Computer Hardware Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Details: Notice Of Intent To Sole Source Requirement Brand Name Remote Access Server the Network Contracting Office (nco) 10, Located At 260 E. University Avenue, Cincinnati, Oh 45219-2356, Intends To Solicit And Award A Sole Source, Firm-fixed-price, Purchase Order To One Small Business (sb), Scriptpro Usa, Llc. The Purchase Order Will Be For The Visn 10, Northern Indiana Healthcare System Veterans Affairs Medical Center (nihs Vamc) In Marion, In. The Original Equipment Manufacturer (oem) For This Brand Name Remote Access Server (ras) Is Scriptpro Usa, Llc. scriptpro Usa, Llc 5828 Reeds Road mission, Ks 66202-2740 the Contractor Shall Provide The Following Equipment And Services: remote Access For Server (ras) For Workflow Management System (wms) (marion Vamc) Quantity Of 1 Each remote Access For Server (ras) For Workflow Management System (wms) (fort Wayne Vamc) Quantity Of 1 Each workflow Management System Ras Device License Package (5 Devices) (marion Vamc) Quantity Of 2 Each workflow Management System Ras Device License Package (5 Devices) (fort Wayne Vamc) Quantity Of 2 Each monthly Support Subscription (marion Vamc) Quantity Of 12 Each monthly Support Subscription (fort Wayne Vamc) Quantity Of 12 Each the Associated North American Industry Classification System (naics) Code For This Is Acquisition Is 334111, Electronic Computer Manufacturing. The Naics Size Is 1,250 Employees. The Product Service Code (psc) Is 7b22, It And Telecom Computer: Servers (hardware And Perpetual License Software). this Procurement Is Being Conducted Under Federal Acquisition Regulation (far) Part 12, Acquisition Of Commercial Products And Commercial Services, And Far Part 13, Simplified Acquisition Procedures. In Accordance With (iaw) Far Part 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. the Anticipated Award Date Is February 24, 2025. The Government Intends To Award A Firm-fixed-price Contract. this Is Not A Request For Competitive Quotes And Is Being Posted For Informational Purposes Only. The Government Does Not Anticipate Receiving Responses To This Notice. However, Interested Parties Who Disagree With This Action May Submit A Letter Of Interest That Demonstrates Your Firm S Capability, Certifications, And Authorization To Compete For This Acquisition To Include A Rationale For Why You Should Be Considered. The Government Reserves The Right To Verify And Request Additional Documentation To Be Submitted. interested Parties Must Identify Their Interests And Capability To Respond To This Requirement Within Five (5) Calendar Days Of The Publication Of This Notice. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Would Be Advantageous To The Government. interested Parties Must Identify Their Interest Solely Via Email To Contracting Specialist, Barbara Robertson, Barbara.robertson@va.gov No Later Than Monday, February 24, 2025, At 12:00 Pm Eastern Standard Time (est). When Responding To This Announcement, Respondents Should Include "36c25025q0273 Notice Of Intent" In The Subject Line. late Responses Shall Not Be Accepted. No Telephone Inquiries Will Be Accepted Nor Will Telephone Calls Be Returned. Only Emailed Responses Will Be Considered. Information Received Will Be Considered Solely For The Purpose Of Determining Whether Or Not To Conduct A Competitive Procurement. A Determination By The Government Not To Compete This Proposed Contract Based Upon Response To This Notice Is Solely Within The Discretion Of The Government. No Reimbursement For Any Cost Connected With Providing Capability Information Will Be Provided. note 1: The Contractor Must Be An Authorized Reseller Of Scriptpro Usa, Llc Equipment And Services To Meet All Government Requirements. Evidence Shall Be Submitted By An Authorization Letter Or Other Documents From Scriptpro Usa, Llc, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Supplies, Equipment And/or Services Contracts For Maintenance Of Equipment Shall Be In Accordance With The Oem Terms And Conditions. note 2: The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Contractor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Facility Upon Discovery Of Such Items. questions Regarding This Notice Should Be Sent To Contracting Specialist, Barbara Robertson No Later Than Friday, February 21, 2025, 12:00 Pm Eastern Standard Time (est) At Barbara.robertson@va.gov.
Closing Date24 Feb 2025
Tender AmountRefer Documents 

Philippine Merchant Marine Academy Tender

Others
Philippines
Details: Description Quantity Unit Item Description 1 1 Lot Procurement Of Integrated Full Mission Bridge And Engine Room Simulator With Desktop Station Full Mission Bridge Simulator (fmbs) And Mini Bridge Stations’ Features And Applications, Major Components, Bridge Simulator Performance Standards And Hardware 1. Major Components The Full Mission Bridge Simulators That Can Be Integrated With Engine Simulators Shall Consist Of The Following Major Components: A. One (1) Full Mission Bridge Station With 270° Horizontal Display (class A Configuration); B. Seven (7) Mini Bridge Stations With 120° Horizontal Display (class B Configuration); C. One (1) Server Station; D. One (1) Instructor Station; E. One (1) Simulator Scenario Development Station; And F. One (1) Briefing/ Debriefing Station. 2. Features And Applications 2.1 The Bridge Simulator Should Provide A Realistic, Ship-like Environment Based On Real Hardware Consoles And High-quality Visualization. The Systems Include Major Components Such As Conning, Radar/ Arpa And Ecdis, Gmdss, Navigation Equipment, Bearing Finder, Steering Control Console, Engine Control, Auto Pilot System, Overhead Display, Etc. 2.2 The Bridge Simulator Product Shall Be Certified And Compliant As Class A (full Mission), B (multi-task), C (limited Task), And D (cloud-based Distant Learning) Type-approved Maritime Simulator System By An Internationally Recognized Classification Society. The Compliance With Classification Shall Be Reflected In The Certificate Of The Product. 2.3 The Simulator Can Be Utilized To A Variety Of Navigation Techniques Under Different Environmental Conditions, Serving A Wide Range Of Purposes As Follows: 1. Control Of The Ship While Navigating In The Operational And Emergency Modes In Various Weather Conditions With The Possibility Of Setting Wind And Current Parameters; 2. Analysis Of The Above-water Situation In Day And Night Conditions; In Poor Visibility By Visible Navigation Lights And Information Received From Radar/ Arpa; 3. Use Of The Electronic Chart-based Navigational Information System (ecdis); 4. Practical Use Of Radio Equipment And Global Maritime Distress And Safety System (gmdss) Facilities; 5. Application Of The International Regulations For Preventing Collisions At Sea; 6. Ship Control During Anchoring And Mooring; 7. Ship Control During Towing Operations; 8. Ship Control During Maneuvers "man Overboard"; 9. Rational Methods Of Ship Control In Case Of Main Engines (me) And Ship And Navigation Equipment Failures During Movement; 10. Eye Survey Of Above-water And Radar Situation, Determination Of Vessel Movement Elements; 11. Navigational Situation Assessment By Visual Observation During Daytime, By Lights At Night Time And By Observation Of Transmission Of Echo Signals On Ppi Simulators In Conditions Of Limited Visibility; 12. Visual Determination Of Vessel Movement Patterns, Maneuvering Capabilities And Dimensions; 13. Selection And Execution Of Collision Avoidance Maneuvers In Open Sea, During Night And In Limited Visibility Conditions Using Radar/arpa; 14. Evaluation Of Accuracy Of Primary And Secondary Information Received From Arpa, Consideration Of Factors Affecting Accuracy Of Arpa And Delay In Formation Of Secondary Radar Information; 15. Orientation Of Ships In Complex Navigation Conditions In Daytime And Nighttime And In Conditions Of Limited Visibility; 16. Use Of Ecdis For Preliminary And Executive Plotting, Practicing Correct Response To Emergency Signals Produced By Ecdis, Solution Of Chart-metric Tasks And Ensuring Safety Of Navigation With The Use Of Information Received From Ecdis; 17. Use Of Basic Capabilities Of Marine Mobile Service And Marine Mobile Satellite Service. 2.4 The Bridge Simulator Product Shall Be Able To Address The Following Stcw Competencies And Shall Be Reflected In The Certificate. · Table A-ii/1.1 - Plan And Conduct A Passage And Determine Position. • Table A-ii/1.2 - Maintain A Safe Navigational Watch. • Table A-ii/1.3 - Use Of Radar And Arpa To Maintain Safety Of Navigation. § Table A-ii/1.4 - Use Of Ecdis To Maintain The Safety Of Navigation. • Table A-ii/1.5 - Respond To Emergencies. • Table A-ii/1.6 - Respond To A Distress Signal At Sea. • Table A-ii/1.8 - Transmit And Receive Information By Visual Signaling. • Table A-ii/1.9 - Manoeuvre The Ship. • Table A-ii/2.1 - Plan A Voyage And Conduct Navigation. • Table A-ii/2.2 - Determine Position And The Accuracy Of Resultant Position Fix By Any Means. • Table A-ii/2.3 - Determine And Allow For Compass Errors. • Table A-ii/2.4 - Co-ordinate Search And Rescue Operations. • Table A-ii/2.5 - Establish Watchkeeping Arrangements And Procedures. • Table A-ii/2.6 - Maintain Safe Navigation Through The Use Of Information From Navigation Equipment And Systems To Assist Command Decision-making. • Table A-ii/2.7 - Maintain The Safety Of Navigation Through The Use Of Ecdis And Associated Navigation Systems To Assist Command Decision Making. • Table A-ii/2.10 - Maneuver And Handle A Ship In All Conditions. • Table A-ii/2.11 - Operate Remote Controls Of Propulsion Plant And Engineering Systems And Services. • Table A-ii/3.1 - Plan And Conduct A Coastal Passage And Determine Position. • Table A-ii/3.2 - Maintain A Safe Navigational Watch. • Table A-ii/3.3 - Respond To Emergencies. • Table A-ii/3.4 - Respond To A Distress Signal At Sea. • Table A-ii/3.5 - Manoeuvre The Ship And Operate Small Ship Power Plants. • Table A-ii/4.1 - Steer The Ship And Also Comply With Helm Orders In The English Language. • Table A-ii/4.2 - Keep A Proper Look-out By Sight And Hearing. Table A-ii/5.2 - Contribute To Berthing, Anchoring And Other Mooring Operations. • Table A-v/4-1.1 - Contribute To Safe Operation Of Vessels Operating In Polar Waters. • Table A-v/4-1.2 - Monitor And Ensure Compliance With Legislative Requirements. • Table A-v/4-1.3 - Apply Safe Working Practices, Respond To Emergencies. • Table A-v/4-1.4 - Ensure Compliance With Pollution-prevention Requirements And Prevent Environmental Hazards. • Table A-v/4-2.1 - Plan And Conduct A Voyage In Polar Waters. • Table A-v/4-2.2 - Manage The Safe Operation Of Vessels Operating In Polar Waters. • Table A-v/4-2.3 - Maintain Safety Of The Ship's Crew And Passengers And The Operational Condition Of Life- Saving, Firefighting And Other Safety Systems. 2.5 The Bridge Simulator Shall Allow For Training And Certification Of Watch Officers, Chief Officers, Captains, And Pilots Serving On Commercial And Fishing Vessels Of 500 Gross Tonnage Or More In Accordance With The Requirements Of The Imo Stcw Convention And Model Courses: · 1.07 – Radar Navigation, Radar Plotting And Use Of Arpa; · 1.08 – Radar, Arpa, Bridge Teamwork And Search & Rescue; · 1.22 – Ship Simulator And Bridge Teamwork; · 1.27 – Operational Use Of Electronic Chart Display And Information System (ecdis); · 1.32 – Operational Use Of Integrated Bridge System; · 1.34 – Operational Use Of Ais; · 2.02 – Maritime Sar Coordinator; · 3.11 – Marine Accident And Incident Investigation With Compendium; · 3.19 – Ship Security Officer; · 3.23 – Actions To Be Taken To Prevent Acts Of Piracy And Armed Robbery; · 7.01 – Master And Chief Mate; · 7.03 – Officer In Charge Of Navigational Watch; · 7.05 – Skipper Of Fishing Vessel; · 7.06 – Officer In Charge Of Navigational Watch Of Fishing Vessel; Gmdss Simulator: · 1.25 – General Operator’s Certificate For The Gmdss; · 1.26 – Restricted Operator’s Certificate For The Gmdss. 2.6 The Bridge Simulator Shall Have All The Ownship Models, Target Ship Models , Objects And Exercise Areas Available In The Database Of The Simulator Product. It Shall Also Include Polar Areas, The Existing Models And Areas In Current Simulator, Naval And Coast Guard Ship Models, Ship Models Ready For Integration With Engine Simulators And Ship/engine Models Using Future Fuels. 2.7 The Simulator Shall Have An Intercom Installed In The Instructor Station And All Bridge Stations. 2.8 The Simulator Scenario Development Station Shall Have A Dedicated Station (specification 4.4) With Software Application With Capabilities For Port Design And Planning, Fairways Design, Ship Modelling And Incident Investigation, Study Ship Operations In Restricted Water Conditions And Mooring Operations, Including Tug Operation. It Shall Act As A Platform To Get Used To New Interfaces During Sea Trials. The Software Shall Allow The Designed Own Ship Models And Exercise Areas To Be Loaded Onto The Bridge Simulator. 2.9 The Simulator Shall Have An Evaluation And Assessment Method Designed For The Evaluation And Assessment Of A Range Of Predefined Assessment Parameters From The Following Categories: • Planning And Conducting A Passage And Determine Position; • Maintain Safe Navigational Watch; • Using Radar And Arpa To Maintain Navigational Safety; • Ability To Operate And Analyze Information Obtained From Arpa; • Respond To Emergencies; • Use Imo Standard Marine Communication Phrases And Use English Inwriting And Speaking; • Transmit And Receive Information Using Visual Signals; • Maneuver The Ship; • Colreg. 2.10 The Simulator Shall Have The Ability To Set Up A Scoring And Grading System To Evaluate The Operator’s Performance. The Program Allows The Instructor To Monitor The Results Of The Bridge Team / Operator Workstation Performance. 2.11 The Simulator Shall Be Capable Of Simulating Ship Operation In Polar Waters Or Ice Navigation According To The Polar Code And Shall Have The Following Training Capabilities: - Ice Management Of Offshore Installations In An Arctic Environment, - Use Of Radar Data And Ice Charts In Ecdis While Navigating In Ice Conditions, - Following Of Icebreakers, - Offshore Loading Operations To Include Mooring To Single Point Mooring And Floating Production Storage And Offloading Equipment In Ice Conditions, And - Navigation In Shattered Ice, Along Hard Ice Edges, Bumping Against Ice Edges, In Open Pack Ice, In Ice Holes, And Spots Of Ice-free Water. 2.12 The Ice Navigation Environment Shall Have The Following Characteristics: - Capable Of Ice Accumulation On Ship Superstructure, - Ship’s Tracks On Ice Fields Re-freeze As Programmed By The User, - Ice Mounds And Channels Can Be Added By The User, - Characteristics Of Ice Resistance Are Based On The Type Of Ice, Thickness, And Accumulation, - Capable Of Traversing Large Ice Areas, And - Realistic Representation Of Iceberg Objects. 3. Bridge Simulator Performance Standards 3.1 Physical Realism The Bridge Simulator Stations Shall Have The Following Physical Realism: A. The Equipment, Consoles, And Workstations Shall Be Installed, Mounted, And Arranged In A Manner That Mimics An Actual Bridge Of A Ship. B. The Workstations Shall Have Standard Rubber Mat Flooring. The Simulator Shall Have The Following Equipment: C. Controls Of Propulsion Plant Operations, Including Engine Telegraph, Pitch-control And Thrusters. There Shall Be Indicators For Shaft(s) Revolutions And Pitch Of Propeller(s). There Shall Be Controls For One Propeller And One Bow Thruster. D. Controls Of Propulsion Plant For Mooring Operations. By Any Method, It Shall Be Possible To Observe The Ship's Side And The Dock During Operation Of Such Controls. E. Controls Of Auxiliary Machinery. There Shall Be Controls For At Least Two Auxiliary Engines, Including Electric Power Supply Control. F. Steering Console, Including Equipment For Hand Steering And Automatic Steering With Controls For Switchover. There Shall Be Indicators Of Rudder Angle And Rate Of Turn. G. Steering Compass And Bearing Compass (or Repeater) With An Accuracy Of At Least 1 Degree. H. At Least One Radar/arpa Display/unit (automatic Radar Plotting Aid). It Shall Be Possible To Simulate Both A 10 Cm (s-band) And A 3 Cm (x-band) Radars. The Radar Shall Be Capable To Operate In The Stabilised Relative-motion Mode And Sea- And Ground-stabilised True-motion Modes (see Stcw Section A-1/12.4.1 And 1/12.5 And Paragraph 2 Of Section B-i/12). I. Communication Equipment Per Gmdss (global Maritime Distress Safety System) Framework, Covering At Least The Requirements For The Relevant Area. J. The Simulator Shall Include A Communications System That Will Allow For Internal Ship Communications To Be Conducted. K. Ecdis (electronic Chart Display And Information System) Displaying Selected Information From A System Electronic Navigational Chart (senc) With Positional Information From Navigation Sensors Like Ais And Radar To Assist The Mariner In Route Planning And Route Monitoring, And By Displaying Additional Navigation-related Information. (see Stcw Section B-i/12). L. Gps (global Positioning System), Echo-sounder And Speed Log Showing Speed Through The Water (1 Axis) For Ships Below 50,000 Grt And In Addition Speed And Distance Over Ground In Forward And Athwart Ship Direction For Ships Above 50,000 Grt. M. Instrument (anemometer) For Indication Of Relative Wind- Direction And Force. N. Ship Sound Signal Control Panel According To Colreg. O. Instrument For Indication Of Navigational Lights. P. Function For Transmitting Visual Signals (morse Light). Q. Control System For General Alarm And Fire Detection/alarm And Other Alarms. R. Ais (automatic Identification System). S. Ship-borne Meteorological Instrument. The Simulator Shall Have The Following Additional Requirements For Training In Ice Navigation: T. Controls For Propulsion Plant Operations, Including Engine Telegraph, Pitch Control, And Thrusters. There Shall Be Indicators For Shaft Revolutions And Pitch Of Propeller. There Shall Be Controls For At Least One Propeller And One Bow Thruster. U. Two Speed And Distance Measuring Devices. Each Device Should Operate On A Different Principle, And At Least One Device Should Be Capable Of Being Operated In Both The Sea And The Ground Stabilized Mode. V. Searchlight Controllable From Conning Positions. W. Manually Operated Flashing Red Light Visible From Astern To Indicate When The Ship Is Stopped. X. Vdr (voyage Data Recorder) Or Capability For Vessel History Track And Learner Actions Log From The Instructor And The Assessor Position. Y. Equipment Capable Of Receiving Ice, Icing Warnings, And Weather Information Charts. Z. Anchoring And Towing Arrangements. The Simulator Shall Have The Following Additional Requirements For Training In Integrated Bridge Systems Including Integrated Navigation Systems: Aa. Workstation For Navigating, Maneuvering And Monitoring Consisting Of: · Radar/arpa · Ecdis · Conning Display · Binoculars Control · Autopilot Control · Observer Position/ Visual Control · Information On Position-fixing Systems · Information On Ship Automatic Identification System (ais) · Heading Control System · Flags, Daytime Shapes And Sound Signals · Control For The Main Engine Including Emergency Stop · Control For The Main Rudder Using Helm · Controls For Thruster · Two-way Uhf Radiotelephone (walkie-talkie) With Charging Connection · Internal Communication Equipment · Public Address System · Vhf With Channel Selector · Remote Control For Searchlight · Rudder Pump Selector Switch · Steering Mode Selector Switch · Steering Position Selector Switch · Illumination Of Equipment And Displays In The Surrounding Darkness · Sound Reception System · Acknowledgment Of The Watch Alarm · Controls For Console Lighting · Indicators For: - Propeller Revolutions (actual And Desired) - Main Engine Revolution In The Case Of Reduction Geared Engine - Propeller Pitch In The Case Of Controllable Pitch Propeller - Torque - Starting Air - Lateral Thrust - Speed - Rudder Angle - Rate-of-turn - Gyro Compass Heading - Magnetic Compass Heading - Heading Reminder (pre-set Heading) - Water Depth Including Depth Warning Adjustment - Time - Wind Direction And Velocity - Air And Water Temperature - Clinometer - Alarms · Signal Transmitter For: - Whistle - Automatic Device For Fog Signals - Alarms, (general Alarm, Emergency Alarm, Etc.) - Morse Signaling Light Bb. Workstation For Manual Steering (wheelhouse) Consisting Of: · Steering Wheel · Rudder Pump Selector Switch · Indications For: - Gyro Compass Heading - Magnetic Compass Heading - Pre-set Heading - Rudder Angle - Rate Of Turn Cc. Workstation For Planning And Documentation Consisting Of: · Ecdis Including Navigation Planning Station · Route Planning Devices · Chart Table · Paper Charts · Plotting Aids Dd. Workstation For Communications Consisting Of: · Gmdss Equipment As Required For The Applicable Sea Area · Vhf-dsc, Radiotelephone · Mf-dsc, Radiotelephone · Mf/hf-dsc, Nbdp, Radiotelephone · Mf/hf Mf/hf Radio Telex · Inmarsat-ses, Egc Rx With Lrit And Ssas · Navtex/egc/hf Direct Printing Telegraph · Fbb/iridium · Cospas-sarsat Epirb · Sart · Ais Sart · Main Station For Two-way Vhf Radiotelephone · Aircraft Vhf Radiotelephone · Gmdss Alarm Panel · Radio Direction Finder Rt-500-m (marine) · Power Switchboard · Battery Charger · Virtual Printer Ee. All Systems Related To The Integrated Bridge System Shall Include Failure Control(s) And Method(s) To Train And Assess The Learner In The Use Of Advanced Equipment, Technology And Enable Familiarization And Training To Understand The Limitations Of Automatic Systems. 