Camera Tenders
Camera Tenders
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Details: ***souces Sought Amendment 001***
amendment 0001 To This Sources Sought Notice Posts Responses To Vendor Questions As An Attachment. No Other Changes Have Been Made And The Response Date Remains Unchanged.
*****
this Is A Request For Information (rfi)/sources Sought Notice (ssn) Only. This Rfi/ssn Is A Request For Informational Purposes Only And Does Not Constitute An Invitation For Bid (ifb), Request For Quotation (rfq), Or Request For Proposal (rfp). This Rfi/ssn Does Not Constitute A Commitment By The U.s. Army To Procure Products Or Services. The Government Does Not Intend To Award A Contract On The Basis Of This Rfi/ssn Or Otherwise Pay For The Information Solicited. Information Submitted In Response To This Rfi/ssn Is Submitted At No Cost To The Government And Will Not Be Returned. Any Exchange Of Information Shall Be Consistent With Procurement Integrity Requirements, And All Appropriate Proprietary Claims Will Be Protected To Prevent Improper Disclosure.
your Response To This Rfi Is Voluntary And Will Be Treated Only As Information For The Government To Consider. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Army May Use The Information Provided To Develop Its Acquisition Strategy. If A Solicitation Is Released For The Supplies Or Services Described Herein, It Will Be Synopsized On Sam.gov. It Is The Responsibility Of The Potential Offerors To Monitor This Site For Additional Information Pertaining To This Potential Requirement.
the Us Government Is Conducting Market Research For The Rapid Development, Deployment, And Continued Support Of The Us Army Fixed Site Low, Slow, Small Unmanned Aircraft System (uas) Integrated Defeat System (fs-lids). The System Consists Of Coyote Missiles With Launchers, An Electronic Warfare (ew) System, An Electro-optical/ Infrared Camera, And A Ku-band Radio Frequency System (kurfs) Radar Under The Control Of A Forward Area Air Defense Command And Control (faad C2) System That Provides Capability To Identify And Engage Group 1 Through Group 3 Unmanned Aircraft Systems Uass. Future Ew Subsystem Variant Will Be Mosa/sosa Aligned. The System Shall Be Capable Of Integrating Additional Sensors And Effectors.
background: The Us Army Has A Need To Develop, Produce And Maintain Countermeasures Against Enemy-armed And Intelligence Gathering Uas's Operating At Various Speeds And Altitudes Which Are Targeting Both Us And Their Allies’ Interests At Home And Abroad.
interested Firms Who Believe They Can Provide The Below Described Efforts Are Invited To Indicate Their Interest By Providing The Following Information To The Contract Specialist Listed Below:
1. Company Name, Company Address, Overnight Delivery Address (if Different From Mailing Address, Cage Code, Point Of Contact, E-mail Address, Telephone Number, Fax Number.
2. Business Size (i.e. Large, Small Disadvantaged, Veteran Owned, Woman Owned, Etc.)
3. Affirmation Of Cleared Personnel And Facilities.
4. A Description Of The Company's Expertise In Providing Manufacturing Expertise And Producing Hardware As Described Below.
5. The Company's Experience In Meeting Contractual Due Dates For Similar Type Efforts.
6. Naics Code 334511
all Responses Shall Be Unclassified.
all Assumptions, Including Any Assumed Government Support, Shall Be Clearly Identified. All Proprietary And Restricted Information Shall Be Clearly Marked.
interested Sources Shall Have Sufficient Logistics, Engineering, And Other Expertise To Provide All Facets Of Development, Production, And Support For The Army’s Fs-lids System Without The Aid Of A Technical Data Package (tdp). The Government Will Not Provide A Tdp In Response To This Posting.
the Interested Source Shall Be Capable Of Providing Coverage, Starting Approximately January 2026, For The Following At Contract Award: 1) Maintenance And Repair Support For Us Army Outside The Continental United States (oconus) And Continental United States (conus) Fs-lids Systems. 2) Personnel Capable Of Maintaining And Repairing Systems To Meet The Programs Operational Availability Requirements To Multiple Conus And Oconus Sites. 3) Training For Operators And Maintainers. 4) Obtaining Spare And Repair Parts And Providing Them To Oconus And Conus Sites. The Interested Source Shall Be Capable Of Maintaining And Repairing More Than 100 Systems.
the Interested Source Shall Have Sufficient Engineering Expertise To Support The Integration Of The Overall System As Well As Provide Development Activities For The Electronic Warfare System In Accordance With United States Government (usg) Requirements. The Development Activities Will Include Both Hardware And Software Capabilities. The Interested Source Shall Possess Or Have Access To A Facility Capable Of Testing Capability At The System And Component Level. The Interested Source Shall Have The Capability Of Identifying Obsolescence In The Contractor Supplied Components And Provide The Usg With Proposed Replacements Or Redesigns. The Interested Source Shall Provide The Usg With Solutions To Allow The Fs-lids System To Be Exportable.
the Interested Source Shall Have The Capability To Produce, Integrate And Perform Acceptance Test Of The Fs-lids System Iaw Usg Requirements. The Interested Source’s Production Facility Shall Have Iso 9001 Certification. Naics Code For This Requirement Is 334511. The Estimated Production Requirement Is At Least 90 Systems Over Five Years.
this Procurement Requires The Interested Source To Operate As A Us Corporation With A Secure Manufacturing/production Facility Approved To The Secret Level By The Defense Security Service (dss). Further, The Defense Contract Management Agency (dcma) Will Be Asked To Conduct A Pre-award Survey Of The Firm's Facility To Determine The Capability To Successfully Fulfill The Requirements Of This Contract And To Minimize Risk To The Product Manager, Counter Unmanned Aircraft System (pdm Cuas) Office.
this Rfi Will Close 15 Days From The Date Of Posting. All Questions And Responses Should Be Directed To The Contracting Officer/contracts Specialist.
note: Please Do Not Submit Marketing Materials/brochures With The Requested Capabilities Statement. The Capabilities Statement Submitted In Accordance With The Instructions Above Is All That Will Be Reviewed For Purposes Of This Market Research.
