaning/disinfection Sop). contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Is Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk. background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries.
contractor Responsibilities: The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security, And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Receipt: All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/ The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Of California Department Of State Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 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. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/
or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. 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 Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist va Greater Los Angeles Healthcare System contract: Ground Ambulance
date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: va Greater Los Angeles Healthcare System
location: 11301 Wilshire Blvd, Los Angeles, Ca 90073 ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1
95% Compliance
100% Surveillance Of Each Patient Pick-up. ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3
95% Compliance
100% surveillance ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3
95% Compliance
100% surveillance ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1
100% Compliance
100%
surveillance ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1
100% Compliance
100%
surveillance ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B
100% Compliance
100%
surveillance Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910, Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Ositadima.ndubizu@va.gov. All Information Submissions Should Be Received No Later Than 2:00 Pm Pacific Time On February 26, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Court Of Appeals Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 84 K (USD 1.4 K)
Details: Description Request For Quotation Rental Service Of Professional Lights And Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) Amp-006-25 (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. Lot No. Item Description Approved Budget For The Contract 1 Rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment And Manpower For The 89th Founding Anniversary Of The Court Of Appeals ₱84,000.00 *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 January 27, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial 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. 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. 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-006-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Total Price Professional Lights And Sounds Equipment 1 Lot Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel 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: Rental Service Of Professional Lights & Sounds, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is Eighty-four Thousand Pesos (php84,000.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirement: Lot Item Description Qty 1 Lot Professional Lights And Sounds Equipment Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Iii. 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: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: Delivery Shall Be Made On Or Before 6:00 Am Of 03 February 2025, At Court Of Appeals – Manila, Maria 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 _____.
Court Of Appeals Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 103.2 K (USD 1.7 K)
Details: Description Request For Quotation Supply, Delivery, And Installation Of Uninteruptible Power Supply Batteries (1 Lot) Amp-020-25 (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. Lot No. Item Description Approved Budget For The Contract 1 Supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries ₱103,200.00 *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 27, 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 Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsec.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. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsec.ca@judiciary.gov.ph. 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. 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 Requirements/instructions 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. 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. 5. Statement Of Compliance With The Technical Specifications Must Be Duly Signed And Dated By The Authorized Representative. 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 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-020-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Unit Price Total Price Lot 1 Supply, Delivery, And Installation Of Uninterruptible Power Supply Batteries 40 Pcs Total Price In Figures: Total Price In Words: ___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications 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, Delivery, And Installation Of Uninterruptible Power Supply Batteries (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is One Hundred Three Thousand And Two Hundred Pesos (php103,200.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Comply With The Technical Specifications Outlined In Annex “c”. Iii. 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: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: Please Refer To Item 5 Of The Technical Specifications (annex “c”) Of The Project. 