3.2 Behavioral Realism The Bridge Simulator Stations Shall Have The Following Behavioral Realism: A. The Simulation Of Ownship Shall Be Based On A Mathematical Model With 6 Degrees Of Freedom. B. The Model Shall Realistically Simulate Own Ship Hydrodynamics In Open Water Conditions, Including The Effects Of Wind Forces, Wave Forces, Tidal Stream And Currents. C. The Model Shall Realistically Simulate Own Ship Hydrodynamics In Restricted Waterways, Including Shallow Water And Bank Effects, Interaction With Other Ships And Direct, Counter And Sheer Currents. D. The Simulator Shall Include Mathematical Models Of Different The Types Of Ownships. E. The Simulator Shall Include Tug Models That Can Realistically Simulate Tug Assistance During Maneuvering And Escort Operations. It Shall Be Possible To Simulate Pull, Push, Reposition Towing And Escorting. F. The Simulator Shall Include Exercise Areas Including Correct Data For Landmass, Depth, Buoys, Tidal Streams And Visual As Appropriate To The Nautical Chart And Publication Used For The Relevant Training Objectives. G. The Radar Simulation Equipment Shall Be Capable Of Model Weather, Tidal Streams, Current, Shadow Sectors, Spurious And False Echoes And Other Propagation Effects, And Generate Coastlines, Navigational Buoys And Search And Rescue Transponders. H. The Arpa Simulation Equipment Shall Incorporate The Facilities For: - Manual And Automatic Target Acquisition - Fast Track Information - Use Of Exclusion Areas - Vector/graphic Time-scale And Data Display - Trial Maneuvers. I. The Ecdis Simulation Equipment Shall Incorporate The Facilities For: - Integration With Other Navigation Systems - Own Position - Sea Area Display - Mode And Orientation - Chart Data Displayed - Route Monitoring - User-created Information Layers - Contacts (when Interfaced With Ais And/or Radar Tracking) - Radar Overlay Functions. J. The Simulator Shall Provide An Own Ship Engine Sound, Reflecting The Power Output. K. The Simulator Shall Provide Capabilities For Realistically Conduct Anchoring Operations. L. The Model Shall Realistically Simulate Own Ship Hydrodynamics In Interaction With Applicable Anchor And Chain Dimensions With Different Bottom Holding Grounds, Including The Effects Of Wind Forces, Wave Forces, Tidal Stream And Currents. M. The Simulator Shall Provide Capabilities For Realistically Simulate The Function Of Mooring And Tug Lines And How Each Line Functions As Part Of An Overall System Taking Into Account The Capacities, Safe Working Loads, And Breaking Strengths Of Mooring Equipment Including Mooring Wires, Synthetic And Fiber Lines, Winches, Anchor Windlasses, Capstans, Bitts, Chocks And Bollards. The Simulator Shall Have The Following Additional Requirements For Training In Ice Navigation: N. The Own Ship Model Shall Realistically Simulate Hydrodynamics In Interaction With Solid Ice Edge. O. The Own Ship Model Shall Realistically Simulate Hydrodynamics And Ice Pressure In Interaction With Solid And Packed Ice. Ship Motion In Solid Ice Should Affect At Least Ship Speed And Turning Radius. P. The Own Ship Model Shall Realistically Simulate The Effects Of Reduced Stability As A Consequence Of Ice Accretion. Q. It Shall Be Possible To Simulate The Effect Of The Following Ice Conditions With Variations: - Ice Type - Ice Concentration - Ice Thickness. R. It Shall Be Possible To Realistically Simulate The Towing Of Ownship – Ownship, And Own Ship Target Ship And Target Ownship. It Shall Be Possible To Introduce Different Towing Gear Like Rope Or Steel Wire With Different Strength And Elasticity, Forward, Stern And Side Towing. S. It Shall Be Possible To Realistically Simulate The Interaction Between The Ships Propeller Wash And The Ice. T. It Shall Be Possible To Realistically Simulate Ice Drift. U. The Simulator Shall Be Equipped With Iceberg Targets Of At Least Six Different Sizes Including Realistic Underwater Bodies Which Interacts With The Sea Bottom. The Icebergs Should Be Visible On The Ship's Radar. V. Motion Through Ice Hummocks Should Be Simulated Realistically Considering Ship Icebreaking Capabilities And Affect Ship's Speed, Roll And Pitch. The Simulator Shall Have The Following Additional Requirements For Training In Integrated Bridge Systems Including Integrated Navigation System: W. The Integrated Navigation System Should Combine Process And Evaluate Data From All Sensors In Use. The Integrity Of Data From Different Sensors Should Be Evaluated Prior To Distribution. X. The Integrated Navigation System Shall Ensure That The Different Types Of Information Are Distributed To The Relevant Parts Of The System, Applying A Consistent Common Reference System For All Types Of Information. Y. The Integrated Navigation System Shall Provide Information On Position, Speed, Heading, And Time. Z. The Integrated Navigation System Shall Be Able To Automatically, Continually And Graphically Indicate The Ship's Position, Speed And Heading And, Where Available, Depth In Relation To The Planned Route As Well As To Known And Detected Hazards. Aa. The Integrated Navigation System Shall, In Addition, Provide Means To Automatically Control Heading, Track Or Speed, And Monitor The Performance And Status Of These Controls. Bb. Alarms Shall Be Displayed So That The Alarm Reason And The Resulting Functional Restrictions Can Be Easily Understood. 3.3 Operating Environment The Bridge Simulator Shall Exhibit The Following Operating Environment: A. The Simulator Shall Be Able To Present Different Types Of Target Ships, Each Equipped With A Mathematical Model, Which Accounts For Motion, Drift And Steering Angles According To Forces Induced By Current, Wind Or Wave. B. The Targets Shall Be Equipped With Navigational And Signal-lights, Shapes, And Sound Signals, According To Rules Of The Road. The Signals Shall Be Individually Controlled By The Instructor, And The Sound Signals Shall Be Directional And Fade With Range. Each Ship Shall Have An Aspect Recognizable At A Distance Of 6 Nautical Miles In Clear Weather. A Ship Underway Shall Provide Relevant Bow- And Stern Wave. C. The Simulator Shall Be Equipped With Targets Enabling Search And Rescuing Persons From The Sea, Assisting A Ship In Distress And Responding To Emergencies Which Arise In Port. Such Targets Shall At Least Be: · Rocket Parachute Flares · Hand Flares · Buoyant Smoke Signals · Sart (search And Rescue Transponder) · Satellite Epirb (emergency Position Indicating Radio Beacon) · Lifeboat · Life Raft · Rescue Helicopter · Rescue Aircraft · People In Water. D. The Simulator Shall Be Able To Present At Least 20 Target Ships At The Same Time, Where The Instructor Shall Be Able To Programme Voyage Routes For Each Target Ship Individually. (see Stcw Section A-1/12.4.3) E. The Simulator Shall Provide A Realistic Visual Scenario By Day, Dusk Or By Night, Including Variable Meteorological Visibility, Changing In Time. It Shall Be Possible To Create A Range Of Visual Conditions, From Dense Fog To Clear Conditions. F. The Visual System And/or A Motion Platform Shall Replicate Movements Of Own Ship According To 6 Degrees Of Freedom. G. The Projection Of The View Shall Be Placed At Such A Distance And In Such A Manner From The Bridge Windows That Accurate Visual Bearings May Be Taken To Objects In The Scene. It Shall Be Possible To Use Binocular Systems For Observations. H. The Visual System Shall Present The Outside World By A View Around The Horizon (360°). The Horizontal Field Of View May Be Obtained By A View Of 270° And Where The Rest Of The Horizon May Be Panned (to Move The “camera”). (applicable Only To Full Mission Bridge Station With 270° Horizontal Display) I. The Visual System Shall Present The Outside World By A View Of At Least 120° Horizontal Field Of View. In Addition, At Least The Horizon From 120° Port To 120° Starboard Shall Be Able To Be Visualised By Any Method. (applicable Only To Mini Bridge Station With 120° Horizontal Display). J. The Visual System Shall Present A Vertical View From The Workstations For Navigation, Traffic Surveillance And Manoeuvring Enabling The Navigator To Detect And Monitor Objects Visually On The Sea Surface Up To The Horizon Within The Required Horizontal Field Of View When The Ship Is Pitching And Rolling. In Addition, By Any Method, It Shall Be Possible To Observe The Ship's Side And The Dock During Mooring Operations. K. The Visual System Shall Present All Navigational Marks According To Charts Used. L. The Visual System Shall Show Objects With Sufficient Realism (detailed Enough To Be Recognized As In Real Life). M. The Visual System Shall Show Mooring And Towing Lines With Sufficient Realism In Accordance With The Forces Effecting The Tension. N. The Visual System Shall Provide A Realistic Set Of Bow Wave, Sea Spray And Wakes In Accordance With Ships Power Output, Speed And Weather Conditions. O. The Visual System Shall Provide A Realistic Set Of Flue Gas Emission And Waving Flag Effect In Accordance With Ships Power Output, Speed And Weather Conditions. P. The Simulator Shall Be Capable Of Providing Environmental Sound According To Conditions Simulated. Q. The Navigated Waters Shall Include A Current Pattern, Changeable In Time, According To The Charts Used. Tidal Waters Shall Be Reflected. R. The Simulation Shall Include The Depth According To Charts Used, Reflecting Water Level According To Tidal Water Situation. S. The Simulator Shall Provide At Least Two Different Wave Spectra, Variable In Direction Height And Period. T. The Visual System Shall Provide A Realistic Set Of Wind Waves Including White Caps According To The Beaufort Wind Force Scale. The Simulator Shall Have The Following Additional Requirements For Training In Ice Navigation: U. The Visual System Shall Be Capable Of Showing Concentrations Of Solid And Broken Ice Of Different Thickness. V. The Visual System Shall Be Capable Of Showing The Result Of Icebreaking Including Opening, Twin Breaking And Compacting Channel. W. The Visual System Shall Be Capable Of Showing The Effects Of Searchlight. X. The Visual System Shall Be Capable Of Showing The Effects Of The Ice Accretion To The Own Ship Model. The Simulator Shall Have The Following Additional Requirements For Training In Integrated Bridge Systems Including Integrated Navigation Systems: Y. There Shall Be A Field Of View Around The Vessel Of 360° Obtained By An Observer Moving Within The Confines Of The Wheelhouse Or May Be Panned (to Move The Camera). 4. Hardware Requirements 1 Set 4.1 Full Mission Bridge Simulator (horizon Field View Of 270 Degrees) A. Steel Fabrication Of Main Bridge Consoles Consisting Of: I. Conning & Maneuvering Console Ii. Radar/arpa Consoles Iii. Ecdis Consoles Iv. Bearing Station Console V. Navigation Aids Equipment Console Vi. Gmdss Console Vii. Wheelhouse/ Steering Stand Console Viii. Chart Table With Gooseneck Dimming Light Ix. Overhead Panel Display X. Gyro Repeater With Pelorus Stand Xi. Binocular/ Visual And Instrument Console Xii. The Console Must Made Of Steel W/ Handrails A. Visual Channels Specification (minimum Requirements) · 9 X 70” Visual Screens Led Backlit · 9 X Pc Visual Channel Computer · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Keyboard/mouse · Hdmi Cable 5 Mtr · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator B. 1 X Conning And Maneuvering Console (minimum Requirements) · 1 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Console Made Of Steel (tct 0.8 Mm To 2 Mm) · 1 X Trackball Control (for Conning Display Console) · 1 X Joystick Control (for Searchlight/ Binocular) · 1 X Emergency Stop Button · 1 X Steering Panel Software Pc · 1 X Steering Knob/ Tiller · 1 X Steering Override Control/ Buttons · 1 X Autopilot Panel Control Software Pc (touchscreen/actual Panel With Buttons) · 1 X Main Engine Twin Lever Telegraph · 1 X Twin Lever Thrusters · 1 X Handset With Cradle And Ptt Switch · 1 X Vhf Panel Pc · 1 X Low Power Speakers C. 2 X Ecdis Console (minimum Requirements) · 2 X Monitor 24” · 2 X Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · 2 X Console Made Of Steel (tct 0.8 Mm To 2 Mm) · 2 X Ecdis Keyboard With Trackball Control · 1 X Low Power Speakers D. 2 X Radar/arpa Console · 2 X Monitor 24” · 2 X Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · 2 X Console Made Of Steel (tct 0.8 Mm To 2 Mm) · 2 X Radar/arpa Keyboard With Trackball Control · 1 X Low Power Speakers E. Bearing Station Console · 1 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Console Made Of Steel (tct 0.8 Mm To 2 Mm) F. Binocular/ Visual And Instrument Console (minimum Requirements) · 2 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Console Made Of Steel (tct 0.8 Mm To 2 Mm) · Binocular/ Visual Control With Joystick G. Overhead Panel Display (minimum Requirements) · 1 X Monitor 28” Mounted · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Windows 10/11 Pro 64 Bit · Hdmi Cable – 10 Mtr · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator H. 1 X Wheelhouse/ Steering Stand Console (minimum Requirements) · Console Made Of Steel (tct 0.8 Mm To 2 Mm) · 1 X Steering Wheel (outer Rim For Hand Grip Covered With Rubber) · 2 X Panel Pc Touchscreen Display For The Following Controls But Is Not Limited To: - Rudder Pump Selector Switch - Steering Mode Selector Switch (nfu/fu) - Steering Position Selector Switch And Indications For: - Gyro Compass Heading - Magnetic Compass Heading - Rudder Angle Indicator, - Pre-set Heading - Rudder Angle - Rate Of Turn - Steering Mode (fu/nfu) – Track Control/auto Navigation I. 1 X Gmdss Console With Trainee Workplace Software (minimum Requirements) · 2 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Console Made Of Steel (tct 0.8 Mm To 2 Mm) · 1 X Handset Including: - Cradle With A Ptt Switch - Usb Interface Board - Handset Box · 1 X Gooseneck Dimmable Light · 1 X Usb Audio Unit · Keyboard W/ Mouse Or Touchscreen Pc · Console Made Of Steel (tct 0.8 Mm To 2 Mm) J. 1 X Chart Table Console 1300mm X 1312mm With Chart Drawers, Flag And Pennants Rack And Plotting Aids (minimum Requirements) · 1 X Monitor 24” · Computer · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Ups 1kva A. Surge Protection B. W/ Automatic Voltage Regulator · Keyboard W/ Mouse · 1 X Gooseneck Dimmable Light · 2 X Parallel Ruler · 1x One-hand Compass Divider Steel · 4 X Plotting Triangle With Handle · 1x Deck Log Book · 1x Night Order Book · 1x Bell Book · 1x Chronometer · Admiralty Paper Charts Related To Installed Maps In Simulator K. Gyro Repeater Stand With Pelorus · Bearing Repeater Compass · Pelorus Stand · Power: 24vd · Signal: Rs422 Nmea L. Weather Instruments · 1x Ships Clock · 1x Aneroid Barometer · 1x Hygrometer M. 1 X Intercom Ip Telephone · 2 Sip Lines · Hd Audio With Wideband Codec, G.722 · 10-speed Dial Keys, 1 Programmable Dss Key · 3-way Conference · Desk/wall-mounted · Handset/hands-free Mode · 10/100 Mbps · Poe/power Adaptor · White Color N. Speaker With Subwoofer Channel Sound System Specification: · Interface With Visual Pc · Realization Of 3d Sound Effect System · Atleast 450watts Speaker With Subwoofer · Port: Mini Jack 7 Sets 4.2 Mini Bridge Simulator (horizon Field View Of 120 Degrees) A. Consoles Made In Formica Laminated Board Fabrication Of Mini Bridge Consoles Consisting Of: I. Conning Console Ii. Radar/arpa Console Iii. Ecdis Console Iv. Gmdss Console V. Maneuvering And Steering Console Vi. Overhead Panel Display Vii. Chart Table With Gooseneck Dimming Light A. Mini Bridge Station Visual Channels Specification (minimum Requirements) · 3 X 45” 4k Display For Visual · 3 X Pc Visual Channel Computer · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Windows 10/11 Pro 64 Bit · Keyboard/mouse · Hdmi Cable · 1 X Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator B. Conning Console (minimum Requirements) · 1 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · 1 X Trackball Control (for Conning Display Console) C. Maneuvering And Steering Console (metallic Material Console) · 1 X Main Engine Twin Lever Telegraph · 1 X Twin Lever Thrusters · 1 X Steering Knob/ Tiller · 1 X Steering Override Control/ Buttons · 1 X Steering Wheel (outer Rim For Hand Grip Covered With Rubber) · 1 X Steering System Panel Software Pc With Autopilot Software (touchscreen Display/actual Panel With Buttons) With Following Controls But Is Not Limited To: - Rudder Pump Selector Switch - Steering Mode Selector Switch (nfu/fu) - Steering Position Selector Switch And Indications For: - Gyro Compass Heading - Magnetic Compass Heading - Rudder Angle Indicator, - Pre-set Heading - Rudder Angle - Rate Of Turn - Steering Mode (fu/nfu) – Track Control/auto Navigation D. Ecdis Console (minimum Requirements) · 1 X Monitor 24” · 1 X Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Window 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Keyboard With Trackball E. Radar/arpa Console (minimum Requirements) · 1 X Monitor 24” · 1 X Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Window 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Keyboard With Trackball F. Gmdss Console With Trainee Workplace Software (minimum Requirements) · 1 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Window 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · 1 X Handset With Cradle And Ptt Switch · 1 X Usb Audio Unit · Keyboard W/ Mouse Or Touchscreen Pc G. Overhead Panel Display (minimum Requirements) · 1 X Monitor 24” Mounted · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Window 10/11 Pro 64 Bit · Keyboard/mouse · Ups 1kva A. Surge Protection B. W/ Automatic Voltage Regulator H. 1 X Intercom Ip Telephone · 2 Sip Lines · Hd Audio With Wideband Codec, G.722 · 10-speed Dial Keys, 1 Programmable Dss Key · 3-way Conference · Desk/wall-mounted · Handset/hands-free Mode · 10/100 Mbps · Poe/power Adaptor · White Color I. 1 X Chart Table At Least 1000mm X 700mm And Plotting Aids (minimum Requirements) · 1 X Monitor 24” · Computer · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Window 10/11 Pro 64 Bit · Ups 1kva A. Surge Protection B. W/ Automatic Voltage Regulator · 1 X Gooseneck Dimmable Light · Keyboard W/ Mouse · 1x Parallel Ruler · 1x One-hand Compass Divider Steel · 2x Plotting Triangle With Handle · 1x Chart Table At Least 1000mm X 700mm · 1x Deck Log Book · 1x Night Order Book · 1x Bell Book · 1x Chronometer J. 1 X Speakes (minimum Requirements) · Interface With Visual Pc · Realization Of 3d Sound Effect System · Atleast 150 Watts Speaker With Subwoofer · Port: Mini Jack 1 Set 4.3 Bridge Instructor Station A. Instructor Station I. 1 X Computer (minimum Requirements) 1. 2x 24” Monitor 2. Intel Core I5-14500 3.3 Ghz Or Above 3. 16 Gb Ram 4. 256 M.2 Ssd 5. Rtx 4070 Or Higher 6. Keyboard/mouse 7. Window 10/11 Pro 64 Bit 8. Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator Ii. 1 X Gmdss Console With Instructor Workplace Software · 1 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · 1 X Handset With Cradle And Ptt Switch · 1 X Usb Audio Unit · Keyboard W/ Mouse Or Touchscreen Pc · 1 X Desktop Speaker Iii. 1 X Speaker 1. Type: Desktop 2. Port: Mini Jack Iv. 1 X Steel Cabinet W/ Lock 1. Metal Drawer Office Drawer 2. File Cabinet Storage With Wheel V. 1x Drone View Monitor W/ Smart Tv 55” Tv Led (environment View Of Instructor) Vi. 1x Printer 1. Laser Printer A4 2. A4 Print Speed Up To 48 Ppm 3. Auto 2-sided (duplex) Printing, 1-line Lcd 4. Wifi, Airprint, Mopria, Wifi Direct, Lan, Usb 2.0 5. Colored Printer Vii. Instructor Station Table Specification: 1x Table Size: At Least L 1700 X W 700 X H 750 Mm - Material: Formica Matt Laminate On Chipboard Viii. 1 X Intercom Ip Telephone · 2 Sip Lines · Hd Audio With Wideband Codec, G.722 · 10-speed Dial Keys, 1 Programmable Dss Key · 3-way Conference · Desk/wall-mounted · Handset/hands-free Mode · 10/100 Mbps · Poe/power Adaptor · White Color Ix. 9x Two-way Uhf Radiotelephone (walkie-talkie) With Charging Connection X. 1x Ergodynamic Chair Xi. 1x Document Metal Cabinet With Glass Sliding Door 1. Size: 1850x 400mmx 900mm 2. Door Lock Xii. Plotting Aids · 5 X Parallel Ruler · 5 X One-hand Compass Divider Steel · 10 X Plotting Triangle With Handle Xiii. All Computers Run On Windows (license) Xiv. Together With The Student Workstations It Forms A Complete Simulator Computer System 1 Set 4.4 Bridge Simulator Scenario Development Station A. Scenario Development Station As An Instructor Station Capable Of Deploying Scenarios To Other Stations. I. 1x Computer (minimum Requirements) 1. 2x 24” Monitor 2. Intel Core I5-14500 3.3 Ghz Or Above 3. 16 Gb Ram 4. 256 M.2 Ssd 5. Rtx 4070 Or Higher 6. Keyboard/mouse 7. Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator Ii. 1x Table Size: At Least L 1200 X W 800 X H 750 Mm Material: Formica Matt Laminate On Chipboard Iii. 1x Ergodynamic Chair B. Virtual Shipyard And Modelling Services Software 1. 2x 24” Monitor 2. 1x Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 32 Gb Ram C. 256 M.2 Ssd D. Rtx 4070 Or Higher E. Keyboard/mouse F. Ups 1.5kva 1. Surge Protection 2. W/ Automatic Voltage Regulator 3. 1xscene Editor 4. 1xvisual Model Editor 5. 1xvirtual Shipyard 2 6. 