Closing Date9 Jan 2025
Tender AmountRefer Documents
BARANGAY LINAO INOPACAN LEYTE Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 1.the Barangay Linao, Inopacan, Leyte, Through The 20% Development Fund Intends To Apply The Sum Of Five Hundred Thirty-four Thousand Three Hundred Fifty-three Pesos And 70/100 (php 534,353.70) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply Of Materials For Installation Of Cctv With Accessories . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Barangay Linao, Inopacan, Leyte Now Invites Bids For Supply Of Materials For Installation Of Cctv With Accessories Item No. Description Quantity Unit 1 Cctv Dvr 16 Channel For 5mp 1.00 Box 2 Cctv Camera, 5mp,full Color With Audio 16.00 Pcs. 3 2 Terabyte Hard Drive 1.00 Pcs. 4 Fiber Cable 1,500.00 Meters 5 Cctv Drop Wire 1,500.00 Meters 6 Cctv Junction Box 16.00 Pcs. 7 Metal Brackets 16.00 Pcs. 8 Power Supply 16.00 Pcs. 9 Dc Joins Connectors,male 16.00 Pcs. 10 Dc Joins Connectors,female 16.00 Pcs. 11 Media Converter, 2 Channel 1.00 Sets 12 Video Balun For 5mp 32.00 Pcs. 13 Media Converter, 4 Channel 3.00 Sets 14 Devant 43" Tv Smart 1.00 Pcs. 15 Cctv Metal Straps, 50cm 10.00 Pcs. 16 Cctv Metal Straps, 30cm 6.00 Pcs. 17 Cctv Security Cabinet 1.00 Sets 18 G.i Pipes, 2" 7.00 Lengths 19 Ready Mix Sand 1.00 Haul 20 Cement 3.00 Sacks 21 Weatherproof Horn Speaker, 30w, 100v/70v Abs Ip66 10.00 Pcs. 22 500w Mixer Amp With Mp3 & Usb & Bluetooth, 2 Aux 100v/4-16ohms 1.00 Pcs. 23 Pa Outdoor Dropwire 1,500.00 Meters 24 Digital Wired Microphone Can Be Chairman Or Delegation 1.00 Pcs. 25 Metal Straps, 50cm 30.00 Pcs. 26 Metal Straps, 450mm 3.00 Packs Delivery Of The Goods Is Required For Seven (7) Days. Bidders Should Have Completed, Within One Year (1) 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. (i)bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 3.interested Bidders May Obtain Further Information From Barangay Linao, Inopacan Leyte And Inspect The Bidding Documents At The Address Given Below During 8:00am-5:00pm. 4.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 03,2025 To January 23,2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php500.00). 5.the Barangay Linao, Inopacan Leyte Will Hold A Pre-bid Conference[may Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. ] On January 10,2025 10:00am At Barangay Hall Of Linao Inopacan Leyte Which Shall Be Open To Prospective Bidders. 6.bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 23,2025 At 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 23,2025 @10:00 Am At Barangay Linao, Inopacan Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7.the Barangay Linao, Inopacan Leytee 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8.for Further Information, Please Refer To: Raquel Q. Sumabong Bac Chairman Barangay Linao Inopacan Leyte-6522 (sgd.) Hon. Raquel Q. Sumabong Bac Chairman
Closing Date23 Jan 2025
Tender AmountPHP 534.3 K (USD 9.1 K)
Ormoc City Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Tourism Government Of Ormoc City P.r. No.: 250243 Bids And Awards Committee Quotation No.: 255759-3170 Ormoc City Philgeps No.: Standard Form Title: Request For Quotation Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By You Or Your Authorized Representative Not Later Than _______ _______________________. (sgd) Katheryn A. Solaña Procurement Officer Note: (1) All Entries Must Be Typewritten Or Legibly Written. Of Acceptance By The End-user. (4) Price Validity Shall Be For A Period Of (2) Delivery Period Within 30 C.d. Upon Receipt Of The Sixty (60) Days. (5) G-eps Reg No., Mayors Permit, Dti/sec, And For Abc's Above Approved Funded Purchase Order (p.o.). Administrative 500k - Itr & Omnibus Sworn Statement Shall Be Attached Upon Submission Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall (6) Bidders Shall Submit Original Brochures Showing Certifications Of Be For A Minimum For Non-delivery Without Valid Reason. The Products If Applicable. (7) The Approved Budget Ceiling For This (3) Warranty Shall Be For A Period Of Three (3) Months Of Procurement Is (amount Indicated Below) Supplies & Materials, One (1) Year For Equipment, From Date Php 200,000.00 Activities Schedule From To 1 Issuance Of Canvass Tuesday January 28, 2025 Friday January 31, 2025 2 Submission Of Canvass Monday February 03, 2025 10:00 Am 3 Opening Of Canvass Monday February 03, 2025 2:00 Pm # Item And Description Qty Unit Cost Total 1 Laptop 1 Unit 8-core Cpu, 8-core Gpu 16gb Unified Memory, 256gb Ssd Storage 16-core Neural Engine 13.6-inch Display, 1080p Hd Camera 3 Charging Port, Magic Keyboard, 30w Usb-c Power Adapter W/ Multifunction Adaptor And Bagpack W/ License Office (perpetual License W/ Product Key) 2 Laptop 1 Unit Processor: Max Turbo Freq : 4.4 Ghz, Cores : 8, Threads: 12, Cache : 12mb 16gb Ram , 512gb Ssd, 6gb Graphics, 15.6 Fhd Display W/ Bagpack W/ License Os And Office (perpetual License W/ Product Key) Inclusive Of: Epson L5290 Printer Printer Type: Print, Scan, Copy, Fax With Adf Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow). Maximum Resolution: 5760 X 1440 Dpi Print Speed: Up To 33.0 Ppm / 15.0 Ppm Copy Speed: Up To 7.7 Ipm / 3.8 Ipm Maximum Copy Resolution: 600 × 600 Dpi Maximum Copy Size: Legal Scanner Type: Flatbed Colour Image Scanner Optical Resolution: 1200 X 2400 Dpi Scan Speed (flatbed / Adf (simplex)) Monochrome 200dpi: Flatbed: 12 Sec / Adf: 4.5 Ipm Colour 200dpi: Flatbed: 29 Sec / Adf: 4.5 Ipm Type Of Fax:walk-up Black-and-white And Colourfax Capability Fax Resolution: Up To 200 X 200 Dpi Number Of Paper Trays: 1 Lcd Screen: 1.44" Colour Lcd Screen 3 Printer 1 Unit Printer Type: Print, Scan, Copy, Fax With Adf Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi Print Speed: Up To 33.0 Ppm / 15.0 Ppm Copy Speed: Up To 7.7 Ipm / 3.8 Ipm Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: Legal Scanner Type: Flatbed Colour Image Scanner Optical Resolution: 1200 X 2400 Dpi Scan Speed ( Flatbed / Adf (simplex) ) Monochrome 200dpi: Flatbed: 12 Sec / Adf: 4.5 Ipm Colour 200dpi: Flatbed: 29 Sec / Adf: 4.5 Ipm Type Of Fax:walk-up Black-and-white And Colourfax Capability Fax Resolution: Up To 200 X 200 Dpi Number Of Paper Trays: 1 Lcd Screen: 1.44" Colour Lcd Screen Note : All It Related Items Above Must Be Delivered In Compliance With The Required Technical Specification Or Its Equivalent Or Higher Ans Must Be Compatible With The Existing Lgu Systems And With Warranty Grand Total >>> * Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your Conditions, I/we Quote You On The Item At Prices Noted Above And Hereby Commit To Deliver The Same If Adjudged To Have The Lowest And Responsive Quotation. Business Name 2025-01-250243 Printed Name/signature/date
Closing Date31 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Special Notice
notice Of Intent To Sole Sourceâ the Department Of Veterans Affairs, Network Contracting Office 7, Hereby Provides Notice Of Its Intent To Award A Sole Source, Firm-fixed-price Contract With Zero Options To Harbor Services Inc., Located At 1435 Stuart Engals Blvd, Mount Pleasant, Sc 29464. The Contract Is Expected To Be Awarded Under The Authority 38 U.s.c. 8127 (c) And Vaar 819.7008, As Implemented By Far 6.302-5 A Justification For Single Source Awards For Other Than Full And Open Competition Has Been Prepared. The Anticipated Award Date Is March 30, 2025.â
the Rationale For This Sole-source Acquisition Is That Harbor Services Inc. Is A Certified Service-disabled Veteran Owned Small Business (sdvosb) That Is Capable Of Completing The Construction Project To Correct Patient Safety Concerns. Harbor Services Has A Working Knowledge Of The Recently Completed Mental Health Renovation, Direct Relation With Required Subcontractors, And Currently Holds Warranties On The Area Of Work And Related Systems.
the Contractor Will Provide Construction Services To Correct Patient Safety Issues Identified During The National Patient Safety Walkthrough Conducted In April 2024, In The Inpatient Behavioral Health Unit At Va Augusta, Wing 2f. Deficiencies Include Replacing Doors, Providing Additional Cameras, And Additional Access Controls, And Removing Several Identified Ligature Points Throughout The Unit.
