Ups Tenders

Ups Tenders

South Eastern Coalfields Limited - SECL Tender

Goods
Electrical Cables And Wires...+1Electrical and Electronics
GEM
India
Closing Date3 Mar 2025
Tender AmountINR 685.8 K (USD 7.9 K)
Description: CATEGORY: CAT 6 Cable for Outdoor (Q2) , Router (Q2) , Online UPS (V2) (Q2)

National Thermal Power Corporation Limited - NTPC Tender

Goods
Electrical Goods and Equipments...+1Electrical and Electronics
Eprocure
India
Closing Soon26 Feb 2025
Tender AmountRefer Documents 
Details: Supply Cum Erection, Installation And Commissioning Of 550ah Exidetubular Lead Acid Stationary Battery Bank Sets For Stage_1 Ups System Atntpc Kahalgaon.

Indian Army Tender

Goods
Electrical and Electronics
GEM
India
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Description: CATEGORY: Multifunction Machine MFM (V2) (Q2) , Line Interactive UPS with AVR (V2) (Q2)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
United States
Closing Soon26 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.  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.

Higher Education Department Tender

Goods
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
GEM
India
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Description: CATEGORY: All in One PC (V2) (Q2) , Line Interactive UPS with AVR (V2) (Q2) , Multifunction Machine MFM (V2) (Q2) , Television (TV) (V2) (Q2)

Kent Fire And Rescue Service Tender

Electrical Generators And Transformers...+1Electrical and Electronics
United Kingdom
Closing Date20 Mar 2025
Tender AmountRefer Documents 
Description: C24076 The Provision, Servicing And Maintenance Of Ups And Generators

Municipality Of Alamada, Cotabato Tender

Software and IT Solutions
Philippines
Closing Soon25 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
Details: Description Republic Of The Philippines Province Of Cotabato Municipality Of Alamada Office Of The Bids And Awards Committee Request For Quotation ___________________________ Name Of Company ___________________________ Address The Municipality Of Alamada Through Its Bids And Awards Committee (bac) Will Undertake A Small Value Procurement For The 25-02-191 Purchase Of Desktop With Printer For Water System Office Operations, Alamada, Cotabato In Accordance With Section 53.9 Of The Implementing Rules And Regulations Of Republic Act 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Condition Provided In This Request For Quotation Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By You Or Your Authorized Representative On Or Before 2:00 Pm Of February 25, 2025 At The Bids And Awards Committee (bac) Office, Municipal Hall, Alamada, Cotabato. A Copy Of Your Valid And Current Mayor’s/ Business Permit, Philgeps Registration Number And Omnibus Sworn Statement Are Required To Be Submitted Together With Your Quotation/proposal Very Truly Yours, Noli S. Doromal Bac Chairperson Name Of The Project: 25-02-191 Purchase Of Desktop With Printer For Water System Office Operations, Alamada, Cotabato Project Reference Number: 24-02-191 Location Of The Project: Ws, Alamada, Cotabato Approved Budget For The Contract Abc: Php 80,000.00 Category : Goods Item No. Specification Brand/ Model Qty. Unit Price Total Price 1 Desktop Computer With Printer 1 Set Processor: Core I5 Or Ryzen 5 Motherboarde: Msi Ram: 8gb Ddr4 Storage: 120gb Ssd & 1tb Hdd Monitor: 24" Led Monitor (nvision) Casing: Ice Tower Kit With Pc Cooler Wireless Keyboard & Mouse Mouse Pad Wifi And Bluetooth Dongle Windows 10, Ms Office Computer Table (heavy Duty) Avr Ups 1000 Va 4n1 Colored Printer Print, Scan, Copy With Adf Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Total Amount In Words : *the Above Quoted Prices Are Inclusive Of All Cost And Applicable Taxes After Having Carefully Read And Accepted Your Terms And Conditions, I/we Quote You On The Item At Prices Noted Above. _____________________________ Printed Name / Signature ______________________________ Tel. No. / Cellphone No. ______________________________ Position/designation ______________________________ Date Instructions: Accomplish This Rfq Correctly And Accurately. Do Not Alter The Contents Of This Form In Any Way All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Terms And Conditions: A. Submission Of Requirements 1. Quotations And Other Requirements Stated Below Shall Be Submitted To The Bids And Awards Committee (bac) Office, Municipal Hall, Alamada, Cotabato On The Date And Time Stated In This Rfq. 2. Supplier Shall Submit The Following Requirements: A. Duly Signed Request For Quotation. Prices Shall Be Quoted In Philippine Peso Shall Include All Taxes, Duties And/or Levies Applicable. Statement Of Compliance Must Be Accomplished By Supplier. B. Valid Mayor’s Permit And Philgeps Registration Number C. Original Brochures Or Certificates Of The Items Offered Showing Its Performance Characteristics Or Specifications, If Applicable B. Price Validity Shall Be 30 Calendar Days From The Deadline Of Submission Of Quotation. C. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected D. Award: The Supplier That Submitted The Lowest Calculated Responsive Quotation, And Passed The Other Requirements, Shall Be Awarded The Contract. E. Evaluation Of Quotations Shall Be Compared And Evaluated Of The Basis Of The Following Criteria: 1. Completeness Of Submission 2. Compliance With Item & Description Requirements 3. Price F. Instructions 1. Supplier Shall Be Responsible For The (source(s) Of Its Goods/services/equipment, And Which Shall Be In Accordance With The Schedule And Specifications Of The Rfq Or Contract. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. Delivery Period Shall Be Within 30 Calendar Days From The Receipt Of Notice To Proceed. 2. Supplier That Accepted An Award, Purchase Order, Or Contract But Failed To Deliver The Required Goods/services/equipment Within The Time Called For In The Award, Purchase Order, Or Contract Shall Be Disqualified From Participating In Lgu-alamada ‘s Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr Against The Supplier. 3. All Duties, Excise, And Other Taxes, And Revenue Charges Shall Be Paid By The Supplier. 4. All Transactions Are Subject To Withholding Of Credible Government Taxes Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. G. Liquidation Damages A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods/services/equipment Shall Be Charged As Liquidated Damages For Every Day Of Delay Of The Delivery Of The Purchased Goods/services/equipment. H. Warranty: Supplier Warrants That All Goods/services/equipment To Be Provided Are Of Acceptable Industry Standard. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity I. Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Accounting Rules And Regulations. ______________________________ Printed Name / Signature ______________________________ Position/designation