1x3dsmax Subscription (min. 5 Years) 5. Software Requirements 5.1 Full Mission Bridge Simulator The Full Mission Bridge Simulator Shall Have The Following Software And Controls For The Following Workstations: A. Workstation For Navigating, Maneuvering And Monitoring Consisting: · One (1) Ecdis Master Software · One (1) Ecdis Slave Software · One (1) Conning Display Software · One (1) Radar/arpa 3cm · One (1) Radar/arpa 10cm · Nine (9) Realistic Visualization Software With 270° Field Of View · Keyboard And Trackball Controls For Ecdis, Radar Apra And Conning Display · Two (2) Vhf Dsc Radio W Ch16 · One (1) Overhead Panel Display · One (1) Main Engine Telegraph Including Emergency Stop Control With Printer · One (1) Bow And Stern Thruster Control · One (1) Gps Software · One (1) Bridge Navigational Watch Alarm System (bnwas) · One (1) Echo Sounder · One (1) Speed Log · One (1) Vr Binoculars Or Equivalent · One (1) Observer Position/ Visual Control · One (1) Anchor Gear And Mooring Operations Control · One (1) Towing Control · One (1) Tugs Control · One (1) Autopilot Control System · Nfu/ Fu Controls · One (1) Tiller Controls · One (1) Information On Ship Automatic Identification System (ais) · One (1) Intercom Telephone Capable For Public Address System · One (1) Conference Microphone · One (1) Control For Searchlight · One (1) Gyro Repeater/pelorus Stand That Can Display Magnetic And Gyro Compass · One (1) Bearing Finder · One (1) Alarm System Panel For General Alarm, Fire Alarm, And Other Alarms · Navigation Lights Control · Flags, Daytime Shapes And Sound Signals Control · One (1) Two-way Uhf Radiotelephone (walkie-talkie) With Charging Connection · Sound Reception System · Acknowledgment Of The Watch Alarm · Information Indicators For: - Propeller Revolutions (actual And Desired) - Main Engine Rpm - Main Engine Revolution In The Case Of Reduction Geared Engine - Propeller Pitch In The Case Of Controllable Pitch Propeller - Torque - Starting Air - Lateral Thrust - Log Speed And Speed Over The Ground - Bow And Stern Speed - Athwartship Speed - Rudder Angle - Rate-of-turn - Gyro Compass Heading - Magnetic Compass Heading - Heading Reminder (pre-set Heading) - Water Depth Including Depth Warning Adjustment - Vessel Time - Wind Direction And Velocity - Air And Water Temperature - Clinometer - Alarms - Pilot Card - Maneuvering Characteristics - Scoring Exercise/ Assessment · Signal Transmitter For: - Whistle - Automatic Device For Fog Signals - Alarms, (general Alarm, Emergency Alarm, Etc.) - Morse Signaling Light B. Workstation For Manual Steering (wheelhouse) Consisting Of: · One (1) Steering Wheel · Rudder Pump Selector Switch · Steering Mode Selector Switch · Steering Position Selector Switch · Indications For: - Gyro Compass Heading - Magnetic Compass Heading - Pre-set Heading - Rudder Angle - Rate Of Turn - Steering Mode (fu/nfu) – Track Control/auto Navigation C. Workstation For Route Planning And Documentation Consisting Of: · Computer For Route Planning Devices (ecdis) · Chart Table With Drawers For Paper Charts, Flags And Pennants · Paper Charts · Plotting Aids · Chronometer · Weather Facsimile D. Workstation For Communications Consisting Of: · One (1) Handset For Radiotelephone · Gmdss Trainee Workplace Software · Vhf-dsc, Radiotelephone · Mf-dsc, Radiotelephone · Mf/hf-dsc, Nbdp, Radiotelephone · Mf/hf Mf/hf Radio Telex · Inmarsat-ses, Egc Rx With Lrit And Ssas · Navtex/egc/hf Direct Printing Telegraph · Fbb/iridium · Cospas-sarsat Epirb · Sart · Ais Sart · Main Station For Two-way Vhf Radiotelephone · Aircraft Vhf Radiotelephone · Gmdss Alarm Panel · Radio Direction Finder Rt-500-m (marine) · Power Switchboard · Battery Charger · Virtual Printer 5.2 Mini Bridge Simulator The Mini Bridge Simulators Shall Have Each Of The Following Software And Controls For The Following Workstations: A. Workstation For Navigating, Maneuvering And Monitoring Consisting: · One (1) Ecdis Master Software · One (1) Conning Display Software · One (1) Radar/arpa Interchangeable To 3cm & 10cm · Three (3) Realistic Visualization Software With 120° Field Of View · Keyboard And Trackball Controls For Ecdis, Radar Apra And Conning Display · One (1) Vhf Dsc Radio W Ch16 · One (1) Overhead Panel Display · One (1) Main Engine Telegraph Including Emergency Stop Control With Printer · One (1) Bow And Stern Thruster Control · One (1) Gps Software · One (1) Bridge Navigational Watch Alarm System (bnwas) · One (1) Echo Sounder · One (1) Speed Log · One (1) Vr Binoculars Or Equivalent · One (1) Observer Position/ Visual Control · One (1) Anchor Gear And Mooring Operations Control · One (1) Towing Control · One (1) Tugs Control · One (1) Autopilot Control System · Nfu/ Fu Controls · One (1) Tiller Controls · One (1) Information On Ship Automatic Identification System (ais) · One (1) Intercom Telephone Capable For Public Address System · One (1) Conference Microphone · One (1) Control For Searchlight · One (1) Bearing Finder · One (1) Alarm System Panel For General Alarm, Fire Alarm, And Other Alarms · Navigation Lights Control · Flags, Daytime Shapes And Sound Signals Control · One (1) Two-way Uhf Radiotelephone (walkie-talkie) With Charging Connection · Sound Reception System · Acknowledgment Of The Watch Alarm · Information Indicators For: - Propeller Revolutions (actual And Desired) - Main Engine Rpm - Main Engine Revolution In The Case Of Reduction Geared Engine - Propeller Pitch In The Case Of Controllable Pitch Propeller - Torque - Starting Air - Lateral Thrust - Log Speed And Speed Over The Ground - Bow And Stern Speed - Athwartship Speed - Rudder Angle - Rate-of-turn - Gyro Compass Heading - Magnetic Compass Heading - Heading Reminder (pre-set Heading) - Water Depth Including Depth Warning Adjustment - Vessel Time - Wind Direction And Velocity - Air And Water Temperature - Clinometer - Alarms - Pilot Card - Maneuvering Characteristics - Scoring Exercise/ Assessment · Signal Transmitter For: - Whistle - Automatic Device For Fog Signals - Alarms, (general Alarm, Emergency Alarm, Etc.) - Morse Signaling Light B. Workstation For Manual Steering (wheelhouse) Consisting Of: · One (1) Steering Wheel · Rudder Pump Selector Switch · Steering Mode Selector Switch · Steering Position Selector Switch · Indications For: - Gyro Compass Heading - Magnetic Compass Heading - Pre-set Heading - Rudder Angle - Rate Of Turn - Steering Mode (fu/nfu) C. Workstation For Route Planning And Documentation Consisting Of: · Computer For Route Planning Devices (ecdis) · Chart Table With Drawers For Paper Charts, Flags And Pennants · Paper Charts · Plotting Aids · Chronometer D. Workstation For Communications Consisting Of: · One (1) Handset For Radiotelephone · Gmdss Trainee Workplace Software · Vhf-dsc, Radiotelephone · Mf-dsc, Radiotelephone · Mf/hf-dsc, Nbdp, Radiotelephone · Mf/hf Mf/hf Radio Telex · Inmarsat-ses, Egc Rx With Lrit And Ssas · Navtex/egc/hf Direct Printing Telegraph · Fbb/iridium · Cospas-sarsat Epirb · Sart · Ais Sart · Main Station For Two-way Vhf Radiotelephone · Aircraft Vhf Radiotelephone · Gmdss Alarm Panel · Radio Direction Finder Rt-500-m (marine) · Power Switchboard · Battery Charger · Virtual Printer 5.3 Bridge Instructor Station A. The Instructor Workstation Is An Integral Part Of The Simulator And Is Designed To Control The Training Complex, Design (develop) Exercises, Perform Exercises In Real Time, Control Exercise Performance By Trainees, Change Environmental Conditions And Sailing Circumstances, As Well As Enter Own Ship Failure Variables, Document, And Archive The Position And Activity Of The Ship Involved In The Exercise. The Instructor Station Software Should Contain Navigation Areas As Well As Sub-tasks For Each Area, Allowing The Control Of All Active Vessels And Target Ships. B. Main Instructor Functionalities: · Change Position, Course And Speed Of Own Ship And Traffic Ships, Helicopters Etc. · Instructor Has Full Control Over All Objects Within The Exercise Including Mentioned Above. · Introduce Failures To Own Ship Instantly And As Pre-programmed Event (time And Position Dependent) · Weather Conditions And Failure Of Ships Can Be Preprogramed To Occur After A Certain Time, Allowing The Instructor To Create Complex Scenarios In Advance And Focus On The Trainees While Running The Exercise. · Set Sound And Navigation Signals For Traffic Ships, Helicopters Etc. · Sounds And Navigation Signals For The Traffic Ships And Helicopters Can Be Pre-set By The Instructor And Changed Further On. · Create Pre-programmed Routes For Traffic Ships, Helicopters Etc. · Any Number Of Routes Can Be Prepared And Stored Each Exceeding 50 Waypoints. · Do A ‘fast Forward’ To Quickly Test An Exercise · Several Fast Forward Modes Are Available – From X 2 To X 20. · Specify Environmental Conditions (e.g. In Fog It Must Be Possible To Set The Visibility To A Desired Range) · Full Control Over Environmental Conditions Is Available: For The Global Scene And For The Defined Local Condition Zone (with Predefined Visibilities And Other Factors). · Specify Hydrographic Conditions And Systems · Full Control Over Hydrographic Conditions And Other Systems Of The Objects Are Fully Controllable By The Instructor. C. Gmdss Instructor Workplace Software D. Simulator Software With Capabilities Such As Port Design And Planning, Fairways Design, Ship Modelling And Incident Investigation, Study Ship Operations In Restricted Water Conditions And Mooring Operations, Including Tug Operation. E. Navigation Instructor Software Includes: · Navigation Instructor · Evaluation And Assessment · Tug And Mooring · Radar/arpa · Electronic Navigational Chart: · Bird Eye Of Instructor · Debriefing System F. Simulator Session(s) Control: • Exercise(s) Start, Pause, Re-start After The Pause, Stop On Bridge(s); • Setting The Initial Position For Own Ships; • Entering Faults Of Navigation Systems, Steering Gear, Propulsion Plant, Fire And General Alarm; • Ability To Set Faults Of Navigational Equipment; • Pulling Apart Ships That Have Collided Or Run Aground; • Control Of Target Vessels, Hoisting Flags Of The International Code Of Signals, Turning Their Sound Signals On And Turning Their Lights On/off; G. The Software Modules Should Provide A Possibility To Flexibly Configure The Required Bridge Configuration. General: · An Integrated Application For Exercise Editing, Conducting And Debriefing; · Highly Accurate Data Representation Based On Vector Diagrams (ability To Automatically Load All Diagrams Related To The Selected Game Area); · Tools For Creating Exercises And Automatic Competency Assessment Scenarios; · Displaying Of The Actual Ship Contours; · Display Of Object Tracks: Contour Or Point With Selectable Resolution, Track History And Time Stamps; · Using The Mouse Wheel For Chart Scaling; · Control Of Simulator Session(s); · Continuous Automatic Recording Of Data During Exercise (main, Audio And Video Log Files); · Real Time, Slow Time, And Fast Time Modes; · Ability To Display And Print A New Pilot Card And A Table Of Maneuvering Characteristics Of The Ship; · Setting Parameters And Faults Of Navigation Equipment: Radar, Gps, Loran C, Log, Gyro, Echo Sounder, Uais; · Setting Weather And Bathymetric Conditions: Global And Local Zones, Import Of Tide And Current Databases (ecdis); · Working With Measuring Tools: - Ability To Set Erbl; - Ability To Attach, Move Or Delete Erbl During An Exercise; 9. Ability To Attach Sart To The Life Raft; H. Ability To Move Own Ship During Exercise Without Grounding Or Collision; I. Ability To Apply Virtual Tug Force To 8 Points Of The Vessel’s Hull In Any Direction; J. Display Of Actual Ship's Contours; K. Continuous Display Of Parameters Of Vessel Movement And Environment Conditions: Course And Speed Of The Vessel, Course Over The Ground, Transversal Component Of Speed On The Bow And On The Stern, Gyro Heading, Rate Of Turn, Speed And Direction Of The Current And Wind, Height And Direction Of A Wave, Depth; L. Independent Instructor Control For Wind And Swell Components Of The Wave; M. Ability To Set Sea State Spectrum: · Pierson-moskowitz; · Phillips; · Ittc (international Towing Tank Conference); · Jonswap (joint North Sea Wave Project); · User. N. Ability To Exclude Hydrodynamic Interaction With Mooring Walls In The Required Area; O. Ability To Create A Template Containing A Set Of Objects (ships), Save And Use This Template In Other Exercises; P. Ability To Save Environment Settings As A Template And Load A Previously Saved Template In Any Exercise And Area; Q. Mooring Operations: · Ability To Set The Rope Material; · Ability To Set The Initial State Of The Mooring Winch (render, Slack Away, Stop); · Ability To Set Mooring Winch Parameters (speed, Pulling Force, Holding Force); · Ability To Operate The Mooring Winch At The Instructor Workplace. R. Anchor Operations: · Ability To Set User Ground Type With Required Anchor Holding Force Coefficients; · Display Of Anchor Position On The Instructor's Chart On The Ground. S. Control Of Navigational Lights And Shapes: · Ability To Control The Navigational Lights; · Ability To Switch On/off Deck Lights On Target Ships. T. Loading/discharging Of Own Ship During Exercises; U. Weather Conditions Manager: · Ability To Set Predefined Weather Conditions By Beaufort Number (wind, Wave, Whitecaps And Foam, 3d Clouds, Cloud Layer, Visibility) On The Fly; · Ability To Set Customized Weather Conditions; · Visual Effects: Rain And Snow (low, Medium, High), Lightning, Reflection, Translucency, Sea With White Caps, Foam, Splashes, Bow-wave; · Separate Settings For Wind Wave And Swell; · Manual Control Of Wind Direction And Strength; · Adjustment Of Atmospheric Parameters – Temperature, Humidity, Pressure; · Ability To Use Thunderstorm, Precipitation; · Automatic Calculation Of The Position Of The Sun, Moon, Major Stars (up To 100) And Constellations, The Angle And Phase Of The Moon; · Ability To Set Wave Spectrum Type: Pierson-moskowitz; Jonswap (joint North Sea Wave Project); Phillips; User-defined; · Ability To Use Thunderstorm, Precipitation. V. Rcc, Ship And Coast Stating Assignment; W. Log Module With Possibility To Print Out And Create Archives; X. Window For Listening/monitoring Of The Radiotelephone Traffic Including Possibilities To Interfere With Radiotelephone Traffic; Y. Ability To Introduce Background Noise From A List And Instrument Faults To The Trainee Stations. Z. Ability To Change Names, Call Signs, Mmsi, Telex Numbers And Inmarsat Mobile Numbers Of All Emulated Ship Stations And Coast Station According To The Needs Of Different Exercises; Aa. Electronic Chart With Vessel Position Indication And The Ability To Change Position, Course And Speed; Bb. Ability To Display And Instantly Change Trainee Station Positions On The Electronic Map For Search And Rescue (sar) Exercises; Cc. Full Monitoring Of Any Trainee Workstation – The Ability To Monitor The Status Of Each Gmdss Unit And Listen To The Radio Traffic Of Each Trainee Station; Dd. Connection To An External Printer; Ee. Connection To An Active Speaker For Simultaneous Viewing Of Channels; Ff. Providing Functions Of A Coast Telex Or Telephone Subscriber, Coast Radio Station And Rcc Operator From The Log Window; Gg. Status Window For All Instruments At Any Workstation; Hh. Ability To Log Communication And Trainee Actions For Playback And Later Review; Ii. Database Of Coastal Stations, Navtex And Msi Stations And Inmarsat Shore-based Stations Plotted On The Chart; Jj. Information About The Gmdss Sea Areas On The Chart; Kk. Approximate Estimation Of Radio Wave Propagation In The Selected Frequency Range; Ll. Evaluation And Assessment Module; Mm. Navtex Functionality: · Ability To Send Navtex Messages On Behalf Of A Navtex Station; · Ability To Edit And Use The Navtex Station Used-defined List; · Ability To Save And Use Navtex Message Templates. Nn. “intercom” Panel. To Monitor Intercom Communication, Execute Voice Messages From The Instructor's Side. Oo. Vhf Radio Station Module. To Monitor Vhf Communication, Send Voice Messages From The Instructor’s Side, Play Pre-recorded *.wav Files. Pp. Coastal Radio Station Module. Screen Layout: Qq. Use Of The Mouse Wheel For Chart Centering And Scaling; Rr. On-screen Display Of Mooring Walls And Piers; Ss. On-screen Display Of Actual Contours Of Any Ship; Tt. On-screen Display Of The Object’s Route Line And Its Actual Track; Uu. On-screen Display Of The True And Relative Speed Vectors; Vv. Selectable Display Mode: True Motion, Relative Motion, Course Up Or North Up; Ww. Display Of Prompt And Other Information In The Status Bar: · Bearing And Distance From The Current Cursor On-chart Position To The Reference Point; · Coordinates Of The Current Cursor On-chart Position; · Depth In The Current Cursor Position; · Current Exercise Time (absolute And Relative). Xx. Displaying Of Object Tracks: Contour Or Point With Selectable Resolution, Track History And Time Stamp; Yy. Displaying Of Walls And Piers; Zz. Use Of A Mouse Wheel For Chart Centering And Scaling; Aaa. User Configurable Workplace; Bbb. Different Panels For The Control And Monitoring Of The Exercise Fulfillment: · Reports Panel – To Form And Print Exercise Fulfillment Reports; · Ship Info Panel – To Display Courses, Longitudinal And Transverse Speeds, Rates Of Turn For All The Ships Involved In The Exercise. · Evaluation And Assessment Module Panel; · Target Panel – To Control Vessel Target And Flight And Sar Objects; · Objects Panel – To Promptly Select An Object On The Chart From The List Of All The Objects Available In The Exercise; · Flags Panel – To Hoist/lower Ics Flag Signals On Any Of The Ships, Including Ability To Set And Keep Flag Templates · Events Panel – For The Automatic Recording Of Any Important Events Related To The Incorrect Trainee Actions; · Flash Light Panel – To Send Light Signals From Target Vessels, Including Automated Translation Into Morse Code; · Magnetic Deviation Panel – To Configure The Magnetic Deviation Panel For The Vessels, Participating In The Exercise, Save The Panel And Apply Desired Template To Any Own Vessel, Print The Magnetic Deviation Table; · Procedural Alarms Panel – For Defining User Set Of Alarm For Dedicated Vessels. Ccc. All Own-ship Models Available In The Database Of The Simulator (provided With Ice Class Models) Ddd. All Visual Exercise Areas Available In The Database Of The Simulator (provided With Polar Areas) Eee. All Ship Target Models Available In The Database Of The Simulator Fff. Setting Navigational Equipment Parameters And Faults: Radar, Gps, Loran C, Log, Gyro, Echo Sounder, Uais; Ggg. Setting The Exercise Weather And Bathymetric Conditions: Global And Local Zones, Import Of Tide And Current Databases; Hhh. Observing Own Ships And Targets On The Chart: Ship Info Panel, Cpatcpa Panel, Events Panel; Iii. Control Of Own Ships And Targets On The Chart: Direct Control Of Steering And Propulsion Systems, Autopilot, Mooring Lines, Anchors; Jjj. Setting Faults Of Navigational Equipment, Steering And Propulsion System, Fire And General Alarms; Kkk. Continuous Data Logging During Exercises; Lll. Playback Of Recorded Exercises In Real And Fast-time Modes; Mmm. Performing Preliminary Exercises On The Map To Check Their Suitability For Training On The Simulator; Nnn. Distress Signals (flare, Smoke Signals, Dye Markers); Ooo. Adding New Target Ships; Ppp. Changing Weather Conditions; Qqq. Moving Buoys, Turning Off Lights On Them And Hiding Them On Both The Visualization System And Radar; Rrr. Control Of Automatic Tugboats On Commands From The Bridge Or From The Instructor; Sss. Generating And Printing Exercise Reports 5.4 Simulator Scenario Development Station 1. The Simulator Scenario Development Station Shall Be Integrated With All Engine Stations And Instructor Stations, And Can Act As An Instructor Station Capable Of Deploying Scenarios To Other Stations (bridge And Engine) 2. The Simulator Scenario Development Station Shall Have The Same Software And Control Capabilities As The Instructor Station. (see Section A 5.5.3) 3. Inside The Simulator Scenario Development Room Shall Have A Separate Station With Software Dedicated For Virtual Shipyard And Modelling Services With Capabilities For Port Design And Planning, Fairways Design, Ship Modelling And Incident Investigation, Study Ship Operations In Restricted Water Conditions And Mooring Operations, Including Tug Operation. It Shall Act As A Platform To Get Used To New Interfaces During Sea Trials. The Software Shall Allow The Designed Own Ship Models And Exercise Areas To Be Loaded Onto The Bridge Simulator. B. Full Mission Engine Room Simulator (fmers) And Mini Er Stations’ Features And Applications, Major Components And Engine Room Simulator Performance Standards 1. Major Components The Full Mission Engine Simulators That Can Be Integrated With Bridge Simulators Shall Consist Of The Following Major Components: A. One (1) Full Mission Engine Room Station (class A Configuration) B. Ten (10) Mini Engine Room Stations (class C Configuration) C. One (1) Server Station D. One (1) Instructor Station E. One (1) Simulator Scenario Development Station F. One (1) Briefing/ Debriefing Station 2. Features And Applications 2.1 The Man Electronic Engine Model Simulates A Suez Max Crude Oil Carrier With A Man Slow Speed Turbo Charged Diesel Engine As Propulsion Unit Modeled With Fixed Propeller. The Main Engine Models Respond Dynamically To Variations In Operation And Conditions Of The Ship Model, And The Ship Models Have Mutual Responses To The Main Engine Models. The Model Is Based On Real Engine Data That Makes The Dynamic Behavior Of The Simulator Close To Real Engine Response. In Addition To The Man Engine, The Vessel Has An Electrical Power Plant Including Three 1125 Kva Diesel Generators And One 250 Kva Emergency Generator. The Steam Plant Includes Two D-type Steam Boilers And One Composite Boiler, 3 Cargo Turbines, Condensing And Feed Water Systems. Control Room Operator Station, Bridge And Steering Panels Are Included. The System Shall Also Be Connected To The High Voltage Engine Simulator. 2.2 The Simulator Engine Models Comply With The Requirements In The Stcw Convention, Regulation 1/12 And Fulfill The Standards Of An Internationally Recognized Classification Society For Maritime Simulator Systems. 2.3 The Simulator Engine Models Shall Include But Not Limited To Rt-flex, Me, Mc, De-df, Xdf Or Equivalent, And Future Fuel Such As But Not Limited To Methanol And Ammonia For Modern Engine Systems. 2.4 The Engine Model Main Specifications High Fidelity Engine Room Systems Shall Include: - Sea & Lt/ht Fresh Water Systems, Incl. Fw Generator - Electrical Power Plant, Incl. Diesel Generators And Power Management - Start & Service Air Compressors, Incl. Compressor Intermediate Coolers And Emergency Compressor - Integrated Automation System, Incl. Vessel Performance Monitor - Steam Plant Incl. D-type Oil Fired Boilers And Combined Exhaust/oil Fired Boiler - Diesel/heavy Fuel/oil Systems, Incl. Hfo, Lshfo And Mdo Tanks, Separators, Viscometers - Lubricating Oil Systems, Incl. Separator - Stern Tube Systems - Steering Gear - Main Engine Control System (man) - Main Engine Remote Control System (ac 600) - Main Engine Maneuvering System - Main Engine Hydraulic Oil System - Main Engine Hydraulic Cylinder Units System - Cylinder Indication Diagrams - Air Ventilation System - Bilge Wells & Bilge Separator - Sewage Treatment Plant - Incinerator Plant - Inert Gas System - Ballast Water Treatment System - Refrigeration System - Ship Loading System - Fire Detection System - Fire Fighting System - Fresh Water Production - Bilge Water And Bilge Separator System - Air Ventilation System - Exhaust Scrubber - Sewage Treatment System - Incinerator System - Mooring Winch - Exhaust And Oil Fired Boilers - Air Condition Plant - Inert Gas System - Remote Co2 Release, Emergency Stops And Quick Release Valves - Emission Control System (water Scrubbing And Me Low Nox Mode) - Future Fuel Such As But Not Limited To Methanol And Ammonia For Modern Engine Systems. 2.5 The Engine Simulator Product Shall Be Able To Address The Following Stcw Competencies And Shall Be Reflected In The Certificate: · Table A-iii/1.1 – Maintain Safe Engineering Watch · Table A-iii/1.3 – Used Of Internal Communication Systems · Table A-iii/1.4 – Operate Main And Auxiliary Machinery And Associated Controls · Table A-iii/1.5 – Operate Fuel, Lubrication, Ballast And Other Pumping Systems And Associated Control Systems · Table A-iii/1.6 – Operate Electrical, Electronic And Control Systems · Table A-iii/2.5 – Manage Operation Of Electrical And Electronic Control Equipment · Table A-iii/1.11 – Maintain Seaworthiness Of The Ship 2.6 Interface To Engine Room High Voltage System - The Engine Room Model Will Be Interfaced To A Corresponding High Voltage Simulator And Gas Turbine Installed In The Academy. 