the Existing Knowledge Of The Market/industry Known To Contracting And The Requiring Activity, In Addition To The Vip Search Results, And The Intent To Use A Sole Source Sdvosb, In Accordance With Far 6.302-5 And Vaar 806.302-570(a) And (c), Is Sufficient. This Action Is In Accordance With 38 U.s.c. 8127 And Vaar 819.7008.
the Intended Procurement Will Be Classified Under North American Industry Classification System (naics) Code 236220 With A Small Business Size Of $45 Million.
this Notice Of Intent Is Not A Solicitation Or Request For Competitive Quotes. This Notice Of Intent Is Neither A Formal Solicitation Nor A Request For Competitive Proposals. No Solicitation Document Is Available And Telephone Requests Will Not Be Honored. No Award Will Be Made Based On Unsolicited Quotations Or Offers Received In Response To This Notice, Any Response To This Notice Must Show Clear, Compelling, And Convincing Evidence That Competition Will Be Advantageous To The Government. The Intent Of This Synopsis Is For Informational Purposes Only. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. A Determination By The Government Not To Compete This Action Is Based On This Notice And Is Solely Within The Discretion Of The Government. The Department Of Veterans Affairs Will Not Be Responsible For Any Cost Incurred By Interested Parties In Responding To This Notice. All Interested Parties Who Are Responsible, Certified, And Capable May Identify Their Interest And Submit A Capabilities Statement No Later Than 2:00 Pm Et On January 15, 2025. Responses Are To Be Submitted To Pamela Moffitt Contract Specialist Pamela.moffit@va.gov Â
Closing Date15 Jan 2025
Tender AmountRefer Documents
Department Of Education Region Iv a calabarzon Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “rental Of Complete Equipment Set For The Tv Scriptwriting And Broadcasting For The 2025 R4a Calabarzon Regional Schools Press Conference On February 4-6, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Two Hundred Fifty Thousand Pesos (php250,000.00). The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than January 20, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson Rental Of Complete Set Of Equipment For Tv Scriptwriting And Broadcasting For 3 Full Days Php250,000.00 1. Avmatrix Mini 4-channel Hdmi Multi Format Av Switcher; Software Available: Obs Studio (64-bit) - 1 2. Hdmi To Hdmi 2.0 Cables - 3 3. Hollyland/acssoon Transmitter - 3 4. Panasonic/sony Full-hd Cameras - 4 5. Zoom L8 Audio Mixer - 1 6. Wireless Lapel Mics/mic - 4 7. Led Panel Lights - 4 8. Backlight/nanlite Pavotube - 2 9. Led Nanlite Lights With Stand - 4 10. Audio Cables And Sound System Set-up - 1 11. Four-socket Power Extensions/power Cords (3-meters) - 3 12. 50" Tv Set - 2 13. Teleprompter; Software Available: Imaginary Teleprompter - 1 14. Rode Condenser Shotgun Microphones/zoom H5 - 4 15. Capture Card - 2 16. Light Stand - 6 17. Green Screen Backdrop - 1 18. Tripod - 3 19. Led Wall And Speaker Set Package - 1
Closing Date20 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Request For Information (rfi)/sources Sought
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far Part 15.201(e).
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 561621. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
the Department Of Veterans Affairs (va), Visn 15 Network Contracting Office, Is Seeking Sources That Can Provide The Following:
contractor Shall Provide The Maintenance Of The Va Police Security System And Repair The Security System As Required By The Statement Of Work (sow) At The Va Medical Center, St. Louis, Missouri (herein After Referred To As Vamc).
the Vamc St. Louis Has Two Divisions Located As Follows: John Cochran Division (jc), 915 North Grand Blvd., St. Louis, Mo 63106 And Jefferson Barracks Division (jb), #1 Jefferson Barracks Drive, St. Louis, Mo 63125.
it Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Brand Name.
if You Are Interested And Are Capable Of Providing The Sought-out Services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)?
is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
does Your Company Have An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Above? If So, Please Provide The Contract Number.
please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described Above.
please Provide Your Uei Number.
responses To This Notice Shall Be Submitted Via Email To James Hogue At James.hogue@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5th At 1700 Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
statement Of Work
security System Maintenance
i. Description
this Service Contract Requires The Furnishing Of All Labor, Material, Equipment, Supervision, Management, Tools, Transportation, And Supplies For The Complete Maintenance And Corrective Maintenance Services To The Security System At The John Cochran (jc) Division And Jefferson Barracks (jb) Division Of The Va Medical Center (vamc), St. Louis, Missouri.
a. Contractor Shall Furnish All Labor For Normal, Routine And Emergency Maintenance, 24 Hours Per Day, 365 Days A Year.
b. The Contractor Is Responsible For Providing Field Updates To As-built Drawings And Associated Documentation As Tests And Maintenance Is Performed. The As-built Drawings Will Be Provided By The Vamc For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 31 Of This Document.
c. All Material Used In The Course Of Normal, Routine And Emergency Corrective Maintenance, Testing And Inspections Are Included; Except See Vandalism, Paragraph Iii. All Parts Shall Be Of Current Manufacturer And Shall Have Full Versatility/compatibility With Presently Installed Equipment. All Replacement Parts For Access Control Must Be Fips 201 Compliant. Stl Va Is Currently Using A 75-bit Card For The Va Piv Credential.
d. Any Material Provided Outside This Contract For Adds, Moves, Changes, Act Of God, Etc., Will Be Provided To The Vamc At The Contractor S Preferred Customer Rate For Labor And Materials.
e. In Addition; The Contractor Is Required To Provide The Below Listed Administrative Duties For The St Louis Medical Center:
(1) Create C*cure Reports Requested By The Various Services. Update Schedules Of Reports And Report Parameters. Update Reports As Equipment Is Added Or Deleted. Approximately 3 Hours Per Month.
(2) Add And Delete C*cure Operators As Needed. Minimal Amount Of Time (maybe Once Every Three Months)
(3) Manage Active Directory To Include Adding And Deleting Users And Resetting Passwords. Minimal Amount Of Time (maybe Once Every Three Months)
(4) Maintain Cisco Equipment For Campus Interconnection.
(5) Provide Preventative Maintenance On Access Control, Video And Intercom System To Reduce Downtime Of Same. Minimum Of 16 Hours Per Week.
(6) Will Be Required To Maintain A Bench Stock Of Spare Parts Provided By The Va Medical Center To Be Used In Emergency Situations
(7) Will Be Required To Maintain Four Client Pcs And Four Servers, Including Keyboards, Mice And Speakers.
(8) As New Buildings Come Online Under The Jb And Jc Major Construction Projects The Contractor Will Be Responsible For The Initial Entry Of All The Security Related Hardware
(to Include Istars, Card Readers, Receivers, Relays, Duress Buttons Etc.) In The Master Application Server And The Satellite Server. In Addition; The Contractor Will Be Responsible For Adding All The New Video Surveillance Equipment Into The March Networks System
ii. Quality Control:
all Employees Of Vendor And Subcontractors Working On Site Shall Comply With Va Security Management Program And Obtain Permission Of The Va Police, Be Identified By Project And Employer, And Restricted From Unauthorized Access. All Contractors Who Work On Site Must Have A Photo Id Badge Issued By The Va Police. Applicants For An Id Badge Will Be Required To Provide Personal Data And Undergo A Background Check.
contractor S Service Technicians Used To Meet The Requirements Of A-e Below Shall Reside Within A 1.25-hour Radius Of The Spot Located Directly Between The Two Locations:
a. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Factory Trained And Certified In The Software House Ccure 9000, And No Less Than Three (2) Employees Who Have Successfully Passed The Software House Ccure 9000 Advanced Integrator Certification.
b. Contractor Must Have One (1) Or More Software House Ccure 9000 Enterprise Architecture Certified Technicians, Competent In The Commissioning, Programming And Maintenance Of A Ccure 9000 Mas/sas Configuration.
c. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Who Are Factory Trained And Certified In The March Networks R5 Platforms.
d. Contractor Shall Have At Least One Employee Who Is Factory Certified In The Stentofon Alphacom Intercom System.
e. The Contractor Shall Have At Least Two Employees Who Are Factory Certified On The Salto Locking Computer Software Program, And The Associated Hardware Installed.
f. The Contractor Shall Insure That They Have At Least One Certified Technician Available 24/7 365 Days A Year That Lives Within A 1.25 Hours Radius Of Both The Jc And Jb Campus .
iii. General Maintenance Requirements:
system Components:
the System Includes Components Of The System, Both Audio And Visual, Including But Not Limited To Motion Detectors, Wiring, Circuitry, Duress Buttons, Electronic Cameras, Monitors, Nvr S, Switches, Alarms, Card Readers, Computers, Boards, Intercoms, Equipment For Data Transmission And Storage And Other Items Described Herein At The Jc And Jb Divisions Of The Va Medical Center.
all Components And Accessories Of The System Will Be Covered Under This Service Contract.
all Systems Shall Be Left Functional At The Close Of Each Workday.
a. Network
all Devices Supported As Part Of This Contract Reside On The Security Network. This Includes But Is Not Limited To Fiber Optics Converters, Switches, Ups S, Csu/dsu S And All Other Devices To Make A Complete And Working, Full Gigabit Backbone, Security Network. The Network Includes The Link Between Campus Dedicated To Use By The Security Systems.
b. Access Control System
the Access Control System Is A Ccure 9000.
this Includes, But Is Not Limited To: Access Control Panel, Panel Power Supplies, Lock Power Supplies, Card Reader, Request To Exit Devices, Door Position Switches And Electronic Locking Hardware.
electronic Locking Hardware Including Maglocks, Electric Strikes, Electrified Locksets, Delayed Egress Hardware, Electric Latch Retraction, And Electric Trim Devices.
the System Is Used To Monitor Certain Alarms. Devices To Monitor These Alarms Include Wireless Receivers, Transmitters, Specialized Contacts And Motion Detectors.
the Contractor Will Be Required To Keep The Ccure 9000 System Properly Licensed And Under A Software Support Agreement With The Factory, Maintaining At Least The Current Level Of Licensure. A Copy Of The License Details Is Available Upon Request. The System Includes A Configuration Of One Mas And Two Sas S Both With Bidi Interface. This Will Require License Renewal On An Annual Basis.
c. Cctv System:
coverage Of The March Network Cctv System Shall Be Part Of This Agreement. This Includes The Network Video Recorders (nvrs), Encoders, Wireless Transmission Equipment, Ethernet Transmission And Extenders, Switches, Camera Power Supplies, And Camera.
cameras Consist Of Indoor, And Outdoor, Fixed And Ptz, As Well As Analog And Ip.
d. Intercom
there Are Four Different Intercom Systems In Use That Will Be Covered Under This Maintenance Agreement. A Bogen Intercom System Covering Seven Doors At Jc, Six Aiphone Door Intercom Systems (total For Both Campuses), A Stentofon All Ip Intercom System With Six Intercom Stations, And Six Emergency Phone Intercom Stations.
e. Security Servers And Workstations
multiple Pcs And Servers Make Up The Security System. These Include Three High Availability Enterprise Servers Built And Tuned Specifically For Operation With Ccure 9000. These Servers Include Raid Redundancy, Dual Power Supplies And All Required Windows Server And Sql Licensing. Two High End Workstations Are Used For The Dispatch Function And Are Each Capable Of Driving Up To Eight High Resolution Large Format Monitors. Two Badging Workstations With Associated Cameras And Pvc Card Printers Are Also A Part Of The System. As A Part Of The Servers And Workstations, Lcd/led/plasma Monitors Are In Use. Of Particular Note Are The Eight Large Format Monitors; Five At Jc And Four At Jb.
the Contractor Will Be Responsible For Providing Their Own Service Workstations As Desired; However, At A Minimum, At Least One Service Workstation Shall Be Provided For The Jb Campus (this Workstation To Remain The Property Of The Contractor).
g. Stand Alone Locking System
a Salto Hotel Style Access Control System Is Used In The Fisher House Bldg.#59 And The Domiciliary Bldg.#3 At The Jb Campus. Salto Readers Are Battery Operated And Requires To Be Monitored And Batteries Need To Be Replaced Approximately At The 2/3 Of The Rated Duty Cycle. Full Support Of The System Must Be Included.
i. As-builts (record) Drawings: After Contract Award, The Contractor Will Be Provided With The Vamc As-built Drawings For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 28. Engineering Service Will Provide The Initial Computer Disk Of As-built Drawings For The Contractor To Maintain And Update. These Drawings Are Not Completely Accurate. The Contractor Is Responsible For Providing Field Updates To The Drawings As Tests And Maintenance Is Performed. Up To Date As-builts Shall Be Submitted Every Four (4) Months On Autocad Version 12 To The Contracting Officer Representative (cor).
ii. Maintenance Manuals: Maintenance Manuals Shall Be Provided And Include Original Manufacturer S Catalog Cuts On All Equipment Installed, Internal Wiring Diagrams Showing Points Of Connection, Terminal Points Wiring Color Code And Tag Notation, As Well As Instructions For Troubleshooting The System In The Event Of A Malfunction. In Addition To The Operating And Maintenance Manuals, A Complete Materials List Of Systems, Including The Address And Phone Numbers Of The Local Supplier Of Each Item Shall Be Provided. The Maintenance Manuals Shall Be Submitted To The Cor Every Four (4) Months Along With The As-builts.
iii. Vandalism: Vandalism Is Defined As Renewals Or Corrective Maintenance Necessitated By Reasons Of Negligence Of Misuse Of The Equipment By Persons Other Than The Contractor, His Representatives And Employees, Or By Reason Of Any Other Cause Beyond The Control Of The Contractor, Except Normal Wear And Tear. Claims For Additional
compensation For Repair Of Vandalism Will Be Considered Upon Presentation Of Satisfactory Evidence That Vandalism Has Occurred. During Normal Working Hours, The Contractor Shall Contact The Cor Or His Designee And Have Them Verify The Damage Prior To Repair Of Vandalism. During Off-duty Hours, The Contractor Shall Contact Police Service To Verify That The Damage Will Be Noted On The Service Ticket As Repair Of Vandalism. All Parts Replaced Due To Vandalism Shall Be Returned To The Government. If The Contractor Is Called To Make Corrective Maintenance Identified As Vandalism And So Noted, Billing Will Be For Time Spent At The Vamc Only. Travel Time And Expenses Will Be Charged.
iv. Acts Of God. Corrective Maintenance Necessitated By Reason Of Acts Of God Will Be Processed In The Same Manner As For Vandalism.
v. Malfunctions: All Malfunctions Located During Inspection/maintenance And Repair Shall Be Reported To The Cor. The Report Shall Include A Narrative Of Malfunction And The Recommended Method Of Correction. The Government Requires Problems To Be Corrected Within Twenty-four (24) Hours Of Being Identified In Addition To The Required Documentation.
vi. Report Of Services
1. During Normal Working Hours, 8:00 To 4:30 P.m., Monday Through Friday, The Contractor Shall Report To Va Police Operations Center At The Jc Division And The Officer S Work Area Bldg. #1 Jb Division To Sign In And Out. Contractor Shall Then Notify The Cor, Police Service As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Them Before Leaving, And Advise The Cor On The Status Of System.
