Computer Hardware Tenders

Computer Hardware Tenders

City Of Bais Tender

Software and IT Solutions
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, Cpicad, Viz: Item Approved Budget For The Contract (abc) J/sor No. 337-24 Php 2,693,025.00 One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, 36 Sets Computer Hardware Delivery Core I5-12400 Processor Motherboard With Built In Wi-fi 8gb Ddr4 Memory ; 512gb Ssd 2.5" 19" Monitor Led Mouse And Keyboard Usb Mousepad With Voltage Regulator 10 Sets Laptop Computer/netbook Delivery Operating System: Genuine Windows 11 Aluminum Lcd Cover-material 14.0-inch Panel Size ; Intel® Uhd Graphics Led Backlit Touch Screen Touch Panel Brightness 300nits Wuxga (1920 X 1200) 16:10 Intel® Core™ I3-1315u Processor 10m Cache, Up To 4.5ghz, 6 Cores) 8gb Ddr5 So-dimm. 512gb M.2 2280 Nvme™ Pcie® 4.0 Ssd Front-facing Camera With Privacy Shutter Wi-fi 6e(802.11ax) (dual Band) 2*2 + Bluetooth® 5.3 Wireless Card Fingerprint Authentication Backlit Chiclet Keyboard 1x Usb 3.2 Gen 2 Type-c Support Power Delivery 2x Usb 3.2 Gen 2 Type-a ; 1x Hdmi 2.1 Tmds 1x Thunderbolt™ 4, Compliant With Usb4, Supports Display / Power Delivery 1x 3.5mm Combo Audio Jack ; 1x Rj45 Gigabit Ethernet Built-in Speaker. Audio By Dirac Us Mil-std 810h Military-grade Standard Built-in Array Microphone ; Battery 50whrs, 3s1p, 3-cell Li-ion Kensington Nano Security Slot™(6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 (computrace) Trusted Platform Module (tpm) 2.0 Battery Health Charging, Fan Profile, Splendid, Tru2life, Function Key Lock, Wifi Smartconnect, Appdeals Included In The Box Wireless Optical Mouse Reparability Index (for France) 8.0 Ecolabels & Compliances: Epeat Gold, Energy Star 8.0, Fsc Recycled, Reach, Rohs, Tco Certified Warranty: 3years On-site Including Battery And Charger Computer Accessories Delivery 6u Network Data Cabine Apc Ups 650va With Avr 8 Port Gigabit Switch 1000mbps 16-port Gigabit Managed L2 Switch Centralized Wifi Controller Adsl Router With Wifi Ac1200 Wireless Mu-mimo Gigabit Indoor/outdoor Access Point Durable, Weatherproof Enclosure For Outdoor Wi-fi Applications Up To 1200mbps1 With 2×2 Mimo Technology Omada Mesh Technology Enables Wireless Connectivity Between Aps For Extended Range, Making Wireless Deployments More Flexible And Convenient Supports Seamless Roaming To Smooth The Video Playbacks And Voice Calls When Moving Between Locations High Transmission Power And High Gain Antennas Provide A Long-range Coverage Area Cloud Centralized Management For Ultra Convenience And Easy Management Captive Portal Provides A Convenient Method For Guest Authentication Facebook Wi-fi And Sms Authentication Help To Boost Your Business 802.3af/passive Poe (poe Adapter Included) Compatible And Simple Mounting Design Allow For Flexible Deployment And Convenient Installation Webcam Full Hd Usb External Dvd Writer 1tb External Hdd Network External Hdd 1tb 4 Duplex Sheet-fed Document Scanner Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm A4 All-in-one Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r A4 Ink Tank Network Printer Print, Scan, Copy With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct 2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 32gb Flash Drive Usb Digital Multimeter Lan Cable Tester Furniture And Fixture Delivery Customized U-type Computer Table With Capacity Of 36 Computer Units Working Table Whiteboard With Stand It Materials Delivery Rj-45 Plug Network Accessories: Modular Box Rj-45 Cat6 I/o Port 1 Gang Faceplate Pvc Surface Type Utility Box Raceway Or Slotted Pvc 1.5" X 1.5" X 48" Cat6 Utp Cable Belden/hikvision/dahua 305m Fastener Filer Lead Free Spool Fiber Optic Cable 2meters (terminated) Sc/upc-sc/upc Singlemode Simplex 2 Meters Terms Of Reference Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Title: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Approved Budget For The Contract: Php 2,700,000.00 Bid Validity Period: 120 Days Local Office In Negros Island Safety Officer Required And Should Be Regular Employee Certifcate Of Dealership Sealed And Signed By Microsoft Engineer City Government Of Bais Bais City, Negros Oriental, Region Vii Invitation To Bid Project Name: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Description: This Project Aims To Enchance The Information And Communication Technology (ict) Capabilities Of The Local Government Of Unit (lgu) Of Bais City Through The Comprehensive Supply And Installation Of State-of-the-art Network Infrastructure And Equipment. Located At The Bais Training Center, The Initiative Will Facilitate Efficient Data Gathering And Banking Processes, Supporting The City's Administrative Functions And Service Delivery. This Pertains Aims To The Procurement Of Computer Equipment And Fixtures Specifically Designed To Meet The Needs For Data Gathering And Banking Processes. Please Refer To The Document Titled "conformity With Technical Specifications Bidding Enumerated" As Our Terms Of Reference. The Approved Budget For The Contract Is To Be Taken From Data Gathering And Banking (equipment) 2022, Generation And Maintenance Of Gad Database 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee

DEPT OF THE NAVY USA Tender

Software and IT Solutions
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
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.

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Software and IT Solutions
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
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.
81-90 of 85 archived Tenders