3. Engine Room Simulator Performance Standards 3.1 Physical Realism The Engine Simulator Stations Shall Have The Following Physical Realism: A. Equipment And Consoles Shall Be Installed, Mounted, And Arranged In A Ship-like Manner B. The Control Room Consoles Shall Include Control And Monitoring Of The Main Engine, Auxiliary Engines And Electrical Power Generation, Steam Boiler, Pump, Compressors And All Other Alarms. C. The Remote Monitoring And Control Systems Shall Be In Compliance With The Functional Requirements Of The Classification Societies For Periodically Unattended Machinery Spaces. D. The Main Engine Remote Control Console Shall Include Command Functions And Status Indication Normally Found On Board Ships. E. The Electric Power Generation Shall Be Under Automatic Or Manual Control. Such System Should Be Able To Constantly Monitor Demand And Supply. When Deviation From Pre-set Limits Arises, The System Should Be Able To Act In Order To Normalize The Situation. The System Shall Also Perform Continuous Control Of The Frequency And Load Sharing. F. The Electric Power Supply System Shall Be Operated Either From The Switchboard Or The Power Management System. - Remote Start/stop Of Auxiliary Diesel Generators - Operation For Shaft Generator - Connect/ Disconnect Of All Generators - Automatic And Priority Selection - Non-essential Systems Trip - Constant Frequency Mode - Different Control Modes Of Load Sharing G. The Main Switchboard Shall Be A Full Scale Model Of A Typical Switchboard, And Comprise The Necessary Controls And Indicators Usually Available Of Real Generators. H. The Remote Control And Automation System Must Include Control Of The Following Equipment: - Me Lubricating Oil Pumps - Me Fresh Water Cooling Pumps - Me Sea Water Cooling Pumps - Me Auxiliary Blowers - Fuel Oil System And Pumps - Air Compressors - Steering Gear Pumps - Fire Pump Each Of The Above Individual Units Shall Allow Manual Start And Stop From The Control Room Consoles. It Shall Also Be Possible To Use Automatic Start And Stop Where Applicable. I. The Alarm Monitoring System Shall Consist Of A Typical Shipboard Alarm System. J. An Alarm Shall Be Announced By Sound And By Flashing Light In The Control Room. K. A Printer Or A Computer In The Engine Room Control Shall Be Used As An Alarm Log And Event Log. L. “dead Man Alarm System” The Simulator Shall Have The Following Additional Requirements For Low Speed Engine: M. The Simulated Engine Room Shall As A Minimum Reflect Typical Machinery Found On Merchant Ships. The Following Main Components Shall Be Simulated And All Necessary Sub-systems Included For A Low Speed Engine: - Main Engine Including Turbocharger System - 2 Auxiliary Diesel Generators - Lubrication Oil Separator - Steering Gear System - Fire Pump - Shaft Generator - Cooling Water System Including Freshwater Generation System - Turbo Generator - Fuel Oil Bunkering System - Fuel Oil Settling And Service Systems - 2 Heavy Fuel Oil Separators - 1 Diesel Oil Separator - Steam Generation Plant Including Exhaust And Oil-fired Boilers - Diesel Oil And Heavy Fuel Oil Supply To Main And Auxiliary Engines - Main Engine Operation From Engine Room, Engine Control Room And Bridge - Turbocharger System - Air Ventilation System For Engine And Control Room - Bilge Water System Including Oily Water Treatment Systems - Stern Tube System - Deck Machinery Applicable To The Ship Model - Ballast System - Sewage Treatment System The Simulator Shall Have The Following Additional Requirements For Medium And High Speed Engine: N. The Simulated Engine Room Shall Consist Of Typical Machinery Found On Merchant Ships. The Following Main Components Shall Be Simulated And All Necessary Sub-systems Included For A Medium And High Speed Engine: - One Or More Main Engines - Main Sw System - 2 Auxiliary Engines - Fuel Oil Tanks - Fuel Oil Separator - Lubrication Oil Separator - Main Engine(s), Including: • Fresh Water System • Lubrication System • Turbocharger System • Me Sw System - Reduction Gear System - Controllable Propeller Pitch Were Applicable - Steam Generation System As Applicable - Freshwater Generator - Bilge Wells And Bilge Separation System - 2 Air Compressors - Steering Gear System - Fire Pump - Electrical Power Plant - Deck Machinery Applicable To The Ship Model - Ballast System - Sewage Treatment System The Simulator Shall Have The Following Additional Requirements For Machinery Spaces: O. The Simulated Machinery Spaces Shall At Least Include One Dedicated Room For This Purpose. P. At Least The Following Main Components Of The Machinery Spaces Shall Be Graphically Presented Or Represented By Mock-ups Or In Realistic Visualization (to Illustrate Physical Presence) In The Simulated Machinery Spaces: - Main Engine - Auxiliary Diesel Generators - Steam Boiler - Fire Pump Q. The Facilities For Local Operation In The Simulated Machinery Spaces Shall Consist Of Local Operating Stations For Each System. Each Station Shall Be Furnished With Start/stop (open/closed) Buttons And Status Lights, Various Numbers Of Pressure -, Temperature Indicators, Etc. The Local Operating Stations Shall At Least Give Means To Operate The Following: - Main Engine (me) - Me Lubricating Oil Systems Including Separator - Me Fresh Water Cooling System - Me Sea Water Cooling System - Me Auxiliary Blowers - 2 Auxiliary Diesel Generators - Steam Boiler - Fuel Oil System (diesel And Heavy Fuel Oil) Including Separator - 2 Air Compressors - Steering Gear System - Bilge Water System - Fire Pump R. All Valves Typically Associated With The Operation Of Above Machinery May Be Operated At The Computer Screen In A 3d Visual Form Or Mouse Operated By The Candidate. S. Internal Communication System. 3.2 Behavioral Realism The Engine Simulator Stations Shall Have The Following Behavioral Realism: A. The Simulator Models Shall Be Able To Replicate The Dynamic Behaviour Of The Machinery Systems And All Its Visual Parameters As Well As The Interactions Between The Sub-systems. B. The Simulator Models Shall Simulate The Engine Room Components With Their Procedures, As Well As Modelled Controller Systems (sensors, Controllers, Actuators, And Valves) Connected To The Processes. C. When Simulating Real Equipment The Behaviour Of Such Simulated Equipment Should Behave As Identical Aw Possible As The Original. Critical Parameters Of The Behaviour Shall Be Documented D. The Simulator Model Shall Make Applicable Controllers Available And Adjustable With Regards To Pid (proportional-integral-derivative Controller) Parameters. E. The Simulator Model Shall Provide Facilities To Allow The Injection And Resetting Of Malfunctions At Appropriate Times During Operation As Necessary. F. It Shall Be Possible To Simulate Change In Seawater Temperature And Demonstrate How This Affects The Complete Simulation Model. G. It Shall Be Possible To Simulate A Change In Air Temperature And Demonstrate How This Affects The Complete Simulation Model. H. The Simulator Shall Have All Heat Exchangers Available And Adjustable With Regards To Their Parameters (heat-transfer Factor, Heat Dissipation Area Etc.) I. The Simulator Shall Make All Pumps Available And Adjustable With Regards To Their Parameters (pump Capacity, Wear, Etc.) 3.3 Operating Environment The Engine Simulator Stations Shall Have The Following Operating Environment: A. It Shall Be To Adjust The Noise Level In The Simulated Machinery Spaces Infinite From No Added Noise Up To Minimum 100 Db(a). The Noise Shall Have A Frequency Distribution Typical For Machinery Spaces. Headset Is Provided For Each Workstation. B. It Shall Be Possible To Simulate The Sea Water Temperature At Least Infinite Between +1ºc And +30 ºc. 4. Hardware Requirements 1 Set 4.1 Full Mission Engine Room Simulator A. Engine Control Room Consoles I. Ecr Pump Compressor And Power Management Console 1. 1 X Console 2. 1 X Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 3. 2 X 24 Touch Screen Monitors Ii. Ecr2 Alarm, Monitoring And Remote-control Console: 1. 1 X Console 2. 1 X Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 3. 1 X Keyboard 4. 1 X 24” Touch Screen Monitors 5. 1 X Industrial Tracker Ball Iii. Ecr3 Main Engine Remote Control And Indication Console 1. 2 X Console 2. 1 X Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva F. Surge Protection G. W/ Automatic Voltage Regulator 3. 3 X 24” Touch Screen Monitors 4. 1 X Speed Set Lever For Main Engine Remote Control And 5. Indication Console 6. Dead Man Alarm (dma) 7. Engineers Reset 8. Included Power Relay To Which Illumination In Engine Control Room And Engine Room Can Be Connected, Causing Lights In The Rooms To Go Out During A Blackout To Increase Realism. Iv. Simulated Cctv Touch Monitor 1. 1 X Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 2. 1 X 24 Monitor V. Internal Telephone At The Following Locations 1. Instructors Station 2. Engine Control Room 3. Engine Room 4. Emergency Generator Room Vi. Main Switchboard 1. 14 X At Least 24” Touch Screen Monitors 2. 7 X Computers A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 3. 1 Set Of Speakers 4. Installed In A Switchboard Manner Vii. Engine Room Equipment 1. 4 X Virtual Walkthrough 2. 4 X High Resolution 55” Touchscreen Tv 3. 4 X Computer With Graphics Card A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Rtx 4070 Or Higher E. Window 10/11 Pro 64 Bit 4. 4 X Controller Viii. Local Operating Station Console 1. 1 X Console 2. 1 X Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 3. 1 X Keyboard 4. 1 X 24” Touch Monitor 5. 1 X Industrial Tracker Ball Ix. Engine Room Sound 1. 1 X Sub Woofer 2. 4 X Satellite Speaker X. Alarm Horn And Lamp 1. 1 X Column With Lights And Sirens Xi. Emergency Generator Room 1. 1 X Virtual Walkthrough 2. 1 X High Resolution 55” Touchscreen Tv 3. 1 X Computer With Graphics Card A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Rtx 4070 Or Higher E. Window 10/11 Pro 64 Bit F. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 4. 1 X Controller 5. With Sound System B. 1x Intercom Voip Phone C. All Computers Must Be The Latest Generation This Includes Processors, Memory, Graphics Card And Storage. I. Monitors: Full Hd Resolution Ii. Storage: Solid-state Drive (ssd) Iii. Processor Generation: Must Be From The Latest Generation Of Processors Iv. Graphics: Integrated Graphics Dedicated Gpu If Needed. D. Touchscreens For Durability, Responsiveness, And Multi-touch Support. E. Each Computer Must Be Paired With A Ups Unit Rated For At Least 1.5 Kva And Automatic Voltage Regulation To Handle Voltage Fluctuations. F. B1489:c1503full Mission Simulator Model Contains Large+c1486 Inter Active Mimic Panels Used For Touch Screen Operation. Panel Diagrams Are Based On The Simulated Plants Pipe Line Configuration And Local Control Panels Drawings And Represent The Systems In The Local Side Of The Machinery Spaces. G. Simulated Hardware Panels (shp) Touch Screens H. Full Mission Simulator Model Contains Large Inter Active Mimic Panels Used For Touch Screen Operation. Panel Diagrams Are Based On The Simulated Plants Pipe Line Configuration And Local Control Panels Drawings And Represent The Systems In The Local Side Of The Machinery Spaces. 10 Sets 4.1 Mini Engine Room Simulator A. 1x Computer Specification (minimum Requirement) 1. Intel Core I5-14500 3.3 Ghz Or Above 2. 16 Gb Ram 3. 256 M.2. Ssd 4. Video Card 5. Keyboard/mouse 6. 2x At Least 24" Monitor (touchscreen) 7. Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator B. 1x Table Size: At Least L 1200 X W 800 X H 750 Mm C. 1x Chair D. 1x Intercom Voip Phone 1 Set 4.2 Engine Instructor Station A. Instructor Station I. 1x Computer (minimum Requirements) 1. 3x 24” Monitor 2. Intel Core I5-14500 3.3 Ghz Or Above 3. 16 Gb Ram 4. 256 M.2 Ssd 5. Keyboard/mouse 6. Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator B. 1x Speaker 1. Type: Desktop 2. Port: Mini Jack C. 1x Steel Cabinet W/ Lock 1. Metal Drawer Office Drawer 2. File Cabinet Storage With Wheel D. 1x Printer 1. Laser Printer A4 2. A4 Print Speed Up To 48 Ppm 3. Auto 2-sided (duplex) Printing, 1-line Lcd 4. Wifi, Airprint, Mopria, Wifi Direct, Lan, Usb 2.0 5. Colored Printer E. 1x Intercom Voip Phone 1. 1x Microphone F. Instructor Station Table Specification: G. 11x Two-way Uhf Radiotelephone (walkie-talkie) With Charging Connection H. 1x Table Size: At Least L 1700 X W 700 X H 750 Mm 1. Material: Formica Matt Laminate On Chipboard I. 1x Ergodynamic Chair J. 1x Document Metal Cabinet With Glass Sliding Door 1. Size: 1850x 400mmx 900mm 2. Door Lock K. All Computers Run On Windows 10/11 Pro 64 Bit (license) 1 Set 4.3 Engine Simulator Scenario Development Station A. Scenario Development Station As An Instructor Station Capable Of Deploying Scenarios To Other Stations (bridge And Engine) 1. 1x Computer (minimum Requirements) 2. 2x 24” Monitor 3. Intel Core I5-14500 3.3 Ghz Or Above 4. 16 Gb Ram 5. 256 M.2 Ssd 6. Rtx 4070 Or Higher 7. Keyboard/mouse 8. Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator B. 1x Table Size: At Least L 1200 X W 800 X H 750 Mm I. Material: Formica Matt Laminate On Chipboard Ii. 1x Ergodynamic Chair 1. Software Requirements 5.1 Full Mission Engine Room Simulator The Full Mission Engine Room Simulator Shall Have The Following Software And Controls: · Main Engine Control · Main Engine Remote Control · Power Management System · Emergency Generator · Main Engine Telegraph Including Emergency Stop Control With Printer · Main Air Compressor And Starting Air System · Composite Boiler And Feed Water System · Economizer · Marine Growth Preventive Device (mgpd) · Incinerator Unit · 15 Ppm Bilge Separator And Odm · Local Fire Fighting System For Machinery Space · Fuel Oil And Lube Oil Purifiers · Fuel Oil And Diesel Oil Flow Meter · Auto Back Wash Filter · Oil Mist Detector · Electrical Power Supply · Electrical Lighting System · Fresh Water Generator · Sewage Treatment Plant · Viscosity Meter · Emergency Fire Pump · Main Engine Scavenging Air Cooler · Main Engine Turbocharger · Dead Man Alarm · Air Condition System · Refrigeration System · Ballasting System · Bunkering Operation · Fuel And Diesel Oil Transferring · Heat Exchanger · Stern Tube Bearing And Oil Seal Device · Tanks · Valves · Pumps · Information Indicators For: - Propeller Revolutions (actual And Desired) - Main Engine Rpm - Main Engine Revolution In The Case Of Reduction Geared Engine - Propeller Pitch In The Case Of Controllable Pitch Propeller - Main Air Reservoirs - Staring Air 5.2 Mini Engine Room Simulator The Mini Engine Room Simulator Shall Have The Following Software And Controls: · Main Engine Control · Main Engine Remote Control · Power Management System · Emergency Generator · Main Engine Telegraph Including Emergency Stop Control With Printer · Main Air Compressor And Starting Air System · Composite Boiler And Feed Water System · Economizer · Marine Growth Preventive Device (mgpd) · Incinerator Unit · 15 Ppm Bilge Separator And Odm · Local Fire Fighting System For Machinery Space · Fuel Oil And Lube Oil Purifiers · Fuel Oil And Diesel Oil Flow Meter · Auto Back Wash Filter · Oil Mist Detector · Electrical Power Supply · Electrical Lighting System · Fresh Water Generator · Sewage Treatment Plant · Viscosity Meter · Emergency Fire Pump · Main Engine Scavenging Air Cooler · Main Engine Turbocharger · Dead Man Alarm · Air Condition System · Refrigeration System · Ballasting System · Bunkering Operation · Fuel And Diesel Oil Transferring · Heat Exchanger · Stern Tube Bearing And Oil Seal Device · Tanks · Valves · Pumps · Information Indicators For: - Propeller Revolutions (actual And Desired) - Main Engine Rpm - Main Engine Revolution In The Case Of Reduction Geared Engine - Propeller Pitch In The Case Of Controllable Pitch Propeller - Main Air Reservoirs - Staring Air 5.3 Instructor Station 1. The Instructor Workstation Is An Integral Part Of The Simulator And Is Designed To Control The Training Complex, Design (develop) Exercises, Perform Exercises In Real Time, Control Exercise Performance By Trainees, Change Environmental Conditions And Sailing Circumstances, As Well As Enter Own Ship Failure Variables, Document, And Archive The Activity Of The Engine Involved In The Exercise 2. Engine Room Instructor, Monitoring, And Assessment System. 3. All Visual Exercise Areas Available In The Database Of The Simulator (provided With Polar Areas) 4. Changing Operational And Ambient Conditions 5. Setting Faults And Deteriorations, Single Or In Series 6. Simulate Leakages In Liquefied Lines And Tank Bulkheads 7. Resetting Faults 8. Logging Events And Alarms 9. General System Communication 10. Engine Room Simulator (ers) Includes Comprehensive Instructor Communication Links That Allow Him To: A. Pre-program And Store Situations B. Develop And Test New Training Programs C. Change Operational And Ambient Conditions D. Freeze Current Situations For Discussions And Clarifications With The Trainees E. Setting Of Single Faults Or Automatic Sequential Fault 11. Instructor Computer Functionality: A. All Configurations Includes Well Proven Models B. Load Simulation Model On Each Station C. Run Simulation D. Freeze Simulation E. Stop Simulation F. Load Initial Conditions G. Create New Initial Conditions H. Students Can Run The Simulation Independently I. Insertion Of Malfunctions J. Access To Alarm List K. Power-up All Student Stations L. Recording Of The Complete Exercise M. Replay The Whole Exercises N. Go Back To Any Point In Time For Restart O. Create Exercises Including Initial Conditions P. Deploy Exercises To Student Stations Q. Centralized Run/freeze Control Of All Student Stations R. Connect Student Stations In Clusters For Team Training S. Send Instant Messages To Student(s) T. Send Instant Actions (malfunctions Or Events) U. Recording Of The Complete Exercise V. Power Shut-down Of Student Stations W. Student Station (access) Configuration X. Exercise Development, Incl. Triggers And Actions Y. E-coach, Electronic Guidance System To Students Z. Assessment 12. Monitor And Control The Students In The Classroom (or Full Mission Simulator). Instructors Can Tailor The View According To The Site Layout. 13. Start Exercises In The Classroom 14. Run/pause Exercises In The Classroom 15. “client Connect” To Exercises In The Classroom 16. Set Up Groups For Team Training 17. New Exercise Structure A. Exercise Structure Comprises: Initial Condition And Scenario Modules Based On: I. Triggers Ii. E-coach Messages Iii. Actions Iv. Assessment B. Instructor-controlled Configuration For Each Of The Student Stations I. Configuration Of Stations Is Part Of The Exercise. It Is Possible To Add New Stations To An Ongoing Exercise “on The Fly” Trigger Overview C. Trigger Overview I. Displays The State (active/not Active) Of All The Triggers In The Module. Displays Users Of The Trigger (other Triggers, Actions, Assessment And E-coach Messages) Link To Editors Instructor Control Of Triggers (on The Fly). D. Logic Block Based Trigger Editor I. Building Block Used In Coach Messages, Actions And Assessments Graphical Editor Flexible And Powerful Calculates Output (true/false) Based On Input And Logic Blocks. Configurable Input. E. E-coach Overview I. Displays The State (sent/ Not Sent) Of All Coach Messages Link To Trigger And Message Editor Possible For The Instructor To Disable Messages. F. Action And Malfunction Editor I. Activated By Trigger: 1. Additional Triggers To Specify On/off Conditions For The Criterion 2. It Is Possible To Select Between Different Types Of Scoring (illustrated Graphically). It Is Possible To Define “critical” Criteria Malfunction Introduced As On/off. 3. The Instructor Can Freely Decide When And For How Long The Malfunction Shall Be Activated. 4. Malfunction Introduced Where Intensity And Duration Is Randomly Selected 5. Malfunction Introduced As A Repeating Sine Shape, Where Amplitude And Time Period Is Adjustable G. Assessment Overview I. Overview Of All Assessment Criteria Calculates Total Score Instructor Can Define Parameters For Overall Scoring Pass And Fail Evaluation Is Completely Based On Objective Criteria. 5.4 Simulator Scenario Development Station 1. The Simulator Scenario Development Station Shall Be Integrated With All Engine Stations And Instructor Stations, And Can Act As An Instructor Station Capable Of Deploying Scenarios To Other Stations (bridge And Engine) 2. The Simulator Scenario Development Station Shall Have The Same Software And Control Capabilities As The Instructor Station. (see Section B 5.5.3) 2 Sets A. Briefing/ Debriefing Station For Bridge And Engine A. 1x Computer (minimum Requirements) 1. 1 X Desktop Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 500gb Ssd D. 1x Keyboard/mouse 2. 1x Ups 1kva 3. 1x Desktop Speaker 4. 1x W/ Computer Table Size: At Least L 1700 X W 700 X H 750 Mm 5. Briefing And Debriefing Rooms With Playback Capability (playing Of Recorded Exercise And Assessment In Simulator B. 1x Intercom Voip Phone C. 25x Chairs D. 1x Solid Round Table (at Least 6100 X 1220 Mm) (for Bridge Briefing/debriefing) I. (metal Legs With Laminate Board Or Solid Wood Table) E. 1x Solid Round Table (at Least 4880 X 1220 Mm) (for Engine Briefing/debriefing) I. (metal Legs With Laminate Board Or Solid Wood Table) F. 1x 65” Smartclassroom Interactive Tv I. Display: 65" 4k Uhd, 20-point Multi-touch, Anti-blue Light, Anti-glare Ii. Writing: Dedicated Stylus Pen, 25 Ms Latency, Multi-gesture Erasing Iii. Connectivity: Usb Type-c, Usb Type-a 3.0, Hdmi, Rj45 Iv. Projection: Hdmi/type-c Cable, Application V. System: Android And Windows Support Vi. Ai Features: Intelligent Collaboration, Interactive Teaching Vii. Accessories: Stylus Pens, Optional Ops Module, Rolling Stand, Wall-mounted Bracket, Viii. 10mters Hdmi Cable. Ix. Wide Angle Camera X. Interactive Teaching Endpoint G. 2x Bridge And 2x Engine) Hardware For Virtual Bridge Familiarization (minimum Requirements) 1. Display: A. Type: Lcd B. Resolution: 2064 X 2208 Per Eye C. Refresh Rate: 120 Hz D. Field Of View: E. Horizontal: 97 Degrees F. Vertical: 93 Degrees 2. Processor: A. Chipset: Qualcomm Snapdragon Xr2 Gen 2 3. Ram: 12gb 4. Storage: A. 128gb 5. Audio: 6. Hand Tracking: Improved Hand Tracking Capability 7. Controllers: A. Type: Meta Touch Pro Controllers B. Features: Haptic Feedback, Improved Ergonomics, Rechargeable Batteries 8. Battery: A. Headset: Approximately 2-3 Hours Of Active Use B. Charging: Usb-c Fast Charging 9. Connectivity: A. Wireless: Wi-fi 6e Support B. Bluetooth: 5.2 10. Inclusions: A. Headset B. Touch Pro Controllers (pair) C. Charging Cable (usb-c) D. Power Adapter W/ Extra 1 Battery Each E. Controller Lanyards F. Glasses Spacer Ii. Add On’s: 1. 