Department Of Rural Development And Panchayats Tender

Goods
GEM
India
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Description: CATEGORY: Entry and Mid Level Desktop Computer (Q2) , Line Interactive UPS with AVR (V2) (Q2) , Multifunction Machine MFM (V2) (Q2)

Municipality Of Bokod, Benguet Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Date17 Mar 2025
Tender AmountPHP 292.5 K (USD 5 K)
Details: Description Republic Of The Philippines Province Of Benguet Municipality Of Bokod Office Of The Municipal Mayor Bids And Awards Committee Invitation To Bid For: Procurement Of Office Supplies – Batch 2 (procurement By Lot: Lot 1-2) The Municipality Of Bokod, Through The Gf 2025 Intends To Apply The Sum Of: Lot No. Approved Buget Cost Lot 1 – Mo-bids And Awards Committee P100,000.00 Lot 2 – Municipal Disaster Risk Reduction And Management Office P192,564.00 Being The Approved Budget Cost (abc) For Each Lot To Payments Under The Contract For Procurement Of Office Supplies – Batch 2. Bids Received In Excess Of The Abc (p100,000.00-lot 1; P192,564.00-lot 2) Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Bokod Now Invites Bids For The Above Procurement Project, Particularly Described As Follows: Lot No. Qty Unit Of Issue Item Description Abc 1 Mo-bids And Awards Committee 100,000.00 1 Set Toner, (fujifilm)apc2560- Cyan, Magenta, Yellow 2 Tubes Toner, Fujifilm Apc2560- Black 80 Reams Bond Paper, Long 60 Reams Bond Paper, A4 20 Box Binder Clip, 2" (51mm) 20 Box Binder Clip, 1 ¼" 15 Box Binder Clip, 3/4" 15 Box Binder Clip, 1" 100 Pcs Folder, Long, Brown 2 Pcs Plastic Envelope With Handle, Long, Colored (with Zipper) 15 Pcs Brown Envelope, Long, Expandable 10 Bags Toilet Tissue 2 Pcs Wired Mouse 5 Bot Ethyl Alcohol, 1lit 3 Pcs Flash Drive 64gb Lot No. Qty Unit Of Issue Item Description Abc 2 Municipal Disaster Risk Reduction And Management Office 192,564.00 13 Set Ink Refill, Epson L5290 No. 003 Bk-y-m-c 4 Set Ink Refill, Brother Mfc-t4500 Dw C-m-y No. Bt5000 4 Set Ink Refill, Brother Mfc-t4500 Dw Bk Btd60 10 Box Paper Clip, Vinyl/plastic Coat, Length: 33 Mm, 100s/box 8 Box Paper Clip, Vinyl/plastic Coated, Length: 50mm, 100s/box 5 Box Sign Pen, 0.5mm, Needle Point, Black 12 's 5 Roll Tape, Masking, 1" 4 Roll Tape, Transparent,1 " 10 Roll Tape, Masking, 2" 10 Roll Tape, Transparent,2 " 8 Roll Electrical Tape 5 Roll Duct Tape 3" 7 Roll Double Sided Tape 5 Box Pencil No. 2, 12's 30 Box Binder Clips - 3/4" (1 Dozen) 4 Bundle Folder , Short 4 Bundle Folder , A4 4 Bundle Folder , Long 20 Pcs Expanding Folder,long 20 Pcs Expanding Envelope ,long 2 Pcs Correctional Tape, 10 Pack Photo Paper (a4) 10 Ream Coupon Bond A4(210mm X 297mm) 70gsm 10 Ream Coupon Bond Short (8.5 X 11) 70 Gsm 10 Ream Coupon Bond Long (8.5 X 13) 70 Gsm 25 Packs Specialty Paper/parchment Paper,10's, Short, Assorted Color 2 Pcs Sdddc4 512gb Otg Luxe Type - C 3.1 7 Set Sticky Note Set With Box 5 Set Colorful Self - Adhesive Sticky Notes {2000 Pcs} 8 Pack Garbage Bag, Black,m 9 Pack Garbage Bag, Black, L 9 Pack Garbage Bag, Black, Xl 8 Piece Rug, Rubber Anti-slip Door Mat Rug Pine 8 Bottles Dishwashing Liquid, 500ml 21 Pcs Hand/dish Towel 2 Pcs Floor Mop Large, Complete Set; 2 Mop Head 5 Galloon Glass Cleaner, Liquid 7 Unit Heavy Duty Storage Box, Transparent, 100l 4 Bottles Glass Cleaner With Trigger Head Regular (500 Ml) 3 Pcs Multifunction Glass Cleaning Brush {extendable} 5 Packs Detergent Powder, 1 Kg 10 Bottles Anti Bacterial Hand Liquid Soap 4 Bottles Disinfectant Spray, Early Morning Breeze, 510g 3 Unit Caution Tape, 