2. During Off-duty Hours, 4:30 P.m. Through 8:00 A.m., Monday Through Friday, Holidays And Weekends, The Contractor Shall Report To The Va Police Operations Center At Jc Division And Va Police Officer S Work Area, Bldg. #1 At Jb Division To Sign In And Out. Contractor Shall Then Notify Police Service (on-duty Supervisor) As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Police Service (on-duty Supervisor) Before Leaving, And Advise Supervisor On The Status Of System.
3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments.
iv. Maintenance/corrective Maintenance:
a. Maintenance Services: Maintenance Is To Be Provided To All Equipment And Components Listed Herein:
1. The Contractor Shall Make Thorough Technical Inspections Of Equipment And Perform Necessary Maintenance In Accordance With Manufacturer S Recommendations And Commercial Practices Governing Maintenance For This Type Of Equipment.
2. All Equipment Including All Components And Accessories Shall Be Cleaned, Inspected, Adjusted, Calibrated, And Tested Prior To The Inspection Scheduled For Sixty (60) Days From Date Of Contract Award.
3. After The Initial Servicing Sixty (60) Days From Contract Award, All Equipment Will Be Cleaned, Inspected, Calibrated And Tested Once Every Twelve (12) Months, With The Exception Of The Pan Tilt Zoom Cameras Which Will Be Cleaned, Inspected, Calibrated And Tested Once Every Six (6) Months. Prior To The Commencement Of Work, The Contractor Shall Submit To The Cor, A Preventive Maintenance Schedule For All Devices Along With Procedures.
b. Inspection:
1. Va Medical Center Representatives (police Service) And A Representative Of The Contractor Will Jointly Inspect The Security System And All Components To Verify That All Systems Have Been Properly Maintained And Are Functioning In The Manner For Which They Are Intended. This Inspection Will Take Place In The First Month Of Performance Of This Contract And The Anniversary Month In Subsequent Years. The Contractor Shall Demonstrate At This Time That All Components Of The System Are Functioning Properly And State The Type Of Preventive Maintenance That Has Been Performed On The Equipment.
2. Within Ten (10) Calendar Days After Inspection Conclusion, The Contractor Shall Submit A Written Report (original And One Copy) To The Cor Citing The Components Inspected, Working Condition And Preventive Maintenance Performed To Date. The Report Will Be Completed In Accordance With The Provisions Of Paragraph Iv, Subparagraph D., Reporting.
3. When A Problem Has Been Identified As Caused By Lack Of Training Or System Knowledge Of The Vamc Staff, Contractor Shall Furnish Appropriate Information In Writing Or Verbally To Educate User Or Users As To Appropriate Procedures To Follow To Prevent Reoccurrence. Training For User Error And Technical Advice That Is Provided By Phone, Correspondence Or Personal Instructions Are Considered Part Of This Service Contract.
4. Reprogramming Of Software Due To Memory Loss, Software, And Firmware Updates Are Considered Part Of This Contract.
5. Time Spent By Service Contractor In Travel And Diagnostic Time For Assessing Cause Of System Failure Or Problem Is Considered Part Of This Service Contract. Once It Is Determined That The Problem Is Outside The Contract, Time And Material Spent To Repair Or Replace Components Of System Are Considered Additional Billable Items. A Quick And Accurate Diagnosis Is In Everyone S Best Interest. Proper Authorization Will Be Required. No Work Can Proceed Until A Purchase Order (p.o.) Number Is Issued.
6. If Door, Hardware, Or Other Component That Is Not Part Of Security System Needs Adjustment Or Replacement, Contractor Shall Have To State Corrective Action Needed To The Cor. The Necessary Security System Corrective Maintenance Shall Be Accomplished After Medical Center Personnel Have Completed Their Repair Work (diagnostic Time Is Part Of The Contract).
7. Assistance At The Head End Equipment Will Be Provided By The Va Police Supervisor While Preventive Maintenance Is Being Provided By The Contractor. Assistance Of The Va Police Supervisor Must Be Prearranged And Coordinated By The Contractor.
c. Response To Calls For Repair Service
1. Emergency Corrective Maintenance: A Repair Person Shall Be On The Premises And Provide Corrective Maintenance /trouble Shooting Initiated Within Two (2) Hours After Receipt Of An Emergency Call.
2. The Alarms For The Following Facilities/areas Have Been Assigned A Security Classification Of Critical/highly Sensitive. Trouble Alarms In Either Of These Categories Require A Two (2) Hour Response Time As Specified In C.1.
jc Division
(a) Methadone Dispensing Area Bell Street Clinic
(b) Agent Cashier Area Room B102f Bldg. 1
(c) Canteen Safe Area Room C303 Bldg. 1
(d) Bldg. 3, Irm Area 1st Floor Bldg. 3
(e) Inpatient Pharmacy Room B405 Bldg. 1
(f) Pharmacy Cache 2nd Floor Bldg. 1
(g) Emergency Room Doors Er Bldg. 1
(h) More Than 3 Istar Failures Bldg. #1
(patient Care Areas)
(i) C*cure Computer Failure Room C106 Bldg. 1
jb Division
(a) Pharmacy Outpatient Room 1c22 Bldg. 55
(b) Pharmacy Cache Room 1c35 Bldg. 55
(c) Agent Cashier Room 1b105 Bldg. 55
(e) Canteen Retail Office Section Room G010 Bldg. 24
(f) Pharmacy Bldg. 55
(g) Mental Health Sally Port Doors Wards N1, N3 West Bldg. 51
(h) C*cure Computer Failure Room 1e08 Bldg. 1
(i) Failure Of The Mas Or Sas Room 1e11a Bldg.1
3. Non-emergency (routine) Corrective Maintenance: All Other Areas Not Classified As Critical/highly Sensitive When Reported, Shall Be Considered Non-emergency (routine)
corrective Maintenance. A Repair Person Shall Be On The Premises And Initiate Repair/trouble Shooting Within One (1) Working Day After Receipt Of A Routine Maintenance Call. In No Instance Should Any Component Remain In A Fault/non-operational Status Exceeding Two (2) Working Days.
4. Failure Of The Contractor To Respond To The Requirements Of Emergency Call Back Period Within Two (2) Hours And To Non-emergency Corrective Maintenance Within One (1) Working Day, May Be Cause For Termination Of This Contract For Cause When Two (2) Occasions Of Non-compliance Occur.
5. If This Contract Is Terminated Because Of Contractor S Failure To Provide Services In Accordance With Contract Requirements, Payment Will Be Made For The Contractor S Services That Have Been Provided Through The Termination Date. No Payment Will Be Made For Any Scheduled Maintenance Services That Have Not Been Provided By The Contractor Prior To Termination Of This Contract.
d. Reporting
1. At The Completion Of Each Test, Repair And Maintenance Service, The Contractor Shall Provide A Verbal Report To The Cor Or His Designee On Duty Of Any Devices Or Systems That Were Found Not To Operate Properly Before Leaving The Medical Center. This Includes Location, Problems That The Malfunctioning Device May Cause, And Date When Corrective Maintenance Will Be Completed.
2. Written Reports: On Completion Of Each Inspection And Maintenance Service, The Contractor Shall Furnish A Written Report, Within Ten (10) Calendar Days Of Completion Of The Maintenance Or Inspection. Report Shall Be Legible And Provide, As A Minimum, The Following Information:
date Of Service
location Of Service
exact Component
type Of Service
service Performed (t-test, C-clean, A-adjust, Cal-calibrate, L-lubricate).
final Condition Of Device (wp-working Properly, Mal-malfunctioning, Etc.)
inspector Or Inspectors Initials
3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments.