2x Strap With Battery 2. 8x Silicone Cover Face Cover 3. 4x Silicone Protective Case 4. 8x Silicone Case For Controller 5. 3 Row Vr Storage Cabinet With Lock. H. The Virtual Reality Bridge Must Be Complete With Hotspots, Identification Tags And Descriptions. It Shall Also Be Available On An Offline System, Navigable. I. Playback Capability With The Following Functions: B. Loading A Previously Created Exercise On A Chart Or In Engine Room; C. Playing The Exercise To Explain The Task; D. Uploading A Sample Log Of The Same Exercise To Explain The Correct Actions. A. Virtual Bridge Familiarization W/ Virtual Reality Device The Vr System Aims To Simulate The Overhauling Process, Enabling Immersive, Hands-on Learning And Pre-assessment Without Direct Physical Intervention On The Engine. This Approach Will Enhance Technical Skills, Reduce Risk, And Improve Efficiency In Real-world Engine Maintenance And Overhauling. The Supplier Shall Provide A Virtual Bridge And Engine With The Use Of Virtual Reality Providing The Following Visualizations: 1. Bridge Wing Equipment 2. Speaker Mic 3. Rate Of Turn 4. Engine Rpm 5. Quick Release Lifebouy 6. Remote Panel 7. Gyro Compass Repeater 8. Fire Box 9. Hatch For Maintenance 10. Thermometer Ii. Main Bridge 1. Epirb 2. Sart 3. Clear View Screen 4. Location Of Fire Extinguishers 5. Pantry With Equipment 6. Pilot Chair 7. Smoke Detectors 8. Damage Control Plans 9. Radar 1 And 2 And 3 10. Gps With Other Equipment 11. Helm Wheel 12. Indicator Control 13. Deck Light Control 14. Admiralty And Other Maritime Publications 15. Fireplan 16. Rudder Angle Indicator 17. Voice Recorder 18. Whistle Horn 19. Water Tight Door Indicators 20. Window Wipers 21. Pa Systems 22. Cargo Hold Fan Control 23. Smoke Alarm System 24. Fire Alarm System 25. General Alarm System 26. Vhf System 27. Log Books And Other Documentation 28. Ecdis Voyage Planner 29. Pressure Recorder 30. Portable Uhfs 31. Lifejackets, Rocket Flare, And Rocket Line 32. Location Of Immersion Suits 33. Barometer 34. Utc Clock 35. Radio Room Configuration 36. Posters 37. Charts 38. Compass Deck / Monkey Island 39. Radar Equipment 40. Antennas 41. Anemometer 42. And Other Equipment On The Monkey Bridge Iii. The Me-b Main Engine Vr Overhauling System Cover The Following Features Full-scale, Interactive Models Allowing For A Detailed Exploration Of All Engine Components, Including: Iv. Connection Rod & Crosshead Assembly V. Stuffing Box Assembly Vi. Piston Assembly Vii. Cylinder Liner Assembly Viii. Cylinder Cover Assembly Ix. Exhaust Valve Assembly X. The Vr Simulation Guides Users Through Disassembling, Inspecting, And Reassembling The Exhaust Valve, Focusing On Critical Tasks Like Checking Valve Seats, Spindle Condition, And Wear On Sealing Surfaces. Users Can Also Simulate Tasks Such As Lapping The Valve, Inspecting Hydraulic Actuators, And Ensuring Proper Seating Of The Valve During Reassembly. 1 Set B. Server Station For Bridge And Engine A. 2x Set Computer (minimum Requirements) 1. Intel Xeon E5 -2620 2. 16 Gb Ram 3. 4x 500 Ssd 4. 2x 1gbit Network Card 5. Windows Server 2019/2022 R2 Standard 6. Rack Mounted B. 1x Nas And Exercise Server 1. 4 Bay Nas Disk Station Quadcore Processor 2. 4x 4 Tb Hdd C. 1 Pc Rack For All Tower Pc’s (visual) D. 2x Server Rack 1. Server Rack At Least 42u 2. W/ Fan 3. Power Strip And Shelves E. 1x Ups 1. 5kva (5kw) 2. Sealed Lead-acid (sla) Or Lithium-ion 3. Output Voltage: 230v Ac 4. Surge Protection 5. Stabilizes Incoming Voltage Without Switching To Battery Mode F. 2x Kvm Switch 1. 16-port Ps2 Usb Combo 2. Supports Vga, Svga, Hdmi 3. Mouse And Keyboard 4. Remote Monitoring Kit 1 Set D. Network And Cctv A. Network Switch 1. Manage Network Switch Specifications: 2. 4x 24 Ports 10/100/1000mbps Rj45 Ports Poe/poe+ 3. 1x 48 X 1ge Rj45 Ports, 4 X 10ge Sfp+ Ports, Poe/poe+ 4. 4x 10g Sfp Multimode Transceiver B. Network Access Point 1. 7x Dual-radio, Wi-fi 6 (802.11ax) A) 1 X 10/100/1000base-t Ethernet Port B) Combined Peak Data Rate Of 2.976 Gbps: C) 2.4 Ghz Band: Up To 574 Mbps D) 5 Ghz Band: Up To 2.402 Gbps E) Same Brand To The Existing Access Point C. Set Cctv Monitoring 1. 1x Nvr At Least 32 Channel 2. 25x 6 Mp Fixed Dome Network Camera With Mic 3. 4x 6 Mp Fixed Outdoor Network Camera 4. 3x 6tb Storage (design For Cctv) Ii. 2x Smart Tv 55” Tv Led For Cctv (bridge And Engine View) Iii. 2x Desktop Computer 1. Intel Core I5-14500 3.3 Ghz Or Above 2. 16 Gb Ram 3. 500gb M.2 Ssd 4. Ups 1.5kva 5. Keyboard And Mouse 6. 1 X Hdmi Cable 5 Mtrs 7. 1 X Desktop Speaker D. Network Requirements: I. 94x Lan Port Ii. 1x Lot: Of Upvc, Conduit, Pull Box, Fittings, Hanger, And Support And Other Materials If Needed. Including Utp Cat6 Shielded Pure Copper, Fiber Optic Cable, Patch Panels. Iii. Installation, Engineering Labor For Entire Project. Iv. Cable Laying, Labeling, Harnessing V. Mobilization And Di-mobilization Vi. All Cabling Will Be Endpoint At Server Room (back Of Full Mission Bridge Simulator) E. Structured Cabling Systems Standard I. Stations Must Include Lan Outlets And Patch Cords. Ii. Backbone Cabling Will Be Using The Cable Tray For Lan Distribution. Iii. Lan Outlets Must Have Network Labeling Iv. Patch Panels Are Required E. Information Display A. 1x 70” Information Board 4k 1. Operating System: Android 11+ Or Windows 11 2. Wireless Wi-fi 3. Hdmi Ports 4. Usb Ports 5. Lan Port Ii. Wall Mounted. Iii. 1x Hdmi 10meters Iv. Software: 1. Content Management System (cms): Built-in Software For Scheduling And Managing Advertisements Remotely 2. Media Playback: Supports Image, Video, And Dynamic Content (mp4, Jpeg, Png, Etc.) 3. Split Screen: Ability To Display Multiple Ads Or Information Zones Simultaneously B. Acrylic Signage I. Acrylic Signage For Full Mission Bridge Simulator 1. 1x Full Mission Bridge Simulator 2. 1x Instructor Station 3. 1x Scenario Development Station 4. 1x Unauthorized Personnel Keep Out 5. 4x Fire Exit 6. 2x Fire Extinguisher 7. 1x No Foods, Drinks, Cellphone Allowed Inside The Simulator 8. 2x Ongoing Assessment 9. 1x Pmma Simulator Building (big Font For The Entrance) Ii. Acrylic Signage For Mini Bridge Simulator A) 1x Bridge Simulator B) 7x Mini Bridge Simulator (station 1 To 7) C) 1x Instructor Station D) 1x Unauthorized Personnel Keep Out E) 4x Fire Exit F) 7x Fire Extinguisher G) 1x No Foods, Drinks, Cellphones Allowed Inside The Simulator H) 7x Push Or Pull I) 1x Entrance Iii. Acrylic Signage For Full Mission Engine Room Simulator 1. 1x Engine Simulator 2. 1x Instructor Station 3. 1x Scenario Development Station 4. 1x Unauthorized Personnel Keep Out 5. 4x Fire Exit 6. 2x Fire Extinguisher 7. 1x No Foods, Drinks, Cellphone Allowed Inside The Simulator 8. 2x Ongoing Assessment 9. 1x Switch Board Panel 10. 1x Engine Room View 11. 1x Local Operating System 12. 1x Engine Control Room Console Iv. Acrylic Signage For Mini Engine Simulator 1. 10x Mini Engine Simulator (station 1 To 10) 2. 1x Instructor Station 3. 1x Scenario Development Station 4. 1x Unauthorized Personnel Keep Out 5. 4x Fire Exit 6. 2x Fire Extinguisher 7. 10x No Foods, Drinks, Cellphone Allowed Inside The Simulator 8. 2x Ongoing Assessment 9. 1x Entrance V. Acrylic Signage 1. 2x Briefing/ Debriefing 2. 2x Instructor Computer G. Civil Works I. Other General Requirements 1 Ea. Project Billboard/signboard 1 L.s Occupational Safety And Health Program 1 L.s Mobilization/demobilization Ii. Civil, Mechanical, Electrical, & Sanitary/plumbing Works Part A. Earthworks 1 L.s Removal Of Structures And Obstruction Part C. Finishings And Other Civil Works 36.89 M² Ceiling, Metal Frame Pvc 36.89 M² Wall, Metal Frame, Fiber Cement Board 6mm 16.2 M² Wall (pvc) 50.58 M² Tempered Glass Door,12mm, Reflective 28.26 M² Tempered Glass Wall/barriers,etc.(10mm) 23.04 M² Aluminum Glass Window 8.1 M² Doors, Solid Panel 1 L.s Granite Tiles 406.28 M² Acoustal Ceiling Panel 912.86 M² Painting Works, Masonry/concrete 4.05 M² Painting Works, Wood 249.38 M² 100mm Chb Nonload Bearing (including Reinforcing Steel) 167.66 M² Plain Cement Plaster Finish 80 M² Floor Tiles, Rubber, On Finish Floor 54.94 M² Floor Tiles, Rubber, On Raised Floor System 206.14 M² Floor Tiles, Spc Flanks, Click On Part D. Electrical 1 L.s Panelboard With Main And Branch Breakers 1 L.s Wires And Wiring Devices 1 L.s Lighting Fixtures And Lamps 1 L.s Conduit, Boxes, And Fittings 1 L.s Pole Mounted Power Transformer (oisc) 1 L.s Network Cabling 1 L.s. Door Access And Card Reader Sytem Part E. Mechanical 1 L.s. Airconditioning, Package/split Type H. Other Furnitures And Equipments Vip/student Lounge And Simulator Furnitures 2 Set Vip Sofa, Wood, (1pc 3 Seat, 2pc 1seat, 1 Center Table, 2 Side Table) 6 Set Student Table With 4 Chair 1 Unit Coffee Percolator, 15 Liter 1 Unit Water Dispenser, Bottom Load 4 Pcs Barstool 11 Pcs Korean Blinds - 3mw X 2.7mh 11 Pcs Korean Blinds - 2mw X 2.7mh 6 Set Black Curtains With Curtain Rod - Asstd Size (verify On Site) 1 Pc Conference Table, Deck - 4.88m X 1.22m 1 Pc Conference Table, Engine - 6.10m X 1.22m 48 Pcs Conference Chair 2 Set Instructor Table And Chair I. Terms And Conditions 1. A 3-year Warranty Requirement For Computer Hardware And Console Peripherals. The Replacement Of Defective Computer Hardware And Consoles By The Supplier Shall Be Free Of Charge. Mobilization, Lodging, Labor, Spare Parts, And Other Material Expenses On Site Shall Be Covered Within The Warranty Period. 2. The Full Mission Bridge And Engine Simulator Area Shall Have An Industrial Grade, Heavy Duty Rubber Mat Flooring With Anti-skid/anti Slip Shock Resistant Coin/ Round Stud Design. 3. The Software Comes With A 3-year Warranty Inclusive Of New Simulator Software Updates Along With Compatible Computer Hardware. 4. The Prospective Bidder Shall Prepare A 3d Drawing Perspective For The Class A Full Mission Bridge Station With 270° Visual, 7 Class B 120° Visual Mini Bridge Station, Class A Full Mission Engine, 10 Class C Mini-engine Stations, Server Station, Instructor Station, 2 Briefing And Debriefing Station, Based On The Overview Layout Floor Plan Of The Simulator Site Building. The Drawings Shall Be Submitted As Part Of The Bidding Document. 5. The Project Shall Be Implemented Within 150 Cd. Liquidating Damages Will Be Applicable For Any Delays. 6. A Comprehensive Guide Shall Be Provided, Offering Detailed Instructions On System Operation And Maintenance Activities, Facilitating Ease Of Use And System Upkeep. 7. Onsite Training Sessions Shall Be Conducted By Certified Instructors And Technical Experts, Facilitating Smooth Knowledge Transfer And Ensuring Proficient System Operation Before The Acceptance Of Completed Project. Certificates Shall Be Provided Upon Completion Of The Training Sessions. 8. Structured Cabling Standards To Establish A Reliable And Efficient Network Infrastructure. 9. The Simulator Manufacturer Should Be An Iso 9001:2015 And Iso 14001:2015 Certified Business. 10. The Simulator Should Be Certified By An Internationally Recognized Classification Society And May Also Be Certified By National Authorities. 11. The Software Must Be Perpetual License. 12. The Supplier Shall Conduct An Annual Face-to-face Maintenance Session With Quarterly Health Checks In Between (remote/ Face-to-face) To Ensure The System's Optimal Functionality And Performance. 13. The Supplier Must Resolve Any Software Or Hardware Issues Within 2 To 5 Business Days Of Their Occurrence To Minimize Downtime And Disruptions. 14. All Hardware Installations Must Adhere To Software Specifications To Guarantee Seamless Integration And Operation. 15. The Computer Hardware Supplied Must Be Sourced From Proven Technology Hardware Companies, Quality And Performance Standards To Ensure Optimal Functionality And Compatibility With The Software. 16. Bidders Are Required To Offer Continuous Retraining Sessions Free Of Charge During The Warranty Period To Ensure Users' Proficiency With The System. 17. Bidders Should Provide Manufacturer Authorization Or Exclusivity Certificate To Ensure The Authenticity And Legality Of The Supplied Products. 18. The Bidder Is Responsible For Performing A Thorough Site Inspection, And A Site Inspection Certificate Issued By The Agency Shall Be Submitted As Part Of The Eligibility Requirements. 19. The Bridge Simulator Shall Be Integrated With The Engine Simulator Ensuring Compatibility And Functionality. 20. All Simulator Stations Can Connect And Enable Them To Interact With Each Other In A Coordinated Scenario. 21. The Simulator Scenario Development Station Shall Be Capable, The Same As An Instructor Station Capable Of Deploying Scenarios To Other Stations. 22. All Other Simulator Specifications And Capabilities Not Indicated Herein, The Simulator Shall Comply With The Simulator Performance Standards As Required In Maritime Industry Authority (marina) Evaluation Instrument For Full Mission Bridge And Engine Simulator. 23. The Bidders Should Provide A Breakdown Of The Unit Prices Of The Major Components In The Original Of Duly Signed And Accomplished Price Schedule(s) Under Financial Component Envelope Upon Bid Submission. Furthermore, They Should Provide A More Detailed Breakdown As A Condition For Issuance Of Notice To Proceed. 24. The Winning Bidder Shall Submit The Following Documents Before The Approval Of The Certificate Of Acceptance: · Warranty Certificate For The Bridge Simulator · Warranty Certificate For The Engine Room Simulator · Certificate Of Ownership To Philippine Merchant Marine Academy For The Installed Bridge Simulator Reflecting The License Key · Certificate Of Ownership To Philippine Merchant Marine Academy For The Installed Engine Room Simulator Reflecting The License Key · Soft Copy Of The User’s Manual, Instructor’s Manual, Technical Installation And Maintenance Manual For Newly Installed Bridge And Engine Simulators · Hard Copy Of The User’s Manual (5 Copies), Instructor’s Manual (5 Copies), Technical And Maintenance Manual (5 Copies) Each For Newly Installed Bridge And Engine Simulators 25. The Winning Bidder Shall Conduct Operational Training On The Use Of The Simulators For Instructors And End Users Before The Approval Of The Certificate Of Acceptance. A Training Certificate Shall Be Issued After The Training. 26. The Winning Bidder Shall Conduct Training On Equipment Troubleshooting And Maintenance For Technical Support Personnel Before The Approval Of The Certificate Of Acceptance. A Certificate Shall Be Issued After The Training. "27. Key Personnel For Civil Works Contractor Key Personnel. The Bidder Shall Employ The Minimum Key Personnel As Proposed During The Submission Of The Bid, As Exhibited Under Its Submitted Technical Documents. The Construction Team Shall Have A Project Manager, Safety Officer, Electricians, Masons, Carpenters And Laborers. At The Minimum, The Project Team Shall Compose Of The Following Key Personnel: • One (1) Project Manager/engineer 5yrs Relevant Experience • One (1) Safety Officer 3yrs Relevant Experience • One (1) Construction Foreman 5yrs Relevant Experience For Personnel That Are Not Regular Or Non-organic Employees Of The Bidder’s Company And To Be Nominated For Position In The Project Team, A Duly Notarized Undertaking Or Agreement Shall Be Submitted Together With The Resume Of The Personnel Stating That The Services Of The Nominated Personnel Shall Be Engaged By The Bidder And The Nominated Personnel Accepts The Said Engagement For The Duration And Until Completion Of The Project." *****nothing Follows***
Closing Date10 Jun 2025
Tender AmountPHP 79.9 Million (USD 1.4 Million)

DEFENSE HEALTH AGENCY DHA USA Tender

Software and IT Solutions
United States
Details: The U.s Army Medical Research Acquisition Activity (usamraa) In Support Of Defense Heath Agency (dha), Picture Archiving And Communication Systems (pacs) Program Management Office (pmo), J-6 Is Seeking Interested Parties To Assert And Explain Their Capability To Satisfy The Requirement Described. In An Attempt To Promote Full And Open Competition Usamraa Is Issuing A Request For Information (rfi) To Seek Businesses Under The North American Industry Classification System (naics) Code 513210- Software Publishers And Product And Service Code (psc) 7b22 It And Telecom, Computer Servers (hardware And Perpetual License Software). system For Award Management (sam) Registration Is Mandatory (www.sam.gov). It Is Anticipated The Type Of Contract Will Be A Firm Fixed Price. this Is Not A Request For Quotation (rfq). It Is Not To Be Construed As A Formal Solicitation Or An Obligation On The Part Of The Government To Acquire Any Products Or Services. The Information Requested By This Rfi, Will Be Used Within Usamraa/ Dha To Facilitate Decision Making And Will Not Be Disclosed Outside Of Usamraa /dha. Any Information Provided To The Government Is Strictly Voluntary And Will Be Provided At No Cost To The Government. this Rfi Is For Fact Finding And Planning Purposes Only. The Information Will Be Used In Conducting Market Research To Identify Qualified, Experienced, And Interested Potential Small Business Sources In Support Of The Government’s Requirements In Accordance With The Attached Minimum Essential Characteristics (mecs). The Mecs Are Subject To Change Prior To A Formal Solicitation Release. The Government Reserves The Right To Decide Whether Or Not A Small Business Set-aside Is Appropriate Based On Responses To This Notice. Contractors Are Encouraged To Inform The Government Of Any Barriers That Would Prohibit Them From Competing. Contact With Government Personnel, Other Than Those Specified In The Rfi, By Potential Offerors Or Their Employee’s Regarding This Requirement Is Not Permitted. background. dha Is Finalizing The Consolidation Of Site Local Pacs To A Hub And Spoke Model Throughout The Enterprise. Currently, Dha Has 12 Hub Pacs Strategically Located Within The Dha Pacs Enterprise. Additionally, There Are 50 Spoke Sites With Downtime Servers. Dha Pacs Locations Are Currently Utilizing Terarecon, Vitrea, Syngo Via, Dynacad And Radlink 3d Advanced Imaging Software Solutions. the New 3d Advanced Imaging Software System Will Meet Industry Performance Standards, Offer The Necessary Redundancy And Contingency Features To Meet Dha Needs, And Provide State-of-the-art Technology Enhancements To Improve User Experience And Minimize Service Disruption. the Contractor Shall Provide All Personnel, Equipment, Supplies, Transportation, Tools, Materials, Supervision, And Other Items To Provide As Necessary For Dha To Transition From Local Pacs Or Hub Pacs Solution (s) To A Single Enterprise 3d Advanced Imaging Software Solution Integrated With Current Pacs Vendors. vendors Are Encouraged To Submit The Following Highly Desirable Information In Response To This Rfi: a). The Requirement Is For A Single Enterprise Advanced Visualization. Please Provide Details And Diagrams Demonstrating The Configuration Of The Single Enterprise Solution. The Solution Must Be Capable To Support The 12 Current Hub Picture Archiving And Communication System (pacs). b). Confirm Your Solution Has Been Tested And Validated Fully Integrated To The Agfa And Fuji Client Desktops. The Solution Must L Launch From Within The Pacs. c). Provide A Full Implementation Plan Detailing Timelines To Complete The Implementation Of The Enterprise Solution Within 12 Months Of Contract Award. d). Provide The Emass Id And Expiration Date For The Dha Level Authority To Operate (ato) For The Solution. Site Level Atos Cannot Be Used For Enterprise Solutions Managed Centrally. e) Confirm The Following Clinical Requirements Are Presently Commercially Available For Nuclear Medicine: system Must Be Capable Of Providing A Consistent Workflow For Sirt (selective Internal Radiation Therapy) To Include The Ability To Perform Dose Planning To Determine Activity Required To Achieve A Therapeutic Dose And Process Dose Verification To Assess Radioactive Spheres To Confirm Location Of The Administration Of The Therapeutic Dose. system Must Be Capable Of Performing Brain Quantification Measurements On Brain Spect And Brain Pet Images, Along With The Capability To Compare To A Normative Database For Brain Metabolism- Fdg (fluorodeoxyglucose) Pet Images. Could Include Overlay Of Subtraction Image With Mr Scan For Subtraction Analysis. system Should Be Capable Of Calculating Dose Distribution For The Whole Body Or A Single Organ And Provide A Voxel-wise Dose Distribution Calculation. f). Confirm The Following Clinical Requirement Is Commercially Available For Ct Perfusion (cpt): algorithm That Detects Aneurysms In Ctas. if Your Firm Is Capable Of Providing The Requirements Described In The Draft Mecs, Please Provide A Capability Statement To Mr. Jessee Chege At Jessee.t.chege.civ@health.mil. A Vendor Responding To This Rfi With Generic Material Only, Such As Brochures, Advertisements Or Other Generic Material, Is Highly Discouraged. No Questions Will Be Entertained At This Time. responses responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Should Your Firm Desire To Submit A Capability Statement, It Should Demonstrate The Offeror's Experience And Expertise To Provide The Services Identified In The Draft Mecs Within The Time Frame Required. parties May Begin Submitting Responses To This Request For Information Immediately. If The Information Provided Contains Propriety Information, Such Information Must Be Clearly Identified With Appropriate Disclaimers. capability Statements In Microsoft Word For Office Or Portable Document Format (pdf) Are Due No Later Than 7 May 2025 At 1:00 Pm Et. Rfi Responses Shall Be Limited To Ten (10) Pages, Not Including Cover And Administrative Pages And Submitted Via E-mail To Jessee.t.chege.civ@health.mil. Responses Shall Be Written Using A 10-point Font Size Or Larger. Statements Should Not Exceed 10 Pages In Length, Excluding Cover And Administrative Pages. the Subject Line Of The Email Should Read As Follows “rfi: Ht9425-25-rfi-jc01, Advanced 3d Imaging Software System.” responses Should Appear On Company Letterhead And Includes Affirmation Of Active Registration In The System Of Award Management (sam), Your Qualifications And Any Other Applicable Data Or Information. Additionally, Respondents Should Indicate Whether They Are A Large Business, Small Business, Small Disadvantaged Business, 8(a) Concern, Woman-owned Small Business, Hubzone, Service-disabled Veteran-owned Small Business, Or Qualify As Socially Or Economically Disadvantaged. this Is Not A Solicitation Announcement Or Request For Quotation And No Contract Will Be Awarded From This Announcement.