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 _____. Republic Of The Philippines Court Of Appeals Manila It Technical Specification Document For The Supply, Delivery And Installation Of Ups Batteries Annex “c” Tsr-2025-008 1. Introduction This Document Outlines The Technical Specifications For The Replacement Of Batteries For The 30kva Ups (invt Brand) Installed At The Data Center. The Replacement Is Necessary To Ensure The Uninterrupted Operation Of Critical It Infrastructure And To Maintain The Reliability Of The Power Backup System 1.1 Objectives The Objective Of This Activity Is To Procure And Install High-quality Replacement Batteries That Will Restore The Ups System's Full Functionality And Ensure Continuous Power Availability In The Data Center. The New Batteries Should Provide Optimal Performance To Support The Court Of Appeals (ca) It Infrastructure. 1.2 Specifications Note The Specifications Outlined In This Document Provide A General Framework For The Minimum Requirements That The Supplier Must Deliver For The Project. While These Specifications Are Comprehensive, They May Not Encompass All The Intricate Details And Configurations Necessary For Successful Implementation. The Supplier Is Responsible For Identifying And Including Any Additional Items, Work, Or Configurations Typically Required To Complete The Project As Specified. This May Include, But Is Not Limited To, Unforeseen Components, Adjustments To Existing Systems, Or Additional Work Essential For Achieving The Project's Goals. Any Omissions Or Additional Requirements That Become Apparent During The Project's Execution Must Be Incorporated Into The Scope Of Work At No Extra Cost To The Ca, Ensuring That The System Meets All Performance, Operational, And Compliance Standards. 2. Scope Of Work The Scope Of This Procurement Covers The Supply, Delivery, And Installation Of Forty-pieces (40) Batteries For A 30kva Ups (invt Brand), Including Testing And Commissioning To Ensure Proper Functionality. The Supplier Must Also Provide A One (1) Year Warranty For The Supplied Batteries And Installation Service. 3. Technical Specifications 3.1. Batteries Item Specification Supporting Documents To Be Submitted 1 Battery Type Valve Regulated Lead Acid (vrla) Product Brochures/ Manuals/ Data Sheets/ Reference Guides/ Other Supporting Documents 2 Voltage 12v Product Brochures/ Manuals/ Data Sheets/ Reference Guides/ Other Supporting Documents 3 Capacity 18ah Product Brochures/ Manuals/ Data Sheets/ Reference Guides/ Other Supporting Documents 4 Warranty And Support • The Supplier Must Provide A 1-year Warranty Covering Defects On The Battery And Workmanship. • The Supplier Must Provide After-sales Service And Support, Ensuring A Response Time Within 24 Hours For Any Service Requests Or Technical Assistance Required. 5 Delivery And Installation • Delivery Of The Batteries Should Be Completed Within 15 Days From The Date Of Purchase Order. • Installation And Commissioning Must Be Completed Within 5 Days From Delivery. • The Supplier Must Ensure Safe Removal Of The Old Batteries In Compliance With Environmental Regulations. • The Supplier Must Conduct A Full Load And Runtime Test After Installation. 6 Testing And Commissioning • The Supplier Must Perform A Full System Diagnostic Test Post-installation To Verify The Proper Functioning Of The New Batteries. • A Detailed Test Report And Certification Of Completion Must Be Provided After Commissioning. 7 Documentation Requirements The Supplier Must Provide The Following Documents Upon Delivery: ◦ Manufacturer’s Datasheet And Specifications For The Supplied Batteries ◦ Warranty Certificate For Batteries And Installation ◦ Installation And Testing Report ◦ 8 Acceptance Criteria The Following Acceptance Criteria Must Be Met Before Final Approval And Payment: ◦ The Delivered Batteries Must Match The Specified Quantity, Type, Voltage, And Capacity. ◦ All Batteries Must Pass Installation, Testing, And Commissioning Procedures Successfully. ◦ The Ups System Must Operate Without Faults After Battery Replacement. ◦ The Supplier Must Provide All Required Documentation Including Warranty Certificates And Testing Reports. ◦ Any Defects Or Non-conforming Items Must Be Replaced By The Supplier At No Additional Cost. ◦ A Certificate Of Acceptance Must Be Signed By The End-user After Successful Verification. ◦ 9 Payment Terms Payment Will Be Processed Upon Successful Delivery, Installation, And Testing Of The Batteries. 10 Legal Compliance And Reporting The Supplier Shall Sign A Non-disclosure Agreement (nda) To Ensure The Confidentiality Of All Project Details And Any Sensitive Data Accessed During The Project And The Duration Of The Contract. 11 Indemnification And Liability Clause The Supplier Shall: ◦ Indemnify And Hold Harmless The Ca From All Liability For Damages Arising From Injuries Or Disabilities To Persons Or Damages To Property Occasioned By The Supplier Or Any Of Its Subcontractors. ◦ Be Responsible For Any Accidents, Damages, Or Legal Claims That Occur During Installation, Maintenance, Or Operation. 12 Supplier Qualification The Supplier Must: ◦ Have At Least 3 Years Of Experience In Supplying And Installing Ups Batteries. ◦ Have A Team Of Qualified Technicians For Battery Installation And Commissioning. _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address
3001-3010 of 3067 archived Tenders