4. Statement Of Power Related Problems By The Contractor Shall Be Substantiated By Documentation Utilizing The Appropriate Power Recording Equipment. The Contractor Must Also Present Information From The Manufacturer That The Recorded Conditions Would Cause Problems With The Equipment Before It Is Determined That Corrective Maintenance Is Not Covered By The Contract.
e. Acceptance By Contractor: Contractor Shall Accept The Existing Security System, All Accessories And Components, Listed Herein, In Its Present Condition And Shall Maintain Such System In Strict Conformance With The Specification Requirements. The Following List Of Components Is Intended As A Guide To The Equipment Covered Under This Contract. Note That These Quantities May Be In Error By As Much As + Or 10%. The Specific Location Of Each Device Is Listed In Table Nos.1 Through 28 Of This Document.
v. Emergency Calls: Contractor Shall Be Required To Have An Answering Service To Relay And Dispatch Emergency Calls. No Separate Phone Numbers Or Beeper Numbers Other Than The Main Company Number Will Be Accepted For Service Requirements.
vi. Quality And Performance Standards: All Performance Under This Contract Must Be Of High Standards And Must Conform To Good Trade Practices. All Service Under This Contract Shall Be Rendered Promptly And Efficiently Upon Receipt Of An Official Order. All Work To Be Performed Under This Contract Is Subject To Inspection By The Va To Insure Compliance With All Terms And Conditions Of This Contract.
vii. List Of Tables: See Section D Attachments.
table No. Description
1 John Cochran Building #1
2 John Cochran Building #2, 2a, 2b
3 John Cochran Building #3
4 John Cochran Building #4
5 John Cochran Building #6
6 John Cochran Building #7
7 John Cochran Building #5t
8 John Cochran Building #1t
9 Jefferson Barracks Building #1
10 Jefferson Barracks Building #24
11 Jefferson Barracks Building #23
12 Jefferson Barracks Building #51
13 Jefferson Barracks Building #52
14 Jefferson Barracks Building #53
15 Jefferson Barracks Building #18
16 Jefferson Barracks Building #3
17 Jefferson Barracks Building #3t
18 Jefferson Barracks Building #56
19 Jefferson Barracks Building #25
20 Jefferson Barracks Building #75
21 Jefferson Barracks Building #55
22 Jefferson Barracks Building #54
23 Jefferson Barracks Building #57
24 Jefferson Barracks Building #58
25 Jefferson Barracks Building #60t
26 Jefferson Barracks Building #60
27 Jefferson Barracks Building #55
28 Jefferson Barracks Fisher House #59
29 Jefferson Barracks Building #2
Closing Date30 Jan 2025
Tender AmountRefer Documents
Library And Archives Canada Tender
Electronics Equipment...+1Electrical and Electronics
Canada
Details: 1. Advance Contract Award Notice (acan) An Acan Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 2. Definition Of The Requirement Library And Archives Canada Has A Requirement For The Provision Of Repair And Maintenance Services Of Motion Picture Film Equipment, And Related Audio-visual Equipment. The Required Services Include: • Construction, Repair, Maintenance And Modification To Motion Picture Liquid-gates, Used For Optical Film Copying On Oxberry Printers (16mm And 35mm Formats And Obsolete Formats Such As 8mm, Super8mm, 9.5mm And 28mm Motion Picture); • Construction, Repair, Maintenance And Modification To All Related Devices Such As Sprocket Drives, Pins, Gears, Pumps, Vacuums, Viewers, Hoses, Camera Mechanisms, Film Magazines, Filters, Etc.; • Repair, Construction And Modification Of Motion Picture Film Cleaning Equipment, Including Lipsner-smith And Ptr Rollers Installation And Upkeep; • Repair And Modification Of Motion Picture Film Editing Equipment, Specifically Intercine Flatbed Viewers And Steenbeck Viewers, Including Machines For 16mm, 35mm, Super8mm, 9.5mm, 28mm, And 8mm Film Formats; • Repair And Modification Of Motion Picture Film Processing Equipment, Specifically Triese Engineering 16mm/35mm Demand Drive Unit, And Related Chemical Mixing Tanks And Systems, Including Automatic Replenishment Feed And Delivery Systems; • Construction, Repair And Modification Of Motion Picture Film Equipment Such As, Shrinkage Gauges, Synchronizers, Splicers (cement/tape/ultrasonic), Rewind, And Related Rollers, Pins, Power Supplies, Etc.; • Repair And Modification Of 16mm/35mm Motion Picture Projectors, Specifically Kinoton Models And Related Amplifiers, Rectifiers, Power Supplies And Controls; • Related Activities As Required Such As Dismantling And Construction Of Equipment, Warehousing Of Obsolete Equipment, Preparing Equipment For Transportation, Packing, Building Custom Crates, Etc. For Equipment Shipments Etc.; • Construction And Installation Of Custom Work Spaces, Including Light Tables, Shelving, Including Electrical And Mechanical Installations; And, • Related Maintenance, Mechanical Repairs, Manufacture Of Replacement Parts And Customized Work Solutions For Audio And Video Equipment Including But Not Limited To: Keith Monks Disc Cleaning Machines; Kl Archival Professional Archival Turntables; And Simon Yorke Archival Turntables. 3. Criteria For Assessment Of The Statement Of Capabilities (minimum Essential Requirements) Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Requirements: 1) The Bidder Must Have Five (5) Years Of Experience In The Last Ten (10) Years Maintaining, Repairing And Modifying Oxberry Film Printers; 2) The Bidder Must Have Constructed Motion Picture Liquid Gates For Oxberry Printers; 3) The Bidder Must Have Five (5) Years Of Experience Maintaining, Repairing And Modifying Motion Picture Film Cleaning Equipment; 4) The Bidder Must Have Five (5) Years Of Experience In The Last Ten (10) Years Maintaining, Repairing And Modifying Motion Picture Intercine And Steenbeck Film Editing Equipment; 5) The Bidder Must Have Five (5) Years Of Experience In The Last Ten (10) Years Maintaining, Repairing And Modifying Triese Engineering 16mm/35mm Demand Drive Unit Motion Picture Film Processing Equipment And Related Chemical Mixing Tanks And Systems, Including Automatic Replenishment Feed And Delivery Systems; 6) The Bidder Must Have Five (5) Years Of Experience In The Last Ten (10) Years Repairing, Modifying And Constructing Shrinkage Gauges, Synchronizers, Splicers (cement, Tape And Ultrasonic) And Rewinds; 7) The Bidder Must Have Five (5) Years Of Experience In The Last Ten (10) Years Maintaining, Repairing And Modifying Kinoton 16mm/35mm Motion Picture Projectors And Related Amplifiers, Rectifiers, Power Supplies And Controls. 8) The Bidder Must Have Four (4) Years Of Experience In The Last Ten (10) Years Repairing And Manufacturing Replacement Parts And Customized Work Solutions For Audio Equipment Including But Not Limited To: ? Keith Monks Disc Cleaning Machines ? Kl Archival Professional Archival Turntables ? Simon Yorke Archival Turntables 4. Applicability Of The Trade Agreement(s) To The Procurement This Procurement Is Subject To The Following Trade Agreement(s) O Canadian Free Trade Agreement (cfta) O World Trade Organization - Agreement On Government Procurement (wto-agp) O Canada-european Union Comprehensive Economic And Trade Agreement (ceta) O Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp) O Canada-chile Free Trade Agreement (ccfta) O Canada-colombia Free Trade Agreement (ccofta) O Canada-honduras Free Trade Agreement (chfta) O Canada-korea Free Trade Agreement (ckfta) O Canada-panama Free Trade Agreement (cpafta) O Canada-peru Free Trade Agreement (cpfta) O Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca) O Canada-ukraine Free Trade Agreement (cufta) 5. Justification For The Pre-identified Supplier The Proposed Supplier Has Proven Unique Expertise And Skills In The Repair And Manufacture Of Replacement Parts For Obsolete Equipment And The Manufacture Of Precision Equipment Within Exacting Standards Required For Motion Picture Film Analysis, Copying And Treatment. The Supplier Has Also Demonstrated Knowledge Of Photographic Optics As Related To Motion Picture Film Analysis, Motion Picture Cameras, Printers And Related Equipment. The Supplier Also Has Proven Expertise And Skills In The Manufacture Of Related Audio And Video Equipment Such As Archival Turntables. The Supplier Maintains Their Own Manufacturing And Construction Capacity To Design And Rebuild Custom Equipment For Obsolete Motion Picture Film Formats And Related Audio And Video Equipment. 