Closing Date7 May 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Software and IT Solutions
United States
Details: The Lhd/a Machinery Control Systems Are Currently Experiencing Obsolescence Issues With Respect To Both Their Hardware/computer Software Configuration Items (hwci/csci) That Will Require A Technology Refresh And Re-engineering To Sustain Shipboard Tactical Operations. Historically, The Mcs Configuration Included North Atlantic Industries (nai) Brand Name 6u Versa Module Europa (vme) Multifunction I/o Cards, Specifically The 64g5 Card. The Legacy Nai 64g5 Card Has Reached End Of Life And Are No Longer Supported. In Order To Address Availability And Obsolescence Issues, Mcs Tech Refresh Is Transitioning From The Legacy Versa Module Europa (vme) Chassis Design, Which Hosts The I/o Cards, To A Vme Peripheral Component Interconnect With Extents For Both Buses Standards (vpx) Chassis Design. The Nai 68g5 I/o Cards, Listed In This Requisition, Are Required To Support The Lhd/a Mcs Tech Refresh As They Are Compatible With The Modernized Vpx Chassis, Compliant With The Vpx Chassis Backplane Pin-out Structure And Provide Increased Functionality And Supportability Compared To The Legacy I/o Cards. this Sources Sought Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential Firms Capable Of Providing The Supplies/services Described Herein Prior To Determining The Method Of Acquisition. capability Statements: interested Businesses Are Invited To Submit Capability Statements, Not To Exceed 5 Double Spaced, Single-sided Pages In Length, Demonstrating Their Ability To Fulfill This Requirement. Capability Statements Must Address, At A Minimum The Following: section 1: Introduction. Identify The Sources Sought Number And Title section 2: Corporate Description. name Of Company And Address prime Contract Number ownership, Including Whether: Small, Small Disadvantaged Business (sdb), 8(a), Women-owned Small Business (wosb), Hubzone, Or Service Disabled Veteran-owned Small Business (sdvosb) points Of Contact, Including: Name, Title, Phone, And E-mail Address cage Code And Duns Number (1) A Complete Description Of The Offeror’s Capabilities (including Technical, Program Management, Prototyping, Etc.) Related Experience, Facilities, Techniques, Or Unique Combination Of Factors That Would Directly Relate To The Government’s Objectives As Stated In The Attached Pws, (2) The Qualifications, Capabilities, And Experiences Of Contractor Employees, Who Would Be Available To Support This Effort, (3) Demonstrated Ability To Obtain Security Clearances At The Time Of Contract Award Or Within 45 Days For All Personnel Expected To Provide Support In Accordance With The Above Requirement; section 3. Past/current Performance. Suggested Language: Provide One (1) Example Of Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described In The Draft Sow. section 4. Technical Response. Provide A Detailed Technical Response That Addresses The Tasks Identified In The Draft Sow. Information Should Include: contractor’s Facility Clearance (if Required, This Should Be Filled Out By The Negotiator) statement Regarding Capability To Obtain The Required Industrial Security Clearances For Personnel (if Required, This Should Be Filled Out By The Negotiator) the Contractor’s Ability To Manage, As A Prime Contractor, The Types And Magnitude Of All Tasking In The Sow contractors Technical Ability, Or Potential Approach To Achieving Technical Ability, To Perform At Least 51% Of The Cost Of The Task Order With Its’ Own Employees In Accordance With Far 52.219-14 the Contractor’s Capacity, Or Potential Approach To Achieving Capacity, To Execute The Requirements Of The Sow. This Response Should Include A Discussion Of Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located At The Locations Specified contractor’s Ability To Begin Performance Upon Task Order Award. a Statement That The Contractor Either Has Or Does Not Have An Approved Accounting System, As Required In Federal Acquisition Regulation (far) 16.301-3(a)(3) For Cost-reimbursement Contracts. attachment (1) Draft Statement Of Work (sow) note: The Requested Information Is For Planning Purposes And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued Nor Will The Government Pay For The Information Solicited. All Information And Data Received In Response To This Sources Sought Marked Or Designated A Corporate Proprietary Information Will Be Fully Protected And Held In Strict Confidence. note: Prior To The Award Of A Cost-type Task Order, The Federal Acquisition Regulation (far) Subpart 16.301-3(a) Requires That The Contractor’s Accounting System Be Determined Adequate For Considering Costs Applicable To The Contract Or Order. No Telephone Responses Will Be Accepted. No Contractor Response Received After The Advertised Due Date And Time Will Be Accepted. No Exceptions To This Receipt Deadline Will Be Granted Under Any Circumstances. Questions Or Comments Must Be Submitted Via Email. Responses Must Be Received No Later Than 3:00pm Est On 24 January 2025 By E-mail To Brendan.t.heasley.civ@us.navy.mil.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A) The Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. Latest Annual Income Tax Return With Complete Set Of Audited Financial Statement Or 6 Months Business Tax Return (2550m/2550q) Applicable For: Dc / Np-svp / Np-ec / Np-scientific, Scholarly Or Artistic Work, Exclusive Technology And Media Services With Abcs Above P500,000.00 Note: The Latest Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission Including Proof Of E Payment Details (bank And Bir). B) The Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: O The Pr # Shall Be Reflected In The Omnibus Sworn Statement O One (1) Original Copy Must Be Submitted O The Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. O The Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 • For Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner • For Corporation – Duly Notarized Secretary’s Certificate • For Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: O The Pr # Shall Be Reflected In The Authority Of The Signatory O One (1) Original Copy Must Be Submitted O The Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1) Do Not Alter The Contents Of This Form In Any Way. (2) The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3) All Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4) Quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5) Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: • Bidders Shall Provide Correct And Accurate Information Required In This Form. • Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. • Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. • Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. • In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. • Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. • Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. • Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 3/unit Desktop Computer, High-end, High End Desktop Computer Specifications: Minimum Processor: Intel Core I7 14th Generation Or Amd Ryzen 7 7000 Series Or M2 Chip Or Any Latest Minimum Memory: 16 Gb Minimum Storage: 1tb Sata Ssd + 1tb M.2 Nvme Pcie 3.0 Ssd Minimum Gpu:nvidia Geforce Rtx 3060 12gb Graphics Or Amd Radeon Rx 6600xt 12gb Graphics Minimum Os: W11 Pro Or Latest But Not The Home Version Minimum Monitor Display: 27 Inches Ips Display Maximum Lan Connectivity: 2.5gb (10/100/1000/2500mbs) Minimum System Unit Power Supply Support: 700watts Chassis Requirements: Mtff Mid Tower Form Factor Warranty: 5yrs Warranty For System Unit And Monitor (5/5/5 - Parts/labor/onsite) With Certification Related To Green Or Energy Efficiency Inclusions: Mouse And Keyboard (same Brand With System Unit) Ups (650va/390watts) Stereo Wired Headset (3.5mm) Webcam (minimum 720p Full Hd) General Conditions And Requirements : *certificate That All Of The Equipment And Components Should Be Branded (not Cloned Or Assembled) And Brand-new. *a Warranty Seal Must Be Attached To Both The System Unit And The Monitor. *all Inclusions Mentioned Above Should Come With A Minimum One-year Warranty Unless Otherwise Stated 2 5/unit External Hard Drive, 5tb Compatible With Usb 3.0 And Both Windows And Mac Computers, With Password Activated Hardware Encryption Capacity: 5tb Auto Backup Software: Yes Interface: Usb 3.0/2.0 Compatibility: Windows/mac/chromebook Warranty: At Least Two-year Limited Warranty And Rescue Data Recovery Services 3 1/unit Laptop, High-end Specifications: Minimum Processor: Intel Core I7 14th Generation Or Ryzen 7 7000 Series Or M2 Chip Or Any Latest Minimum Memory: 32 Gb Minimum Storage: 1tb Gb Gen 3 M.2 Nvme Ssd + 1tb Gen 4 M.2 Nvme Ssd Minimum Os: W11 Pro Or Latest Not Home Edition Minimum Gpu: Nvidia Geforce Rtx 4050 6gb Graphics Or Amd Radeon Rx 7600 6gb Graphics Minimum Monitor Display: 15'' Inches Full Hd Display Minimum Warranty: 5 Yrs Warranty For Laptop (5/5/5 - Parts/labor/onsite) (1) Year On Battery With Built-in Speakers Built In 720p To 1080p Full Hd Web Camera Ports: 2 Usb 3.2 Gen 2 Type A, 2 Usb 3.2 Type C, 1 Universal Audio Port, 1 Hdmi 2.0, 1 Rj45 Lan Port. Wireless: Wifi 6 Bluetooth 5.3 Inclusions: * Stereo Wired Headset (3.5mm) * Wireless Mouse General Conditions And Requirements: *certificate That All Of The Equipment And Components Should Be Branded (not Cloned Or Assembled) And Brand-new. *a Warranty Seal Must Be Attached To The System Unit. *all Inclusions Mentioned Above Should Come With A Minimum One-year Warranty Unless Otherwise Stated Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 3/unit Desktop Computer, High-end, High End Desktop Computer Specifications: Minimum Processor: Intel Core I7 14th Generation Or Amd Ryzen 7 7000 Series Or M2 Chip Or Any Latest Minimum Memory: 16 Gb Minimum Storage: 1tb Sata Ssd + 1tb M.2 Nvme Pcie 3.0 Ssd Minimum Gpu:nvidia Geforce Rtx 3060 12gb Graphics Or Amd Radeon Rx 6600xt 12gb Graphics Minimum Os: W11 Pro Or Latest But Not The Home Version Minimum Monitor Display: 27 Inches Ips Display Maximum Lan Connectivity: 2.5gb (10/100/1000/2500mbs) Minimum System Unit Power Supply Support: 700watts Chassis Requirements: Mtff Mid Tower Form Factor Warranty: 5yrs Warranty For System Unit And Monitor (5/5/5 - Parts/labor/onsite) With Certification Related To Green Or Energy Efficiency Inclusions: Mouse And Keyboard (same Brand With System Unit) Ups (650va/390watts) Stereo Wired Headset (3.5mm) Webcam (minimum 720p Full Hd) General Conditions And Requirements : *certificate That All Of The Equipment And Components Should Be Branded (not Cloned Or Assembled) And Brand-new. *a Warranty Seal Must Be Attached To Both The System Unit And The Monitor. *all Inclusions Mentioned Above Should Come With A Minimum One-year Warranty Unless Otherwise Stated 424,800.00 2 5/unit External Hard Drive, 5tb Compatible With Usb 3.0 And Both Windows And Mac Computers, With Password Activated Hardware Encryption Capacity: 5tb Auto Backup Software: Yes Interface: Usb 3.0/2.0 Compatibility: Windows/mac/chromebook Warranty: At Least Two-year Limited Warranty And Rescue Data Recovery Services 48,775.00 3 1/unit Laptop, High-end Specifications: Minimum Processor: Intel Core I7 14th Generation Or Ryzen 7 7000 Series Or M2 Chip Or Any Latest Minimum Memory: 32 Gb Minimum Storage: 1tb Gb Gen 3 M.2 Nvme Ssd + 1tb Gen 4 M.2 Nvme Ssd Minimum Os: W11 Pro Or Latest Not Home Edition Minimum Gpu: Nvidia Geforce Rtx 4050 6gb Graphics Or Amd Radeon Rx 7600 6gb Graphics Minimum Monitor Display: 15'' Inches Full Hd Display Minimum Warranty: 5 Yrs Warranty For Laptop (5/5/5 - Parts/labor/onsite) (1) Year On Battery With Built-in Speakers Built In 720p To 1080p Full Hd Web Camera Ports: 2 Usb 3.2 Gen 2 Type A, 2 Usb 3.2 Type C, 1 Universal Audio Port, 1 Hdmi 2.0, 1 Rj45 Lan Port. Wireless: Wifi 6 Bluetooth 5.3 Inclusions: * Stereo Wired Headset (3.5mm) * Wireless Mouse General Conditions And Requirements: *certificate That All Of The Equipment And Components Should Be Branded (not Cloned Or Assembled) And Brand-new. *a Warranty Seal Must Be Attached To The System Unit. *all Inclusions Mentioned Above Should Come With A Minimum One-year Warranty Unless Otherwise Stated 280,758.00 Delivery Period: Thirty (30) Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Date9 Jun 2025
Tender AmountPHP 754.3 K (USD 13.2 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Under Statutory Authority 41 U.s.c. 1901 The Va Great Lakes Acquisition Center (glac) Intends To Negotiate A Sole Source Contract With Jaeger Medical American Medical Inc. the Contractor Shall Provide All Labor, Material, Tools, Travel, Management, And Equipment Necessary To Provide Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Equipment For The Pulmonary Function Testing And The Cardiopulmonary Exercise Test Equipment At The Jesse Brown Va Medical Center (jesse Brown Vamc) Located At 820 S. Damen Avenue, Chicago, Illinois 60612. this Acquisition Is Conducted Under The Authority Of 41 U.s.c. 1901 Simplified Acquisition Procedures As Implemented In Far 13.106-3(b)(3)(i), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. This Will Be A Firm Fixed Price Contract For A Base Plus (3) Three Option Year Contract. The Naics Code Is 811210. this Notice Of Intent Is Not A Request For Competitive Quotes. No Solicitation Documents Are Available And Telephone Requests Will Not Be Honored. However, If A Firm Believes It Can Meet The Requirements It Must Furnish Information About Its Products And Services, As Well As References From Other Customers Who Are Using These Products And Service To The Contracting Officer By 10:00am (cst) 02/04/2025 Supporting Evidence Must Be Furnished In Sufficient Detail To Demonstrate The Ability To Comply With The Above Requirements. Responses Received Will Be Evaluated. However, A Determination By The Government Not To Compete The Proposed Procurement Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. If No Responses Are Received, The Contracting Officer Will Proceed With The Sole Source Negotiation With The Jaeger Medical American Medical Inc. capability Statements Shall Be Submitted By Email Only As A Ms Word Or Adobe Pdf Attachment To Della Bond At Della.bond@va.gov. Telephonic Inquiries Will Not Be Accepted. statement Of Work vyntus Cpx/flex Plan Service Contract 1. Description Of Services the Contractor Shall Provide All Labor, Material, Tools, Travel, Management, And Equipment Necessary To Provide Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Equipment For The Pulmonary Function Testing And The Cardiopulmonary Exercise Test Equipment At The Jesse Brown Va Medical Center (jesse Brown Vamc) Located At 820 S. Damen Avenue, Chicago, Illinois 60612. This Is A Base Plus Three (3) Option Year(s) Contract. 2. Background the Jesse Brown Va Medical Center In The Pulmonary Function Lab Is Requesting A Service Contract For Existing Equipment That Was Purchased In September 2016. The Contractor Shall Provide For The Continuum Of Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Of The Diagnostic Equipment In The Event Of Malfunction Or Destroyed Parts From The Normal Wear And Tear Of Use. Due To The Highly Specialized And Technical Equipment Requiring Specialized Training And Non-substitutable Parts Required For The Existing Equipment, Only Those Vendors That Specialize With The Software And Hardware Of Jaeger Masterscreen, Sentrysuite And Vyntus Equipment Shall Be Acceptable For Coverage Of This Equipment. 3. Objectives this Service Contract Shall Be Utilized For Performing Preventative Maintenance And Repair Or Replacement Of Malfunctioning Equipment Or Parts. The Services And Personnel Shall Be Provided By The Contractor Who Have Specifically Trained Field Support Representatives And In Coordination, When Needed, By Technical Support Specialists For All Repair, Updates, And Upgrades Of Jaeger Master Screen, Sentry Suite And Vyntus Equipment. The Parts Required For The Repair Of This Equipment Are Specifically Designed And Are Not Substitutable. The Trained Field Support Representatives Provided By The Company Shall Minimize The Potential Of Repair Delays Caused By Misdiagnosis Of Equipment Issues And Incorrect Parts Being Ordered. The Minimization Of Delays Of Veteran Care Due To Equipment That Is Down Shall Be Limited To The Time Period Required For The Appropriate Acquisition Of Equipment And Its Efficient Repair By The Company S Representatives. 4. Scope service Maintenance Call For Equipment the Contractor Shall Provide All Parts For The Year Plus Labor And Travel Expenses For One Preventive Maintenance Call (pmc) (if Needed To Meet Factory Recommended Pm Intervals) And Up To Three On-site Service Calls Per Instrument. The Contractor Shall Provide All Applicable Software Revisions Within The Purchased Version Of Operating Software At No Additional Charge. services Maintenance Call For Parts Only parts Only - Provides For All Replacement/exchange Service Parts And Components Needed For repairs. Additional Features Of This Contract Option Include: a) Software Updates - Includes Revisions To The Originally Purchased Version Of Jaeger Masterscreen, Sentrysuite Or Vyntus Equipment Operating Software And Tutorials At No Additional Charge. b) Software Upgrades - A) Jaeger Or Sentrysuite Equipment Operating Software Upgrades When They Become Available, B) Windows Operating Software And C) Related Hardware (computer And Printer) If Required For Compatibility With Vmax Software Upgrades. c) Peripherals Protection - Provides For Parts Replacements And Coverage For The Computer, Printer, And Associated Components. d) Preferred Tech Support Assistance Shall Have At Minimum Availability Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (cst). e) Field Service Labor Qualified Service Technicians And Technical Support Personnel Shall Be Provided By The Contractor. 5. Requirements the Contractor Shall Fulfill The Agreement As Indicated To Perform All Upgrades, Repairs, And Replacements Of Equipment On Request Within A Reasonable Amount Of Time As Agreed On By The Contractor And Buyer. All Upgrades And Repairs Shall Be Performed By The Contractor S Representative(s) Within The Agreed Upon Time Frame And In The Presence Of The Jesse Brown Va Medical Center S Pulmonary Function Lab Technicians And/or Bio-medical Engineering Representative. 6. Selection Criteria the Criteria Utilized For The Service Contract Is The Selected Company S Ability To Obtain Parts And To Appropriately Replace Damaged Or Malfunctioning Equipment. The Technical Support And/or Field Service Representative Shall Have Completed Specialized Knowledge And Training That Was Provided By The Original Equipment Manufacturer (oem), In Providing Technical Support And Repair Of Existing Equipment, All Aspects Of Troubleshooting And Repair To Best Provide The Upgrades And Repairs For The Existing Equipment. a) The Contractor Shall Have Access To Access To Diagnostic Software And Original Equipment Repair Parts. b) The Contractor Shall Have Access To The Oem Server As Well As The Va Server, With Access To Be Performed Only With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 7. Deliverables the Contractor Shall Provide Technical Support And Field Service Representatives For Troubleshooting, Preventative Maintenance, And Repairs Of Equipment From Fully Trained Employees On Request. The Contractor Shall Provide All Appropriate Parts As Covered In The Service Agreement. On Completion Of Work, The Contractor Shall Provide Timely Billing Of Items That Buyer Is Responsible Per The Service Agreement. Any Repairs Or Upgrades That Requires Technical Support Access To The Server Shall Only Be Performed With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 8. Service scheduled Preventive Maintenance Work Shall Be Required In The Performance Of This Contract And Shall Be Performed During The Hospital S Normal Business Hours Of 8:00 A.m. And 4:30 P.m., Local Time (cst), Excluding Federal Holidays, To Include Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Notify The Contracting Officers Representative (cor) At Least 7 Calendar Days Prior To The Normal Testing/inspection Cycle Visit And 8 Hours Prior To Any Emergency Activities. The Jesse Brown Vamc May Consider Allowing Work Outside Of The Above-listed Hours Of Operation At The Convenience Of The Government. Federal Holidays Observed By The Jesse Brown Vamc(s) Are: new Years Day Labor Day Martin Luther King, Jr. Birthday Columbus Day washington S Birthday Inauguration juneteenth National Independence Day Labor Day independence Day Veterans Day memorial Day Thanksgiving Day christmas Day Columbus Day when One Of The Above Designated Federal Holidays Falls On A Sunday, The Following Monday Shall Be Observed As A Federal Holiday. When A Federal Holiday Falls On A Saturday, The Preceding Friday Shall Be Observed As A Federal Holiday By United States Government Agencies. If Different Times Shall Be Needed, This Shall Be Discussed And Mutually Agreed Upon With The Cor And Shall Still Be Considered Normal Business Hours. If Work Must Be Performed Outside Of Mutually Agreed Normal Business Hours ( Over-time Work), The Contractor Shall Obtain Prior Approval At Least 24 Hours From The Cor. If Such Work Shall Be At The Cost Of The Jesse Brown Vamc, A Separate Purchase Order Number Must Be Obtained By The Contractor Prior To Performing Any Over-time Work. Work Shall Be Scheduled In Such As Manner As To Allow As Little Disruption To Patient Services In All Campus Buildings Affected. 9. Security all Contractor Representatives Shall Only Be On Site During The Regular Business Hours Of The Pulmonary Function Lab, Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (illinois) When Management, Pulmonary Technicians Or Bio-medical Department Representatives Are Present And Shall Have Appropriate Identification That Is Easily Visible On Their Person. All Technical Support That Requires Contractor Access To The Equipment Server Shall Always Have Management Of The Lab Or A Representative From Bio-medical Engineering Department To Provide Access And Monitoring Of Work. 10. Reporting Requirements the Check-in Is Mandatory At Medical Center, Pulmonary Function Lab, Room #2254 At 820 S. Damen Avenue, Chicago, Illinois 60612. When The Service Is Completed, The Field Support Technician (fst) Or Technical Support Representatives (tsr) Shall Document Services Rendered On A Legible Equipment Service Report(s) (esr). The Fst Or Tsr Shall Be Required To Sign Out With A Representative From The Pulmonary Function Lab And Submit The Esr(s) To The Cor. All Esr S Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor For An "authorization Signature" Of Approval. jesse Brown Va Medical Center Phone Number: 312-569-8387 va Biomedical Contact Person(s): The Cor Delegation Notice Shall Be Provided At Time Of Award. contractor Contact Personnel Information: The Information Shall Be Produced At Time Of Award.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Page 3 Of 3 sources Sought Synopsis the Department Of Veterans Affairs Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Firms Having An Interest In And The Resources To Support A Requirement For The Vyntus Cpx/flex Plan Service Contract At The Jesse Brown Va Medical Center (jbvamc. The Result Of This Market Research May Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. tentative Requirements: statement Of Work vyntus Cpx/flex Plan Service Contract 1. Description Of Services the Contractor Shall Provide All Labor, Material, Tools, Travel, Management, And Equipment Necessary To Provide Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Equipment For The Pulmonary Function Testing And The Cardiopulmonary Exercise Test Equipment At The Jesse Brown Va Medical Center (jesse Brown Vamc) Located At 820 S. Damen Avenue, Chicago, Illinois 60612. This Is A Base Plus Three (3) Option Year(s) Contract. 2. Background the Jesse Brown Va Medical Center In The Pulmonary Function Lab Is Requesting A Service Contract For Existing Equipment That Was Purchased In September 2016. The Contractor Shall Provide For The Continuum Of Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Of The Diagnostic Equipment In The Event Of Malfunction Or Destroyed Parts From The Normal Wear And Tear Of Use. Due To The Highly Specialized And Technical Equipment Requiring Specialized Training And Non-substitutable Parts Required For The Existing Equipment, Only Those Vendors That Specialize With The Software And Hardware Of Jaeger Masterscreen, Sentrysuite And Vyntus Equipment Shall Be Acceptable For Coverage Of This Equipment. 3. Objectives this Service Contract Shall Be Utilized For Performing Preventative Maintenance And Repair Or Replacement Of Malfunctioning Equipment Or Parts. The Services And Personnel Shall Be Provided By The Contractor Who Have Specifically Trained Field Support Representatives And In Coordination, When Needed, By Technical Support Specialists For All Repair, Updates, And Upgrades Of Jaeger Master Screen, Sentry Suite And Vyntus Equipment. The Parts Required For The Repair Of This Equipment Are Specifically Designed And Are Not Substitutable. The Trained Field Support Representatives Provided By The Company Shall Minimize The Potential Of Repair Delays Caused By Misdiagnosis Of Equipment Issues And Incorrect Parts Being Ordered. The Minimization Of Delays Of Veteran Care Due To Equipment That Is Down Shall Be Limited To The Time Period Required For The Appropriate Acquisition Of Equipment And Its Efficient Repair By The Company S Representatives. 4. Scope service Maintenance Call For Equipment the Contractor Shall Provide All Parts For The Year Plus Labor And Travel Expenses For One Preventive Maintenance Call (pmc) (if Needed To Meet Factory Recommended Pm Intervals) And Up To Three On-site Service Calls Per Instrument. The Contractor Shall Provide All Applicable Software Revisions Within The Purchased Version Of Operating Software At No Additional Charge. services Maintenance Call For Parts Only parts Only - Provides For All Replacement/exchange Service Parts And Components Needed For repairs. Additional Features Of This Contract Option Include: a) Software Updates - Includes Revisions To The Originally Purchased Version Of Jaeger Masterscreen, Sentrysuite Or Vyntus Equipment Operating Software And Tutorials At No Additional Charge. b) Software Upgrades - A) Jaeger Or Sentrysuite Equipment Operating Software Upgrades When They Become Available, B) Windows Operating Software And C) Related Hardware (computer And Printer) If Required For Compatibility With Vmax Software Upgrades. c) Peripherals Protection - Provides For Parts Replacements And Coverage For The Computer, Printer, And Associated Components. d) Preferred Tech Support Assistance Shall Have At Minimum Availability Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (cst). e) Field Service Labor Qualified Service Technicians And Technical Support Personnel Shall Be Provided By The Contractor. 5. Requirements the Contractor Shall Fulfill The Agreement As Indicated To Perform All Upgrades, Repairs, And Replacements Of Equipment On Request Within A Reasonable Amount Of Time As Agreed On By The Contractor And Buyer. All Upgrades And Repairs Shall Be Performed By The Contractor S Representative(s) Within The Agreed Upon Time Frame And In The Presence Of The Jesse Brown Va Medical Center S Pulmonary Function Lab Technicians And/or Bio-medical Engineering Representative. 6. Selection Criteria the Criteria Utilized For The Service Contract Is The Selected Company S Ability To Obtain Parts And To Appropriately Replace Damaged Or Malfunctioning Equipment. The Technical Support And/or Field Service Representative Shall Have Completed Specialized Knowledge And Training That Was Provided By The Original Equipment Manufacturer (oem), In Providing Technical Support And Repair Of Existing Equipment, All Aspects Of Troubleshooting And Repair To Best Provide The Upgrades And Repairs For The Existing Equipment. a) The Contractor Shall Have Access To Access To Diagnostic Software And Original Equipment Repair Parts. b) The Contractor Shall Have Access To The Oem Server As Well As The Va Server, With Access To Be Performed Only With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 7. Deliverables the Contractor Shall Provide Technical Support And Field Service Representatives For Troubleshooting, Preventative Maintenance, And Repairs Of Equipment From Fully Trained Employees On Request. The Contractor Shall Provide All Appropriate Parts As Covered In The Service Agreement. On Completion Of Work, The Contractor Shall Provide Timely Billing Of Items That Buyer Is Responsible Per The Service Agreement. Any Repairs Or Upgrades That Requires Technical Support Access To The Server Shall Only Be Performed With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 8. Service scheduled Preventive Maintenance Work Shall Be Required In The Performance Of This Contract And Shall Be Performed During The Hospital S Normal Business Hours Of 8:00 A.m. And 4:30 P.m., Local Time (cst), Excluding Federal Holidays, To Include Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Notify The Contracting Officers Representative (cor) At Least 7 Calendar Days Prior To The Normal Testing/inspection Cycle Visit And 8 Hours Prior To Any Emergency Activities. The Jesse Brown Vamc May Consider Allowing Work Outside Of The Above-listed Hours Of Operation At The Convenience Of The Government. Federal Holidays Observed By The Jesse Brown Vamc(s) Are: new Years Day Labor Day Martin Luther King, Jr. Birthday Columbus Day washington S Birthday Inauguration juneteenth National Independence Day Labor Day independence Day Veterans Day memorial Day Thanksgiving Day christmas Day Columbus Day when One Of The Above Designated Federal Holidays Falls On A Sunday, The Following Monday Shall Be Observed As A Federal Holiday. When A Federal Holiday Falls On A Saturday, The Preceding Friday Shall Be Observed As A Federal Holiday By United States Government Agencies. If Different Times Shall Be Needed, This Shall Be Discussed And Mutually Agreed Upon With The Cor And Shall Still Be Considered Normal Business Hours. If Work Must Be Performed Outside Of Mutually Agreed Normal Business Hours ( Over-time Work), The Contractor Shall Obtain Prior Approval At Least 24 Hours From The Cor. If Such Work Shall Be At The Cost Of The Jesse Brown Vamc, A Separate Purchase Order Number Must Be Obtained By The Contractor Prior To Performing Any Over-time Work. Work Shall Be Scheduled In Such As Manner As To Allow As Little Disruption To Patient Services In All Campus Buildings Affected. 9. Security all Contractor Representatives Shall Only Be On Site During The Regular Business Hours Of The Pulmonary Function Lab, Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (illinois) When Management, Pulmonary Technicians Or Bio-medical Department Representatives Are Present And Shall Have Appropriate Identification That Is Easily Visible On Their Person. All Technical Support That Requires Contractor Access To The Equipment Server Shall Always Have Management Of The Lab Or A Representative From Bio-medical Engineering Department To Provide Access And Monitoring Of Work. 10. Reporting Requirements the Check-in Is Mandatory At Medical Center, Pulmonary Function Lab, Room #2254 At 820 S. Damen Avenue, Chicago, Illinois 60612. When The Service Is Completed, The Field Support Technician (fst) Or Technical Support Representatives (tsr) Shall Document Services Rendered On A Legible Equipment Service Report(s) (esr). The Fst Or Tsr Shall Be Required To Sign Out With A Representative From The Pulmonary Function Lab And Submit The Esr(s) To The Cor. All Esr S Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor For An "authorization Signature" Of Approval. jesse Brown Va Medical Center Phone Number: 312-569-8387 va Biomedical Contact Person(s): The Cor Delegation Notice Shall Be Provided At Time Of Award. contractor Contact Personnel Information: The Information Shall Be Produced At Time Of Award. if Your Company Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information:1) Company Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Company; 2) Tailored Capability Statements Addressing The Particulars Of The Above Statement Of Work And Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Companies Should Address The Administrative And Management Structure Of Such Arrangements; And 3) Confirmation Your Company Can Meet The Limitations Of Subcontracting Should They Apply (see Below) the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Synopsis And Other Market Research, This Requirement May Be Set-aside For Veteran-owned Small Businesses (sdvosbs Or Vosbs) (limitation Of Subcontracting Would Apply), Small Businesses (limitations On Subcontracting Would Apply) Or Procured Through Full And Open Competition, Or Procured Through Sole Source Contract. limitations On Subcontracting 13 Cfr §125.6 Will Apply To Any Procurement Set-aside For Veteran-owned Small Businesses (sdvosbs Or Vosbs) Or Small Businesses. 13 Cfr §125.6 States: (a) General. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than The Simplified Acquisition Threshold (as Defined In The Far At 48 Cfr 2.101) In Paragraph (a) Introductory Text; And An 8(a) Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That: (1) In The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. before Any Small Or Large Business Can Be Awarded A Federal Contract, A Contracting Officer (co) Must Affirmatively Determine That The Firm Is Responsible To Perform The Specific Contract It Is Otherwise In Line To Receive. If An Apparent Small Business Successful Offeror Is Denied A Contract Award Because It Lacks Certain Elements Of Responsibility, The Co Will Refer The Matter To The Small Business Administration. Once A Co S Referral Is Received By The Sba S Area Office, The Sba Will Then Inform The Small Business Of The Co S Determination And Offer It The Opportunity To Apply To The Sba For A Certificate Of Competency By A Specific Date. Burden Of Proof Is On The Small Business To Demonstrate That It Meets Specific Coc Eligibility Criteria. after Award, If A Co Or Other Va Officials Determine A Review Of Limitations On Subcontracting Compliance Is Warranted Based Upon Reasonable Information Of Possible Noncompliance, A Request For Review Will Be Submitted To Va S Subcontracting Compliance Review Program. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 10:00 Am Cst On January 17, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Della.bond@va.gov. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Software and IT Solutions