500m 1 Unit Ups Professional Series 1kva 900 Watts With Battery Pack Pro901es 1 Units 1500va Ups Battery Backup, Surge Protection- 600 Va Ups Power Supply Has 7 Outlets, Usb Port 4 Pcs Office Mouse Pad 4 Pcs Microfiber Duster 20 Pcs Bathroom Tissue Paper {10 Rolls/pack} 4 Pcs Bathroom Disinfectant Or Cleaner 2 Pc Battery Charger (type C} 3 Packs Battery Aa, Chargeable 4/pack 3 Packs Battery Aaa, Chargeable 4s 3 Packs Battery C Size, Chargeable 2 Unit Battery Charger (both Aaa And Aa) Delivery Of The Goods Is Required In 15 Days Upon Receipt Of The Purchase Order. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act ( Ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 3. Prospective Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Bokod, Benguet And Inspect The Bidding Documents At The Address Given Below From 8:am To 5:00pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Febraury 20, 2025 Onwards From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (php500.00). 5. The Municipality Of Bokod Will Hold A Pre-bid Conference On March 3, 2025 At 9:15am Onwards At The Bids And Awards Committee Office, Poblacion, Bokod, Benguet Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:00am Of March 17, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be At 9:15am Of March 17, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidder Or Bidders’ Representatives Who Choose To Attend The Activity. 9. The Bidder, Upon Submission Of Bid, Should Provide Its Official Email Address And Contact Numbers In The Logbook Of The Bac Office. Notices Or Communications Sent Through This Email Address Or Contract Numbers Shall Be Considered Received And Acknowledged By The Bidder The Following Day The Notice/communication Was Sent By The Bac Or Procuring Entity. Hence, The Bidder Has The Obligation To Regularly Check The Aforementioned Email Address And Contact Numbers. 10. The Municipality Of Bokod 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: Madona O. Yagyagen Bac Secretariat Municipal Hall, Poblacion, Bokod, Benguet E-mail Address: Baclgubokod@gmail.com Cp No. 09304019391 Date Of Issue: February 20, 2025 Atty. Jevan S. Mesa Name And Signature Of The Bac Chairperson

City Of Cadiz Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Soon25 Feb 2025
Tender AmountPHP 239.7 K (USD 4.1 K)
Details: Description Cadiz City Sf-good-60 Standard Form Title: Request For Quotation __________________________ __________________________ __________________________ __________________________ Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ______________ In The Return Envelope Attached Herewith. Note: 1. All Entries Must Be Typewritten Or Legibly Written. Atty. Reggie C. Placido Bac Chairman Item No. Item Description Brand/ Model Unit Of Issue Qty. Unit Price Total Value 1. Desktop Computer Processor: 2.50ghz Motherboard Memory: 8gb Ddr4 Hard Drive: 1tb Ssd: 256gb Monitor: 22” Mouse, Keyboard & Speaker Avr: 500va Graphics: Integrated Hd Unit 1 2. Ups: 650va Unit 1 3. Printer 3-in-1 Multi- Function Printer (print-scan, Copy Colored), Eco Tank Unit 4 4. Printer 3-in-1 Multi-function Printer Wi-fi Long Scanner (print-scan, Copy Colored), Eco Tank Unit 1 5. Aircondition 2hp Window Type Inverter Unit 2 Total After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At The Price Noted Above. ______________________________ Delivery Period:_________________ Printed Name/signature Warranty Period:_________________ Date:_________________________ Price Validity:___________________
11-20 of 1969 active Tenders