6. Government Contracts Regulations Exception(s) The Following Exception(s) To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection 6(d) - "only One Person Is Capable Of Performing The Work". 7. Exclusions And/or Limited Tendering Reasons The Following Exclusion(s) And/or Limited Tendering Reasons Are Invoked Under The (section Of The Trade Agreement(s) Specified): A. Canadian Free Trade Agreement (cfta) – Article 513.1(b) B. Revised World Trade Organization - Agreement On Government Procurement (wto-agp) – Article Xiii.1.b C. Canada-european Union Comprehensive Economic And Trade Agreement (ceta) – Article Xiii.1.b D. Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp) – Article15.10.2.b E. Canada-chile Free Trade Agreement (ccfta) – Article15.10.2.b F. Canada-colombia Free Trade Agreement – Article 1409.1.b G. Canada-honduras Free Trade Agreement – Article 17.11.2.b H. Canada-korea Free Trade Agreement – Article 22.1.3.b I. Canada-panama Free Trade Agreement – Article 16.10.1.b J. Canada-peru Free Trade Agreement (cpfta) – Article 1409.1.b K. Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca) – Article 10.13.1.b L. Canada-ukraine Free Trade Agreement (cufta) – Article 10.13.1.b 8. Ownership Of Intellectual Property Ownership Of Any Foreground Intellectual Property Arising Out Of The Proposed Contract Will Vest In The Contractor. 9. Period Of The Proposed Contract Or Delivery Date The Proposed Contract Is For A Period Of Two (2) Years And Two (2) One-year Option Periods. Initial Contract: April 1, 2025 To March 31, 2027 First Option Period: April 1, 2027 To March 31, 2028 Second Option Period: April 1, 2028 To March 31, 2029 10. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract, Including Option(s), Is $200,000.00 (gst/hst Extra). 11. Name And Address Of The Pre-identified Supplier Kl Archival Film Equipment / 1479007 Ontario Ltd. P.o. Box 1155 Almonte, Ontario K0a 1a0 Canada 12. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Services Described In The Acan May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 13. Closing Date For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is January 21, 2025 At 2:00 Pm Est. 14. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statements Of Capabilities Are To Be Directed To: Anne-marie Aubry Procurement Team Leader 550 De La Cité Blvd. Gatineau, Qc J8t 0a7 Telephone: 873-353-7351 E-mail: Receptiondesoumission-bidreceiving@bac-lac.gc.ca
Closing Date21 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Is A Combined Synopsis/solicitationâ forâ commercial Productsâ orâ commercial Servicesâ prepared In Accordance With The Format Inâ subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Onlyâ solicitation; Proposals Are Being Requested And A Writtenâ solicitationâ will Not Be Issued.
solicitation Number 36c26225q0254 Is Issued As A Request For Quotation (rfq) In Conjunction With Far Part 13 And Constitutes The Only Solicitation. The Government Intends To Award A Firm-fixed Price Contract, Base Plus Four Option Years.
this Solicitation Intends To Award This Procurement To A Small Business Associated With Naics Code 541519 With Size Standard Of 150 Employees. Vendor Must Be Registered And Remain Active As A Small Business Vendor In Sam.gov To Be Awarded.
all Small Businesses Are Welcome To Participate In This Open Market Competition, Which Is Brand Name Or Equal.
the Department Of Veterans Affairs Network Contracting Office 22 Is Looking For A Contractor To Provide Flock Safety S Flock Os (license Plate Recognition Platform) With Law Enforcement Grade - Infrastructure Free License Plate Recognition Cameras Including Professional Installation And Integration Or Equal At Loma Linda Vamc. The Potential Contractor Must Be Able To Supply All Items Listed. Offeror Must Demonstrate Meeting The Salient Physical, Functional, And Performance Characteristic Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive.
the Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Equipment Being Requested Or Equal For Equal To Equipment, Please Submit A Capabilities Statement Illustrating How Your Organization Can Meet The List Of Draft/salient Characteristics/sow Requirements. For Instances Where Your Company Can Meet The Draft/salient Characteristics/sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement.
please Follow The Instructions On: See S02 36c26225q0254 Description And Instruction.pdf
submission Of Offers:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email To Sam Choo At Sam.choo@va.gov No Later Than Thursday, January 9, 2025, 10:00 Am Pt. Please Reference Solicitation Number 36c26225q0254 Within Subject Line Of The Email. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Non-responsive And Will Not Be Considered For Award.
offerors Shall Submit The Following Via Email:
offerors Shall Fill Out Standard Form 1449 And Section B.1 And Return It With Offer.
offerors Shall Fill Out All Portions Of Section B.3 Unit Price, Total Item Cost, And Net Item Cost Conforming To Requirements Stated By The Salient Characteristics In Item Information.
offerors Shall Fill Out All Portions Of Section B.4.
*f.o.b Is Destination, Shipping Cost Must Be Included To Item Prices.
offerors Shall Fill Out And Sign All Sections Of Solicitation Notice Including Below And Return It With Offer:
d.2 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
d.5 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (may 2024)
Closing Date9 Jan 2025
Tender AmountRefer Documents
TESDA PROVINCIAL TRAINING CENTER LIPA CITY, BATANGAS Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description Spirit Level 5 Pcs Hack Saw 5 Pcs Pipe Cutter 5 Pcs Pipe Reamer 5 Pcs Pipe Threader 5 Pcs Pipe Bender 5 Pcs Bolt Cutter 5 Pcs Ball Hammer 5 Pcs Electrician Pliers 25 Pcs Screwdrivers Set 25 Pcs Box Wrench 5 Pcs Wire Splicer 5 Pcs Wire Stripper 5 Pcs Electrician Knife 5 Pcs Tools Holster 10 Pcs Push-pull 0-5 Mtrs 5 Pcs Claw Hammer 5 Pcs Prick Punch 5 Pcs Heat Gun 1200 Watts 5 Pcs Heavy-duty Soldering Iron 5 Pcs Flat File Smooth 8” 5 Pcs #16 G.i Wire 5 Kgs Whiteboard 4 X 8 X ¾ 1 Pc Equipment Electric Drill 5 Units Portable Grinder 5 Units Multi-tester 5 Units Fire Alarm System (5units Detector, 1 Control Panel) 1 Set Motion Sensors 3 Sets Security Equipment Access Control 1 Sets Cctv (4 Cameras, 1 Dvr) 1 Sets Clamp-on Meter 5 Units Insulation Resistance Tester 1 Unit Earth Resistance Tester 1 Unit Labeling Machine 1 Unit Materials Rsc/imc 25 Pcs Entrance Cap 5 Pcs Locknut & Bushing 50 Pcs Ground Fault Current Interrupting Device (gfci) 5 Pcs 3/16’ X 1” Metal Screw 100 Pcs Conduit Strap/clamp 50 Pcs Wiring Boards, ¾ Ft. X 4 Ft. X 8 Ft. 5 Sets Floor Outlet 10 Pcs Working Gloves 25 Pcs Safety Shoes 10 Pairs Hard Hat 10 Pcs Safety Goggles 10 Pcs Wire Awg #12, (3.5mm2) 5 Boxes Wire Awg #14(2.0mm2) 5 Boxes Electrical Tape 5 Rolls Wood Screw ½” X 8 1 Box Receptacle Surface Type 25 Pcs Receptacle Flush Type 25 Pcs Incandescent Bulb 50 W/ 250v Ac 25 Pcs Convenient Outlet C.o. (grounding Type,/flush Type) 2 Gang W/ Plate And Cover 25 Sets Pvc Square Box, 4 X 4 10 Pcs Flexible Conduit ½”, ¾ 25 Mtrs Pvc Conduit ½, ¾ 10 Pcs Junction Box Pvc 25 Pcs Utility Box 25 Pcs Connectors Pvc, ½ 50 Pcs Connectors Pvc, ¾ 50 Pcs Connectors Rsc, ¾ 50 Pcs Elbow Pvc ½ 20 Pcs Elbow Pvc ¾ 20 Pcs Elbow Rsc ½ 20 Pcs Elbow Rsc ¾ 20 Pcs Panel Board With 70 Amp Main And 4 Branch Ckt. 20 Amps, 2 Pcs. 15 Amps, 2 Pcs. 5 Sets Switch (3 Way With Plate And Cover) 10 Pcs Switch (single Pole With Plate And Cover) 10 Pcs
Closing Date23 Jan 2025
Tender AmountPHP 394.9 K (USD 6.7 K)
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Details: ***sources Sought Amendment 001***
the Purpose Of This Sources Sought Amendment Is To Post Responses To Vendor Questions. All Other Information Remains Unchanged Including The Response Date.