United States
Details: The California Institute Of Technology’s (caltech’s) Jet Propulsion Laboratory (jpl), Located At 4800 Oak Grove Drive, Pasadena, Ca 91109, Is Issuing The Subject Rfi To Obtain Information To Assess Current Industry Manufacturing And Technical Capabilities And Receive Rom Cost And Schedule Estimates Supporting The Development Of Various Sosa S3c & Hpsc Based Turn-key Products. glossary pic = Plug-in Card cfe/cfs = Core Flight Executive / Core Flight Software sosa = Sensor Open System Architecture s3c = Sosa Space Sub Committee f’ = F Prime Jpl Open-source Flight Software Framework sbc = Single Board Computer psc = Power Supply Card purpose nasa Is Seeking To Spur The Development Of An Industry Wide Ecosystem Of Standardized Interoperable Cards That Can Be Used To Implement Complete Spacecraft Avionics Systems Based On The Sosa™ S3c Profiles. To Guarantee Interoperability The Sosa™ Space Subcommittee, Comprising Members From Nasa, Ussf And Industry, Have Been Working On A Spacecraft Avionics Standard Derived From The Vita 78 (space Vpx) Specification. Initial Elements Of The Standard Are Documented In The Recently Released Sosa Standard Snapshot 3(see Sosa Space Appendix), Which Has Garnered Broad Industry Support. The Purpose Of This Rfi Is To Gather Information Which Could Eventually Lead To A Jpl Rfp Soliciting The Development Of One Or More S3c Spacevpx Compliant Development Kit(s) For Both Commercial Industry And Government Organizations. To This End, Information Is Requested Related To Integrated Development Kits, As Well As Constituent Products That Can Be Included In A Development Kit (i.e. Pics, Pscs, Software). Nasa Is Proposing Sbcs In This Development Kit Be Based On The High-performance Spaceflight Computing (hpsc) Processor, Currently In Development With Microchip Technology Inc. In A Partnership With Nasa And Jpl, Using The Sosatm S3c Sbc Slot Profile. overview the Development Kit Is Part Of A Broader Nasa Effort To Advance Space-based Computing Through The Sensor Open System Architecture (sosa™) And Its Space Subcommittee (s3c). The Sosa™ S3c Aims To Create A Standardized And Interoperable Framework For Space Systems, Encouraging Collaboration Among Government Agencies, Industry, And Academia To Develop Interoperable Hardware And Software Solutions. This Effort Will Support The Creation Of Turn-key Systems For Testing, Development, And Flight, Enabling More Efficient And Cost-effective Space Mission Planning And Execution​​. background nasa’s High Performance Spaceflight Computing (hpsc) Project Is Delivering Purpose-built Space Computingtechnologyfor High Performance Computing. The High-performance Spaceflight Computing (hpsc) Project, A Collaboration Between Nasa And Microchip Technology Inc., Is Finalizing A Cutting-edge, Radiation-hardened Flight Processor That Offers 100 Times The Computational Power Of Current Spaceflight Computers. It Will Provide High Performance Ai Dataflow Processing With Scalable Vector Computing Capabilities That Are Critical For The Science And Autonomy Needs Of Future Advanced Space Systems. hpsc Is Fault-tolerant: Specially Designed To Survive In Space And Contains Features That Ensure It Can Operate Correctly And Provide Reliable Results In The Harshest Of Natural Space Environments. This Ensures The Most Critical Operations Such As: robotically Landing On Or Flying On Another Planet supporting Astronauts Far From The Earth operating Near Small Bodies In The Outer Solar System hpsc Builds On Industry-standards. The Core Of The Hpsc Design Is An Industry Standard Risc-v Based Cpu Bundled With Significant Fault And Radiation Tolerance, And A Full Security Suite As Well As All The Software Required To Run It. The Hpsc Also Includes A Suite Of Features And Industry-standard Interfaces And Protocols Not Previously Available For Space Applications. hpsc Offers A Variety Of Advanced Capabilities: space-grade 64-bit Processor Architecture: Includes Eight Sifive Risc-v X280 64-bit Cpu Cores Supporting Virtualization And Real-time Operation, With Vector Extensions That Deliver Up To 2 Tops (int8) Or 1 Tflops (bfloat16) Of Vector Performance For Implementing Ai/ml Processing For Autonomous Missions. high-speed Network Connectivity: Includes A 240 Gbps Time-sensitive Networking (tsn) Ethernet Switch For 10gbe Connectivity. Also Supports Scalable And Extensible Pcie® Gen 3 And Compute Express Link™ (cxl™) 2.0 With X4 Or X8 Configurations And Includes Rmap-compatible Spacewire Ports With Internal Routers. low-latency Data Transfers: Includes Remote Direct Memory Access (rdma) Over Converged Ethernet (rocev2) Hardware Accelerators To Facilitate Low-latency Data Transfers From Remote Sensors Without Burdening Compute Performance – Maximizing Compute Capabilities By Bringing Data Close To The Cpu. platform-level Defense Grade Security: Implements Defense-in-depth Security With Support For Post-quantum Cryptography And Anti-tamper Features. high Fault-tolerance Capabilities: Supports Dual-core Lockstep (dcls) Operation, Worldguard Hardware Architecture For End-to-end Partitioning And Isolation, And An Onboard System Controller For Fault Monitoring And Mitigation. flexible Power Tuning: Includes Dynamic Controls To Balance The Computational Demands Required By The Multiple Phases Of Space Missions With Tailored Activation Of Functions And Interfaces. for More Information On The Hpsc Capabilities Please Contact Microchip Technology Inc. (tao.lang@microchip.com) sosa™ S3c/hpsc Development System Overview the Sosa™ S3c/hpsc Development System Comprises A Lab-grade Hardware Suite And Accompanying Software That, Together, Offer A Versatile Platform For Developing And Testing Hardware And Software For Space Applications. These Systems Should Have A Viable Path To And Should Be Form, Fit, And Function Equivalent To An Eventual Flight Model. Below Are Some Examples Use Cases That Highlight The Potential Applications And Benefits Of The Development System: development Of Flight Software: use Case: Engineers Can Use The Development System To Develop And Validate Flight Software Such As Nasa’s Core Flight Executive/core Flight Software (cfe/cfs) And The F Prime (f’) Framework Developed By Jpl. benefits: This Allows For Thorough Testing In A Controlled Environment, Ensuring That The Software Performs Reliably Under Different Conditions. hardware Integration And Testing: use Case: The Development System Can Be Used To Integrate Various Pics And Other Infrastructural Hardware Elements Into A Multi-slot S3c Chassis. This Includes Components Like Pscs, Sbc, Data Storage Cards, Io Expanders, And More. benefits: This Facilitates Comprehensive Hardware Testing, Ensuring Compatibility And Functionality Of Different Components Within The System. prototype And Engineering Model Development: use Case: The System Can Support The Development Of Prototypes And Engineering Models Of Flat Sats And Similar Flight Systems. These Prototypes Can Be Tested For Various Parameters, Including Performance, Reliability, And Resilience To Environmental Factors. benefits: Early Identification And Resolution Of Potential Issues, Leading To More Robust And Reliable Flight Systems. educational And Training Purposes: use Case: Academic Institutions And Training Centers Can Use The Development System To Educate Students And Professionals About Space System Design And Testing. benefits: Provides Hands-on Experience With Real-world Hardware And Software Used In Space Missions, Enhancing The Skills And Knowledge Of The Next Generation Of Aerospace Engineers. collaborative Development And Standardization: use Case: The System Can Be Used By Different Organizations (e.g., Nasa, Jpl, Afrl, Aerospace Primes) To Collaboratively Develop And Refine Standards For Space Systems, Such As Those Defined By The Sosa™ S3c. benefits: Promotes Interoperability And Standardization Across Different Space Missions And Organizations, Leading To More Efficient And Cost-effective Development Processes. performance Benchmarking And Validation: use Case: The Development System Can Be Used To Benchmark The Performance Of Various Hardware And Software Configurations, Ensuring That They Meet The Required Specifications For Space Missions. benefits: Provides Validated Performance Data, Helping Stakeholders Make Informed Decisions About Hardware And Software Choices Before Making Large Investments In Hardware, Software, And Systems Development. custom Configuration And Flexibility Based On Industry Standards: use Case: Users Can Configure The System With Different Pics And Software Elements To Suit Specific Mission Requirements. The Development System Supports Various Operating Systems, Including Linux Variants And Real-time Operating Systems Like Vxworks. benefits: Offers Flexibility To Tailor The System To Specific Needs, Ensuring That It Can Be Adapted To A Wide Range Of Applications Based On An Industry Standard Platform Which Reduces Time-to-market And Time-to-flight, Reduces Project Cost And Reduces Project Risk. these Examples Demonstrate The Versatility And Utility Of The Sosa™ S3c/hpsc Development System, Highlighting Its Potential To Significantly Advance The Development And Testing Of Space Systems. for More Detailed Information On The Hpsc Project And Its Applications, Refer To The Following Sources: high Performance Spaceflight Computing (hpsc) - Nasa (link Below) sosa™ S3c/hpsc Development Kit Specifications turn-key Lab Development System/testbed (not For Environmental Or Flight Testing) Comprising: a. Multi-slot S3c Chassis With Cards (examples: Psc, Hpsc Sbc, Data Storage, Ssd, External I/o), Operating System With Appropriate Test And Debug Capability For Basic Software Development And Hardware Testing (of The Delivered Unit), And Chassis Management Software. b. The Initial Product Could Feature A 3u 8-slot Backplane/chassis And A Single Psc And Sbc With Appropriate Software. c. The Initial Product May Consist Of Non-flight Parts But Will Include A Pathway To Upgrade To Flight-certified Components. d. The Initial Product Should Incorporate Either A Linux Variant Or One Of The Standard High-end Real-time Operating Systems Like Vxworks, Along With Compilers, Standard Debuggers, And Other Development System Elements For The Hpsc Sbc. The Delivered Chassis Should Include Interfaces For Integrating Other Pics And Software Elements, Ipmc Functions, And Chassis Managers. e. A User’s Guide Should Be Provided. 2. Elements (building Blocks) Of A Sosa S3c System That Allow Users To Configure Their Own Hardware And Software Solutions, Including The Turn-key System Above And Potentially Other Pics As Defined In The Standard. 3. Turn-key Testbed Support Equipment To Complement The Sosa S3c System. This May Include Rack Hardware, Development Computers And Monitors, Network Support Equipment, Additional Capacity For Analysis Equipment, Cooling Solutions, And Power Management. summary Of Sosa™ S3c/hpsc Development Kit nasa Seeks Information Leading To The Potential Development, In A Public-private Partnership, Of A Sosa S3c/hpsc Development System And Testbed. Both Input From Potential Developers And Potential Users Is Requested. The Development Kit Should Encompass: hardware, E.g., Psc/pics And Ancillary Infrastructural Hardware Elements. software, E.g., Full Package To Support Sosa S3c Chassis And Cards As Well As Configuration Software And Any Software Needed For The Testbed Support Equipment. to Identify Potential Industries And Partners Nasa Seeks The Below Information: technical Specifications And Costing: turnkey System: Provide Concept Specifications, Rom (rough Order Of Magnitude) Costing, And Deployment Schedule Estimates For A Complete Sosa S3c/hpsc Development System And Testbed. constituent Elements: Technical Concept Specifications, Rom Costing, And Integration Schedules Estimates For Individual Pics, Software And Components Needed For Assembly. 2. Alternative Approaches: propose Possible Alternative Configurations Or Technologies That Can Reduce Costs And Improve Utility While Meeting The Primary Objectives Outlined. 3. Provider Capabilities identify Your Ability To Provide Pics Or Fully Integrated Development Systems. 4. Funding specify Schedule Estimates, Estimated Resource Requirements, And Potential For Cost Sharing Versus The Need For Nasa Non-recurring Engineering (nre) Support. 5. Market Size And Marketing Approach: provide An Analysis Of The Market Size And Growth Potential Within The Space Sector For The Sosa S3c/hpsc System And Testbed. outline Your Marketing Approach, Including Strategies To Penetrate Non-space Markets Such As Defense, Broader Aerospace, And Industrial Automation. 6. Storefront/customer Support Approach: describe Your Storefront Or Online Platform Where Customers Can Access Information, Place Orders, And Receive Support For Aerospace Systems. detail Your Customer Support Strategy, Including Technical Assistance, Training Programs, And Maintenance Services. 7. Manufacturing Capability: detail Any Manufacturing Capabilities Relevant To Producing Components Or Systems For Aerospace Applications, Including The Following: quality Assurance: Explain Your Quality Control Measures And Certifications (e.g., As9100) Ensuring The Reliability And Performance Of Aerospace Components. electronic Testing: Outline Your Capabilities In Electronic Testing And Verification To Meet Stringent Aerospace Requirements. mechanical/electronic Packaging Design: Describe Your Expertise In Designing Robust And Space-efficient Mechanical And Electronic Packaging Solutions Suitable For Aerospace Environments. additional Information the Requested Information Is For Preliminary Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That Jpl Will Solicit You For Such Procurement In The Future. Neither Jpl Nor The Government Will Be Responsible For Any Costs Incurred By You In Furnishing This Information. the North American Industry Classification System (naics) Code And Description For This Acquisition Is 334511 Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing. The Size Standard For This Naics Code Is 1,350 Employees. Additional Information Can Be Found Here: Https://www.sba.gov/document/support-table-size-standards. perspective Subcontractors Are Advised That Any Information Provided Shall Be Deemed To Be Furnished With Unlimited Rights To Jpl, With Jpl Assuming No Liability For The Disclosure, Use Or Reproduction Of Such Data. please Provide The Requested Information By January 31, 2025 Via Email To: jpl Subcontracts Manager, Gabriel.obregon@jpl.nasa.gov. if You Have Any Questions About This Rfi, Please Contact The Undersigned.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions...+1Telecommunication Services
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Acquisition Method. the Intended Contract Is A Firm-fixed Price. the Department Of Veterans Affairs (va), Network Contracting Office (nco) 20, Is Conducting Market Research To Identify Potential Sources Which Can Provide The Following In Support Of Va Portland Healthcare System, Portland, Oregon 97239-2964. va Portland Healthcare System Has A Need For A Base Plus Four-year Contract To Provide Software Maintenance And Support Services For Their Vocera Point-to-point Communication System. This Is A Brand Name Or Equal Requirement Where The Proposed Software Must Be Compatible With The Existing System. there Is No Naics Code Waiver. Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By A Authorization Letter Or Other Documents From Oem. 1. Contract Title. Wireless Communications Solution 2. Background. Reliable And Effective Communication Is An On-going Issue For Both Direct Patient Care And Clinical And Non-clinical Critical Support Services. Va Portland Health Care System (vaporhcs) Has Identified A Strategic Initiative To Implement A State-of-the-art Hands-free Wireless Communications Solution To Improve Veteran Care, Including Safety And Satisfaction As Well As Staff Efficiency. This Solution Is Based On Best Practices At Puget Sound Va As Well As Over Eighty (80) Other Va Facilities Nation-wide. This Solution Has Been Deployed At Vaporhsc For Nearly 5 Years. This System Is Used Hospital Wide For Securely Broadcasting Voice Messages Immediately To Select Staff, Individuals Or Groups On A Prioritized Basis To Facilitate Routine And Urgent Communication Requirements. It Is Also Connected Into The Hospital Nurse Call System, The Philips Monitoring System, The Current And Future Electronic Health Record (vista And Cerner, Or Equivalent) And Other Hospital Systems To Provide Real-time Communication/alerts Directly To The Assigned Clinical Staff. Improving Communication For Our Mission-critical Mobile Environment Enables Healthcare Professionals And Support Staff On All Levels To Work More Efficiently, Reduce Alarm Fatigue, Reliance On Old Pager Technology For Alerts, And Improve Employee And Patient Satisfaction. 2.1 Price/cost Schedule. item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ 920-01339 511210 Vocera Premier Support, Enterprise License - Voice, 600 Users contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01339 0002 1.00 ea __________________ __________________ 920-01930 511210 Vocera Premier Support, Enterprise License - Voice, 300 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01930 0003 1.00 ea __________________ __________________ 920-01929 511210 Vocera Premier Support, Enterprise License - Voice, 150 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01929 0004 2.00 ea __________________ __________________ 920-01742 Om Vocera Premier Support, Enterprise License - Voice, 50 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01742 0005 8.00 ea __________________ __________________ 920-01111 511210 Vocera Premier Support, Sip Telephony, 6 Ports contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01111 0006 1.00 ea __________________ __________________ 920-02050 511210 Vocera Premier Support, Messaging, 50 Users contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-02050 0007 3.00 ea __________________ __________________ 920-02080 511210 Vocera Premier Support, Messaging, 300 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-02080 0008 4.00 ea __________________ __________________ 920-02078 511210 Vocera Premier Support, Messaging, 50 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-02078 0009 1.00 ea __________________ __________________ 920-02077 511210 Vocera Premier Support, Messaging, 25 User Add-on contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-02077 0010 1.00 ea __________________ __________________ 920-01965 Om Vocera Platform, Premier Support, Instance contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-01965 0011 6.00 ea __________________ __________________ 920-04137 Om Vocera Platform, Premier Support, Virtual Appliance contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-04137 0012 1.00 ea __________________ __________________ 920-00430 Om Engage, Premier Support, Instance contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-00430 0013 2.00 ea __________________ __________________ 920-00438 Om Engage, Premier Support, Virtual Appliance contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-00438 0014 339.00 ea __________________ __________________ 920-00435 511210 Engage, Premier Support, Enterprise License, Per Bed contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 920-00435 0015 1.00 ea __________________ __________________ 240-01405 Om Vocera Premier Plus Support Services Upgrade (annual) contract Period: Base pop Begin: 09-01-2025 pop End: 08-31-2026 local Stock Number: 240-01405 1001 1.00 ea __________________ __________________ 920-01339 511210 Vocera Premier Support, Enterprise License - Voice, 600 Users contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01339 1002 1.00 ea __________________ __________________ 920-01930 511210 Vocera Premier Support, Enterprise License - Voice, 300 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01930 1003 1.00 ea __________________ __________________ 920-01929 511210 Vocera Premier Support, Enterprise License - Voice, 150 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01929 1004 2.00 ea __________________ __________________ 920-01742 Om Vocera Premier Support, Enterprise License - Voice, 50 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01742 1005 8.00 ea __________________ __________________ 920-01111 511210 Vocera Premier Support, Sip Telephony, 6 Ports contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01111 1006 1.00 ea __________________ __________________ 920-02050 511210 Vocera Premier Support, Messaging, 50 Users contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-02050 1007 3.00 ea __________________ __________________ 920-02080 511210 Vocera Premier Support, Messaging, 300 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-02080 1008 4.00 ea __________________ __________________ 920-02078 511210 Vocera Premier Support, Messaging, 50 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-02078 1009 1.00 ea __________________ __________________ 920-02077 511210 Vocera Premier Support, Messaging, 25 User Add-on contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-02077 1010 1.00 ea __________________ __________________ 920-01965 Om Vocera Platform, Premier Support, Instance contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-01965 1011 6.00 ea __________________ __________________ 920-04137 Om Vocera Platform, Premier Support, Virtual Appliance contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-04137 1012 1.00 ea __________________ __________________ 920-00430 Om Engage, Premier Support, Instance contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-00430 1013 2.00 ea __________________ __________________ 920-00438 Om Engage, Premier Support, Virtual Appliance contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-00438 1014 339.00 ea __________________ __________________ 920-00435 511210 Engage, Premier Support, Enterprise License, Per Bed contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 920-00435 1015 1.00 ea __________________ __________________ 240-01405 Om Vocera Premier Plus Support Services Upgrade (annual) contract Period: Option 1 pop Begin: 09-01-2026 pop End: 08-31-2027 local Stock Number: 240-01405 2001 1.00 ea __________________ __________________ 920-01339 511210 Vocera Premier Support, Enterprise License - Voice, 600 Users contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01339 2002 1.00 ea __________________ __________________ 920-01930 511210 Vocera Premier Support, Enterprise License - Voice, 300 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01930 2003 1.00 ea __________________ __________________ 920-01929 511210 Vocera Premier Support, Enterprise License - Voice, 150 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01929 2004 2.00 ea __________________ __________________ 920-01742 Om Vocera Premier Support, Enterprise License - Voice, 50 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01742 2005 8.00 ea __________________ __________________ 920-01111 511210 Vocera Premier Support, Sip Telephony, 6 Ports contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01111 2006 1.00 ea __________________ __________________ 920-02050 511210 Vocera Premier Support, Messaging, 50 Users contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-02050 2007 3.00 ea __________________ __________________ 920-02080 511210 Vocera Premier Support, Messaging, 300 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-02080 2008 4.00 ea __________________ __________________ 920-02078 511210 Vocera Premier Support, Messaging, 50 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-02078 2009 1.00 ea __________________ __________________ 920-02077 511210 Vocera Premier Support, Messaging, 25 User Add-on contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-02077 2010 1.00 ea __________________ __________________ 920-01965 Om Vocera Platform, Premier Support, Instance contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-01965 2011 6.00 ea __________________ __________________ 920-04137 Om Vocera Platform, Premier Support, Virtual Appliance contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-04137 2012 1.00 ea __________________ __________________ 920-00430 Om Engage, Premier Support, Instance contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-00430 2013 2.00 ea __________________ __________________ 920-00438 Om Engage, Premier Support, Virtual Appliance contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-00438 2014 339.00 ea __________________ __________________ 920-00435 511210 Engage, Premier Support, Enterprise License, Per Bed contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 920-00435 2015 1.00 ea __________________ __________________ 240-01405 Om Vocera Premier Plus Support Services Upgrade (annual) contract Period: Option 2 pop Begin: 09-01-2027 pop End: 08-31-2028 local Stock Number: 240-01405 3001 1.00 ea __________________ __________________ 920-01339 511210 Vocera Premier Support, Enterprise License - Voice, 600 Users contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01339 3002 1.00 ea __________________ __________________ 920-01930 511210 Vocera Premier Support, Enterprise License - Voice, 300 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01930 3003 1.00 ea __________________ __________________ 920-01929 511210 Vocera Premier Support, Enterprise License - Voice, 150 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01929 3004 2.00 ea __________________ __________________ 920-01742 Om Vocera Premier Support, Enterprise License - Voice, 50 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01742 3005 8.00 ea __________________ __________________ 920-01111 511210 Vocera Premier Support, Sip Telephony, 6 Ports contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01111 3006 1.00 ea __________________ __________________ 920-02050 511210 Vocera Premier Support, Messaging, 50 Users contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-02050 3007 3.00 ea __________________ __________________ 920-02080 511210 Vocera Premier Support, Messaging, 300 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-02080 3008 4.00 ea __________________ __________________ 920-02078 511210 Vocera Premier Support, Messaging, 50 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-02078 3009 1.00 ea __________________ __________________ 920-02077 511210 Vocera Premier Support, Messaging, 25 User Add-on contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-02077 3010 1.00 ea __________________ __________________ 920-01965 Om Vocera Platform, Premier Support, Instance contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-01965 3011 6.00 ea __________________ __________________ 920-04137 Om Vocera Platform, Premier Support, Virtual Appliance contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-04137 3012 1.00 ea __________________ __________________ 920-00430 Om Engage, Premier Support, Instance contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-00430 3013 2.00 ea __________________ __________________ 920-00438 Om Engage, Premier Support, Virtual Appliance contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-00438 3014 339.00 ea __________________ __________________ 920-00435 511210 Engage, Premier Support, Enterprise License, Per Bed contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 920-00435 3015 1.00 ea __________________ __________________ 240-01405 Om Vocera Premier Plus Support Services Upgrade (annual) contract Period: Option 3 pop Begin: 09-01-2028 pop End: 08-31-2029 local Stock Number: 240-01405 4001 1.00 ea __________________ __________________ 920-01339 511210 Vocera Premier Support, Enterprise License - Voice, 600 Users contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01339 4002 1.00 ea __________________ __________________ 920-01930 511210 Vocera Premier Support, Enterprise License - Voice, 300 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01930 4003 1.00 ea __________________ __________________ 920-01929 511210 Vocera Premier Support, Enterprise License - Voice, 150 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01929 4004 2.00 ea __________________ __________________ 920-01742 Om Vocera Premier Support, Enterprise License - Voice, 50 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01742 4005 8.00 ea __________________ __________________ 920-01111 511210 Vocera Premier Support, Sip Telephony, 6 Ports contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01111 4006 1.00 ea __________________ __________________ 920-02050 511210 Vocera Premier Support, Messaging, 50 Users contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-02050 4007 3.00 ea __________________ __________________ 920-02080 511210 Vocera Premier Support, Messaging, 300 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-02080 4008 4.00 ea __________________ __________________ 920-02078 511210 Vocera Premier Support, Messaging, 50 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-02078 4009 1.00 ea __________________ __________________ 920-02077 511210 Vocera Premier Support, Messaging, 25 User Add-on contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-02077 4010 1.00 ea __________________ __________________ 920-01965 Om Vocera Platform, Premier Support, Instance contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-01965 4011 6.00 ea __________________ __________________ 920-04137 Om Vocera Platform, Premier Support, Virtual Appliance contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-04137 4012 1.00 ea __________________ __________________ 920-00430 Om Engage, Premier Support, Instance contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-00430 4013 2.00 ea __________________ __________________ 920-00438 Om Engage, Premier Support, Virtual Appliance contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-00438 4014 339.00 ea __________________ __________________ 920-00435 511210 Engage, Premier Support, Enterprise License, Per Bed contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 920-00435 4015 1.00 ea __________________ __________________ 240-01405 Om Vocera Premier Plus Support Services Upgrade (annual) contract Period: Option 4 pop Begin: 09-01-2029 pop End: 08-31-2030 local Stock Number: 240-01405 grand Total __________________ 3. Applicable Documents. In Performance Of The Tasks Associated With This Performance Work Statement, The Contractor Shall Comply With The Following: 44 U.s.c. § 3541,â  Federal Information Security Management Act (fisma) Of 2002 fips Pub 201, Personal Identity Verification Of Federal Employees And Contractors, March 2006 5 U.s.c. § 552a, As Amended, The Privacy Act Of 1974 42 U.s.c. § 2000d Title Vi Of The Civil Rights Act Of 1964 va Directive 0710, Personnel Suitability And Security Program, September 10, 2004 va Directive 6102, Internet/intranet Services, July 15, 2008 36 C.f.r. Part 1194 Electronic And Information Technology Accessibility Standards, July 1, 2003 office Of Management & Budget (omb) Circular A-130, Management Of Federal Information Resources, November 28, 2000 32 C.f.r. Part 199, Civilian Health And Medical Program Of The Uniformed Services (champus) an Introductory Resource Guide For Implementing The Health Insurance Portability And Accountability Act (hipaa) Security Rule, October 2008 sections 504 And 508 Of The Rehabilitation Act (29 U.s.c. § 794d), As Amended By The Workforce Investment Act Of 1998 (p.l. 105-220), August 7, 1998 homeland Security Presidential Directive (12) (hspd-12) va Directive 6500, Information Security Program, August 4, 2006 va Handbook 6500.6, Contract Security, March 12, 2010 program Management Accountability System (pmas) Portal (reference Pws References Technical Library At Https://www.voa.va.gov/) national Institute Standards And Technology (nist) Special Publications 4. Scope. The Contractor Shall Deliver To The Government A Communications Solution (referred To Heretofore As The System) Which Uses A Wearable Badge And An Application Installed On Government Furnished Equipment (gfe) Iphone To Link A Variety Of Hospital Systems Together To Streamline Facility-wide Communication. The System Shall Be Capable Of Bidirectional Communication Of Patient Information With Vista/cprs And Cerner (or Equivalent) Ehmrs (detailed In Section 6.6.x Integration Capabilities). The Contractor Shall Provide Software, A Perpetual Software License, Hardware, Installation, Implementation, Training, Software Maintenance, Upgrades, And Technical Support Services. Across All Tasks And Deliverables, The Contractor Shall Provide Project Planning And Management Support. More Details Regarding Specific Deliverables Are Provided Below. 5. Installation And Implementation: The Contractor Shall Provide All Services And Supplies Required To Install The System At The Portland And Vancouver Va Campus Locations, Including The Setup, Configuration, And Testing Of All Virtual Servers And Interfaces Required To Achieve Integration Of The System. The System Will Be Scalable With Supporting Quantities Of Badges And Smart Badges For The Portland Campus And Badges For The Vancouver Campus. They Are Replaced As The Need Becomes Necessary. 5.1 The Contractor Shall Provide An On-site Readiness Assessment Covering The Portland And Vancouver Va Campuses. This Assessment Will Examine The Current Network Infrastructure, Including Wi-fi Hardware And Coverage, To Determine Its Ability To Support The System. 5.1.1 The Contractor Will Make Recommendations To The Va Regarding Any Changes Or Additions To The Current Network Infrastructure Which Would Be Necessary For Successful Implementation And Sustainment Of The System. 5.2 The Contractor Shall Conduct A Series Of Call Flow Design Sessions. The Design Sessions Will Consist Of Clinical Call Flow Analyses To Develop Clinical Roles, Groups, Forwarding, Naming Conventions, And Permanent And Temporary Group Parameters. 5.2.1 The Contractor Shall Also Document, Design And Develop Room Groups For Staff Assignments, Allowing End User Association With Room/group Roles Nested Within The Call Flow Design. 5.2.2 The Design Calls Shall Also Include Functional And Technical Design For Any Interfaces With 3rd Party Systems. 5.2.3 Contractor Shall Perform Analysis With Biomed And Information Technology Departments To Ensure Proper Integration With Current Hospital Systems, I.e. Nurse Call System. 5.2.4 The Contractor Shall Produce Visio Or Equivalent Diagram(s) To Document The Call Flows And Integrations With External Systems (phones, Nurse Call, Etc.) As Discussed In The Design Sessions. 5.3 The Contractor Must Receive Written (such As Via Email) Acceptance Of The Key Deliverables Listed Below From The Va Prior To Proceeding With System Implementation. 5.3.1 Initial Site Readiness Survey 5.3.2 Workflow/system Design, Including Call Flows & Any 3rd Party Integrations 5.3.3 Project Plan (including Any Decisions Regarding Timeline, Options For Staggered Rollout, Etc.) 5.4. Change Orders For The Project Plan Must Be Initiated By The Va In Writing (such As Via Email) And Mutually Agreed Upon Prior To Institution Of Any Changes. 5.5 Installation And Implementation Shall Not Be Considered Complete Until The Government Has Verified That The System Is Fully Functional And Available For Use Without Further Configuration And/or Programming, By Trained Va Staff, At All Required Locations. 5.6 The Contractor Must Comply With National And Local Va Policies Regarding On-site Work, Including (but Not Limited To) As Applicable: Online Training, Contractor Orientation, Notification Policy For Work On-site, Icra/ilsm Development, Obtaining Piv Or Other Credentials. 6. System Performance: The Contractor Shall Deliver A System To Va That Includes And Meets Or Exceeds The Following: 6.1 The System Shall Be Designed, Installed, And Implemented To Deliver 95% Or Better System Uptime. 6.2 The System Shall Provide, At Minimum, The Following Functionality: 6.2.1 Provide A Communication Solution Using A Badge Or Smart Badge With An Application Installed On Gfe Phones That Links A Variety Of Hospital Systems Together To Streamline Facility-wide Communication. 6.2.2 Reduce Alert Fatigue By Creating Workflows That Direct The Right Alerts To The Right People And Reduce Extraneous Alerts. consolidate The Numerous Existing Communication Devices Into One Wireless Device. improve Efficiency And Patient Safety By Reducing The Need To Check The Computer For Stat Orders Or Return To The Nurses Station To Answer Call Lights. ability To Be Used Inter-departmentally Throughout The Facility. provide A Variety Of Device Options To Accommodate Needs Of Various Clinicians And Support Staff: Voice-controlled/hands-free Badge With Breakaway Lanyard, Ability To Add Vendor Application To Existing Gfe, Iphone, Desktop App. automated Communication Workflows And A System Which Links Into Existing Hospital Notification And Alarm Systems. ability To Track Usage Data On The System And Devices. user And Group Management Functionality: active Directory Information Can Be Used To Create And Manage User And Group Information And Workflow. end-user Privilege Management: User Configuration Options, Group Configuration Options, Configurable Group Privileges, Assignment Of Management Authority. contractor Shall Provide A Full-time, Onsite System Administrator To Help Configure And Test User Profiles, Manage User Accounts And Reset Passwords. integration Capabilities: integrate With The Current Vista Computerized Patient Record System (cprs) And Cerner (or Equivalent) For Various Notifications. I.e. Stat Orders, Critical Lab Results, Prn Effectiveness, Etc. any Software Which Would Need To Be Utilized By End Users Shall Be Trm-approved So It May Be Allowed To Be Installed On It Workstations And Not Require Purchase Of Additional Computers. any Mobile Aspect Of The Solution Should Have Approval By The Va To Be Accessed On Gfe Mobile Ios Phones. integration With Current And Future Planned 3rd Party Systems: -centrak Patient Elopement System (for Vancouver) -code Blue Paging System -bed Management System -current Nurse Call System Using Either Spok Or Engage To Link To Badges -getwell Network -facility Pagers -transport Communication Devices -cisco Desk/mobile Phones -external Phones (sms) -email -active Directory -virtual Patient Monitoring hardware Requirements: 6.5.1 The Contractor Shall Provide A System Which Can Be Operated Exclusively On A Virtual Server Platform Which Requires No Physical Hardware. 6.5.1.2 The Va Will Provide The Virtual Servers Required For The System For The Portland And Vancouver Va Campuses. contractor Shall Provide All Materials (hardware, Licenses, Software, Etc.) Required To Establish Complete And Separate Systems For The Portland And Vancouver Campuses. contractor Shall Provide All Device Hardware, Batteries, And Chargers Required For Complete Deployment Of The Proposed System. all Wireless Communication Devices Must Be Fips 140-2 Certified. devices Must Be Resistant To Background Noise And Have Voice Recognition Capabilities To Support Use In High Noise Environments. batteries Should Have The Ability To Do A Hot Swap. Battery Life Must Last For An Entire 12-hour Shift. Minimum: 3 Hours Of Talk Time. device Must Have Privacy Options Or Headset Jacks. devices Must Be Durable And Resistant To Breaking Caused By Drops, Or Normal Wear And Tear. voice-controlled/hands-free Device Should Be Lightweight. No More Than 3.5 Oz. Including The Battery. devices Must Work On A Shared Device Model (log In And Out Of The Device By Multiple Users). network Requirements: system Shall Utilize The Existing Government Owned And Operated Network. contractor Shall Provide Recommended Upgrade Specifications For Government Owned And Operated Networks, To Be Acquired And Installed Under Separate Contract, Including Ongoing Consultation And Recommendations As System Upgrades Are Disseminated, Throughout The Life Of The Contract. initial And Ongoing Maintenance, Support, And Service: contractor Shall Provide Nursing Assignment Integration. contractor Shall Certify All System Component Updates, Upgrades, Bug Fixes, And Other Recommended System Modifications Are Rigorously Tested And Proven To Be Stable Prior To Installation And Implementation. contractor Shall Not Install And/or Implement Any Custom, Alpha, Or Beta Developmental Software Versions, Modules, Plug-ins, Etc. Beyond The Version(s) Specified Within The Original Proposal Without Written Contracting Officer Approval Prior To Installation Of The Same. contractor Shall Provide An Initial List Of Any/all 3rd Party Software Components Included In The System And Update List Whenever Any 3rd Party Components Are Added, Deleted, Or Modified. contractor Shall Provide An Initial Planned Release Schedule Including Major As Well As Feature/function Releases And Provide Updates To The Planned Release Schedule Immediately When Any Change Is Made To The Schedule (same Day). contractor Shall Provide Complete Descriptions Of All System Upgrades Including Dates Within The Calendar Year Prior To Initial System Installation. contractor Shall Provide A Complete Description Of The Licensing Model(s) Employed At The Time Of Original System Installation And Not Change The Licensing Model Without Written Approval From The Contracting Officer. contractor Shall Maintain And Provide An Initial And Updated List Of Any/all Known Compatibility Issues To Include Issues With Antivirus Software. contractor Shall Provide Ongoing Operating System And Database Updates Throughout The Life Of The Contract At No Additional Charge. contractor Shall Provide A Persistent, Full-time Employee To Serve As A System Administrator, Whose Duties Shall Include The Following: be Assigned To Physical Workspace At The Va Portland Va Health Care System. begin Working With The Va From The Start Of The Planning/implementation Phases Of The Project. serve As Ongoing Trainer For New And Existing Employees, As Well As For Back-up System Administrators Identified By Va. configure And Test Existing And New User Profiles Or Groups In The System. manage User Accounts, Password Resets. assist With Design And Creation Of New Workflows Throughout The Life Of The System As Identified By Va Portland Or Vancouver Staff On An Ongoing Basis. This Includes Integration With Future Hospital Technologies Such As Upgraded Nurse Call System. contractor Shall Provide Remote System Support Via Vpn/remote Access (note: Contractor Shall Utilize The Va National Site-to-site Vpn, Or The Contractor Shall Work With The Office Of Cyber And Information Security And Visn20 Information Security Officers To Establish A Client-based Vpn). contractor Shall Notify The Cor (or Poc If Cor Is Not Available) Within Two (2) Business Hours When Any System Failures Occur That Impair The Ability Of The Contractor To Provide Full Functionality Of The System. contractor Shall Provide A Va Directive 6550 V3 Document For Any Part Of The Solution Considered By The Va To Be A Candidate For Medical Device Isolation Architecture Or Specialized Device Isolation Architecture. contractor Shall Attend Meetings Or Conference Calls Scheduled By The Cor To Address Areas Of Concern And Exchange Information To Ensure Consistent High Levels Of Professional Services. Contractor Shall Be Responsible For All Costs Associated With Attending Meetings And/or Conference Calls. Cor Shall Be Responsible For Scheduling And Coordination Of All Meetings And Conference Calls. contractor Shall Implement And Maintain A Quality Control System That Results In Correction Of Potential And Actual Problems Throughout The Scope Of The Contract Performance. The Quality Control System Shall Contain Processes For Corrective Actions Without Dependence Upon Government Direction And Shall Maintain Records Of All Contractor Quality Control Inspections And Corrective Actions. contractor Shall Work With The Government To Design And Implement Any Changes To The System Configuration Or Integrations With External Systems, As Deemed Necessary By The Government And Mutually Agreed Upon By The Government And The Contractor. 7. Software/software License, Software Maintenance. 7.1 Contractor Is Required To Provide Software, Software License, Software Maintenance Services, And Technical Support For The System. Distribution Of Maintenance Copies Shall Be Accomplished By Using An Appropriate Magnetic, Electronic, Or Printed Media. As Further Defined Below, Software Maintenance Includes Periodic Updates, Enhancements And Corrections To The Software, And Reasonable Technical Support, All Of Which Are Customarily Provided By The Contractor To Its Customers. (1) Definitions. (a) Licensee. The Term Licensee Shall Mean The U.s. Department Of Veterans Affairs ( Va ) And Is Synonymous With Government. (b) Licensor. The Term Licensor Shall Mean The Software Manufacturer Of The Computer Software Being Acquired. The Term Contractor Is The Company Identified In Block 17a On The Sf1449. If The Contractor Is A Reseller And Not The Licensor, The Contractor Remains Responsible For Performance Under This Contract. (c) Software. The Term Software Shall Mean The Licensed Computer Software Product(s) Cited In The Schedule Of Supplies. (d) Maintenance. The Term Maintenance Is The Process Of Enhancing And Optimizing Software And Hardware, As Well As Remedying Defects. It Shall Include All New Fixes, Patches, Releases And Updates, As Further Defined Below. (e) Technical Support. The Term Technical Support Refers To The Range Of Services Providing Assistance For The Software Via The Telephone, Email, A Website, Or Other Format. (f) Release Or Update. The Term Release Or Update Are Terms That Refer To A Revision Of Software Or Hardware That Contains Defect Corrections, Minor Enhancements, Or Improvements Of The Software And/or Hardware Functionality. This Is Usually Designated By A Change In The Number To The Right Of The Decimal Point (e.g., From Version 5.3 To 5.4). 7.2 The Software License Provided To The Government Is A Perpetual, Nonexclusive License To Use The Software. 7.3 The Software Shall Be Used In A Networked Environment. Any Dispute Regarding The License Grant Or Usage Limitations Shall Be Resolved In Accordance With The Disputes Clause Incorporated In Far 52.212-4(d). All Limitations Of Software Usage Are Expressly Stated In The Sf 1449 And The Performance Work Statement. 7.4 Contractor Shall Provide Va With Software Maintenance, Which Includes Periodic Updates, Upgrades, Enhancements, And Corrections To The Software And Hardware, And Reasonable Technical Support, All Of Which Are Customarily Provided By The Contractor To Its Customers So As To Cause The Software And Hardware To Perform According To Its Specifications, Documentation, Or Demonstrated Claims. Any Telephone Support Provided By Contractor Shall Be At No Additional Cost. 7.5 If The Government Allows The Maintenance And/or Technical Support To Lapse And Subsequently Wishes To Reinstate Maintenance And Technical Support, Any Reinstatement Fee Charged Shall Not Exceed The Amounts That Would Have Been Charged If The Government Had Not Allowed It To Lapse. 7.6 If The Licensed Software Or Hardware Requires A Password (or License Key) To Be Operational, It Shall Be Delivered With The Software Media And Hardware And Have No Expiration Date. The Government Requires Delivery Of Computer Software And Hardware That Does Not Contain Any Code That Will, Upon The Occurrence Or The Nonoccurrence Of Any Event, Disable The Software. Such Code Includes But Is Not Limited To A Computer Virus, Restrictive Key, Node Lock, Time-out Or Other Function, Whether Implemented By Electronic, Mechanical, Or Other Means, Which Limits Or Hinders The Use Or Access To Any Computer Software Based On Residency On A Specific Hardware Configuration, Frequency Of Duration Of Use, Or Other Limiting Criteria. If Any Such Code Is Present, The Contractor Agrees To Indemnify The Government For All Damages Suffered As A Result Of A Disabling Caused By Such Code, And The Contractor Agrees To Remove Such Code Upon The Government S Request At No Extra Cost To The Government. Inability Of The Contractor To Remove The Disabling Software Code Will Be Considered An Inexcusable Delay And A Material Breach Of Contract, And The Government May Exercise Its Right To Terminate For Cause. In Addition, The Government Is Permitted To Remove The Code As It Deems Appropriate And Charge The Contractor For Consideration For The Time And Effort In Removing The Code. 8. Project Management. 8.1 The Contractor Shall Establish A Single Management Focal Point, The Project Manager (pm), To Accomplish The Administrative, Managerial Aspects Of This Effort. 8.2 The Contractor Shall Prepare And Deliver A Contractor Project Management Plan (cpmp) That Lays Out The Contractor S Approach, Timeline, And Tolls To Be Used In Execution Of The Pws. The Cpmp Should Take The Form Of Both A Narrative And Graphic Format That Displays The Schedule, Milestones, Risks, And Resource Support. The Cpmp Shall Clearly State How The Contractor Shall Coordinate And Execute Planned, Routine, And Special Data Collection Reporting. 8.3 The Contractor Shall Be Responsible To Proactively Manage Project Risk. The Contractor Shall Perform All Tasks In Accordance With Applicable Va Policies, Directives And Guidance Related To Technology, Enterprise Architecture, And It Governance. The Contractor Shall Create, Maintain, Analyze, And Report Integrated Project Plans And Schedules For The Project, As Defined Below. 8.4 The Contractor Shall Conduct A Kick-off Meeting With The Contracting Officer Representative (cor) And Other Government Representatives Within Ten (10) Calendar Days After Award. The Contractor Shall Present Its Program Plan, Which Includes The Staffing Plan, Contact Information For All Task Participants, Schedule, And Identification Of Key Risk Points, And Mitigation Plans. The Contractor Shall Provide A Schedule Which Will Identify Detailed Tasks And Sub-tasks, Including Task Duration, Milestone Dates, Task Dependencies, Resource Requirements, And Planned Dates For Initial And Final Deliverables. Working Collaboratively With The Government, The Contractor Shall Finalize All Planning And Submit Final Plans To The Cor Following The Meeting. 8.5 The Contractor Shall Provide Activity Reports Bi-weekly Or When Requested By Va Staff. 8.6 The Contractor Shall Utilize Project Metrics To Track, Manage, And Analyze Task Progress And Communicate Findings To The Cor To Ensure Appropriate Focus On Critical Attention Areas. 8.7 The Contractor Shall Create, Maintain, And Apply A Project Schedule For Assigned Projects. The Schedule Shall Identify And Document All Critical Paths Risks And Issues And Include All Applicable Universal Project Milestones. 9. Training. 9.1 The Contractor Shall Provide On-site Training For The Va Employee Groups Listed Below During The Employees Scheduled Shift And Shall Achieve The Training Goals Indicated For Each Group. 9.2 Va Employee Groups Include Technologists, Physicians, Nurses, Housekeepers, Administrative Staff, And Other Health Care Professionals. Training For Each Group Shall Be Provided By Qualified Trainers. It Shall Focus On Actual Use Of The System In A Clinical Setting. The Goal For This Training Is That Trained Staff Shall Be Able To Successfully Utilize Available Features Including Optimizing The System With Little Or No Contractor Support. 9.3 The Contracted Administrator Shall Be Provided Administration Background And Training. Upon Completion Of Training, Contracted Administrators Shall Be Able To Provide Local End-user Support, I.e. Able To Answer/resolve At Least The Top Ten Most Common End-user Questions/issues. Trained Contracted Administrators Shall Be Able To Provide End-user Training. Contracted Administrators Shall Also Be Able To Create/manage User Accounts, Install/configure Client Applications For New Users And Monitor System Utilization. 9.4 The Va Portland Biomedical Engineering And Office Of Information And Technology Technical Teams Are Comprised Of Technical Specialists. Group Members Have Hardware, Software, And Network Expertise. System Training For These Groups Shall Be Provided By The Contractor. Upon Completion Of System Training, The Va Technical Teams Shall Have The Ability To Provide Technical Support For The System. They Shall Understand The Functions Of Each System Component And/or Module. They Shall Be Able To Start The System, Including The Different Services That Make It Up. They Shall Be Able To Locate And Review Application Logs. They Shall Be Able To Resolve At A Minimum The Top Ten Most Commonly Experienced System Issues/problems And Optimize Functions Using All Available System Tools. They Shall Be Able To Monitor System Utilization And Manage Any Required Day-to-day Tasks Required For Optimal System Performance. 9.5 The Contractor Is Responsible For Providing Training That Achieves Stated Goals For Each Service Listed In Table 1. Each Service May Include End-users, Super-users, Biomed And/or Oit. Departments That Will Need Training And User Configuration Include But May Not Be Limited To: table 1: Portland And Vancouver Campuses supply Chain Management path & Lab pharmacy surgery/anesthesia social Work iv Team nutrition & Food Service facilities Management Service bio Medical Engineering environmental Management Service emergency Department remote Telemetry radiology rcs primary Care Clinics specialty Care Clinics behavioral Health Clinics women's Health Clinic nursing (inpatient & Outpatient) community Living Center inpatient Mental Health chaplain Service escort/transport Service ward Clerks 9.6 On-site Training Shall Be Conducted For Each Group As Needed Or When New Employees Come Onboard Via The Onsite Contracted System Administrator. 10. Performance Period. The Period Of Performance Shall Be One (1) Twelve (12) Month Base Period Plus Four (4) Additional Twelve (12) Month Option Periods. 11. Place Of Performance. Contract Performance Shall Take Place At The Contractor S Location(s) And Onsite At Vhaporhcs, Portland And Vancouver Campuses. 12. Travel For Installation, Implementation And Training. The Government Anticipates Contractor Travel Under This Contract. All Travel Shall Be Incorporated Into The Overall Firm Fixed Price For The Contract. No Travel Costs Will Be Reimbursed By Va. 12.1 Travel Is Anticipated For On-site Installation, Implementation, Initial Go Live Training, At All Locations Shown In Table 1. The Government Acknowledges The Possible Use Of Remote Access For Installation And Implementation Purposes, Within The Constraints Of All Applicable Va Information Security Requirements. 13. Government Furnished Equipment/information. The Contractor Shall Be Allowed Access To Government Equipment Including Servers And Network Infrastructure. Information On Government Equipment And Systems Shall Be Provided As Necessary. No Government-owned Property Will Be Transferred Into The Contractor S Control. Additional Software Products May Be Provided By The Government As Identified To Facilitate Contractor Access (e.g. Microsoft Terminal Services). potential Candidates Having The Capabilities Necessary To Provide The Above Stated Supplies At A Fair And Reasonable Price Are Invited To Respond To This Sources Sought Notice Via E-mail To Jennifer Robles At Jennifer.robles1@va.gov No Later Than April 28, 2025, 1pm, Mountain Time. No Telephone Inquiries Will Be Accepted. responses Should Include The Following Information: Company Name, Address, Sam Uei, And Business Size; Point Of Contact Name, Phone Number, And E-mail Address; Whether Services Are Presently Offered On A Current Gsa Federal Supply Schedule Contract, Nasa Sewp Or Any Other Federal Contract. Naics Code 541519, 150 Employees, Is Applicable To Determine Business Size Standard. Any Questions Or Concerns May Also Be Directed Via Email To Jennifer Robles At Jennifer.robles1@va.gov. disclaimer And Important Notes: This Sources Sought Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. The Government Will Treat Any Information Received As Proprietary And Will Not Share Such Information With Other Companies. Any Organization Responding To This Sources Sought Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. The Government May Or May Not Issue A Solicitation As A Result Of This Announcement. There Is No Solicitation Available At This Time.
Closing Date28 Apr 2025
Tender AmountRefer Documents 
521-530 of 529 archived Tenders