***
this Is A Request For Information (rfi) Only. This Rfi Is A Request For Informational Purposes Only And Does Not Constitute An Invitation For Bid (ifb), Request For Quotation (rfq), Or Request For Proposal (rfp). This Rfi Does Not Constitute A Commitment By The U.s. Army To Procure Products Or Services. The Government Does Not Intend To Award A Contract On The Basis Of This Rfi Or Otherwise Pay For The Information Solicited. Information Submitted In Response To This Rfi Is Submitted At No Cost To The Government And Will Not Be Returned. Any Exchange Of Information Shall Be Consistent With Procurement Integrity Requirements, And All Appropriate Proprietary Claims Will Be Protected To Prevent Improper Disclosure.
your Response To This Rfi Is Voluntary And Will Be Treated Only As Information For The Government To Consider. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Army May Use The Information Provided To Develop Its Acquisition Strategy. If A Solicitation Is Released For The Supplies Or Services Described Herein, It Will Be Synopsized On Sam.gov. It Is The Responsibility Of The Potential Offerors To Monitor This Site For Additional Information Pertaining To This Potential Requirement.
the Us Government Is Conducting Market Research For The Rapid Development, Deployment, And Continued Support Of The Us Army Mobile Low, Slow, Small Unmanned Aircraft System (uas) Integrated Defeat System (m-lids). Current M-lids Systems Consist Of Coyote Missiles With Launchers, A 30 Mm Cannon, A .50 Caliber Gun, An M240 7.62mm Crew Served Weapon, An Electronic Warfare (ew) System, An Electro-optical/infrared (eo/ir) Camera And A Ku-band Radio Frequency System (kurfs) Radar Under The Control Of A Forward Area Air Defense Command And Control (faad C2) System Mounted On A M-atv Vehicle. Future Variants Will Be Configured On A Single Vehicle Such As Stryker. All Variants Will Be Capable Of Identifying And Defeating Group 1 Through Group 3 Uas Threats. The System Shall Be Capable Of Integrating Additional Sensors And Effectors.
background: The Us Army Has A Need To Develop, Produce, And Maintain Countermeasures Against Enemy-armed And Intelligence Gathering Uas's Operating At Various Speeds And Altitudes Which Are Targeting Both Us And Their Allies’ Interests At Home And Abroad.
interested Firms Who Believe They Can Provide The Below Described Efforts Are Invited To Indicate Their Interest By Providing The Following Information To The Contract Specialist Listed Below:
1. Company Name, Company Address, Overnight Delivery Address (if Different From Mailing Address, Cage Code, Point Of Contact, E-mail Address, Telephone Number, Fax Number.
2. Business Size (i.e. Large, Small Disadvantaged, Veteran Owned, Woman Owned, Etc.)
3. Affirmation Of Cleared Personnel And Facilities.
4. A Description Of The Company's Expertise In Providing Manufacturing Expertise And Producing Hardware As Described Below.
5. The Company's Experience In Meeting Contractual Due Dates For Similar Type Efforts.
6. Naics Code 334511
all Responses Shall Be Unclassified.
all Assumptions, Including Any Assumed Government Support, Shall Be Clearly Identified. All Proprietary And Restricted Information Shall Be Clearly Marked.
interested Sources Shall Have Sufficient Logistics, Engineering, And Other Expertise To Provide All Facets Of Development, Production, And Support For The Army’s M-lids System With The Aid Of A Partial Level Ii Technical Data Package (tdp) That Is In The Format Of The Developing Contractor. Portions Of The Technical Data Are Proprietary, And Portions Are In Contractor Format. The Government Will Not Provide A Tdp In Response To This Posting.
the Interested Source Shall Be Capable Of Providing Coverage, Starting Approximately January 2026, For The Following At Contract Award: 1) Maintenance And Repair For Us Army Outside The Continental United States (oconus) And Continental United States (conus) M-lids Systems Of All Variants. 2) Personnel Capable Of Maintaining And Repairing Systems To Meet The Programs Operational Availability Requirements To Multiple Conus And Oconus Sites. 3) Training For Operators And Maintainers. 4) Obtaining Spare And Repair Parts And Providing Them To Conus And Oconus Sites. The Interested Source Shall Be Capable Of Maintaining And Repairing More Than 30 Systems.
the Interested Source Shall Have Sufficient Engineering Expertise To Support The Integration Of The Overall System As Well As Provide Development Activities For The Counter-uas (c-uas) And Counter-improvised Explosive Device (c-ied) Electronic Warfare Systems (without A Tdp) In Accordance With United States Government (usg) Requirements. The Development Activities Will Include Both Hardware And Software Capabilities. The Interested Source Shall Possess Or Have Access To A Facility Capable Of Testing Capability At The System And Component Level. The Interested Source Shall Have The Capability Of Identifying Obsolescence In The Components And Provide The Usg With Proposed Replacements Or Redesigns. The Interested Source Shall Provide The Usg With Solutions To Allow The M-lids System To Be Exportable.
the Interested Source Shall Have The Capability To Produce, Integrate And Perform Acceptance Test Of The M-lids System Iaw Usg Requirements. The Interested Source’s Production Facility Shall Have Iso 9001 Certification. Naics Code For This Requirement Is 334511. The Estimated Production Requirement Is 70 Systems Over Five Years.
this Procurement Requires The Interested Source To Operate As A Us Corporation With A Secure Manufacturing Facility Approved To The Secret Level By The Defense Security Service (dss). Further, The Defense Contract Management Agency (dcma) Will Be Asked To Conduct A Pre-award Survey Of The Firm's Facility To Determine The Capability To Successfully Fulfill The Requirements Of This Contract And To Minimize Risk To The Product Manager, Counter Unmanned Aircraft System (pdm Cuas) Office.
this Rfi Will Close 30 Days From The Date Of Posting. All Questions And Responses Should Be Directed To The Contracting Officer/contracts Specialist.
Closing Date9 Jan 2025
Tender AmountRefer Documents
2891-2900 of 2957 archived Tenders