Computer Tenders

Computer Tenders

Scientific and Academic Computer Network State Research Institute Tender

Software and IT Solutions
Poland
Purchaser Name: Scientific and Academic Computer Network State Research Institute | Poland – Software Package And Information Systems – „dostawa Oprogramowania Do Wytwarzania I Analizy Kodu W Wielu Językach Programowania W Ramach Projektu Ccn”
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Scientific and Academic Computer Network State Research Institute Tender

Electrical and Electronics...+1Electrical Works
Poland
Purchaser Name: Scientific and Academic Computer Network State Research Institute | "provision of permanent and ad hoc security services for facilities located in Warsaw"
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Scientific and Academic Computer Network State Research Institute Tender

Others
Poland
Purchaser Name: Scientific and Academic Computer Network State Research Institute | Virtual Ngfw Delivery
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Scientific and Academic Computer Network State Research Institute Tender

Furnitures and Fixtures
Poland
Purchaser Name: Scientific and Academic Computer Network State Research Institute | Poland – Software Package And Information Systems – Dostawa Sprzętu I Oprogramowania Do Budowy Chmury Prywatnej
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Scientific and Academic Computer Network State Research Institute Tender

Services
Software and IT Solutions
Poland
Purchaser Name: Scientific and Academic Computer Network State Research Institute | Poland – Software Programming And Consultancy Services – Usługi Konsultacyjno-doradcze It W Zakresie Wdrożenia Platformy Openstack
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Scientific and Academic Computer Network State Research Institute Tender

Furnitures and Fixtures
Poland
Purchaser Name: Scientific and Academic Computer Network State Research Institute | Poland – Software Package And Information Systems – Dostawa Sprzętu I Oprogramowania Do Budowy Chmury Prywatnej
Closing Date24 Jan 2025
Tender AmountRefer Documents 

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 

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Details: ****this Sources Sought Was Updated On 12/12/24 At 12:17 Pm Est To Clarify The Response Date For Capability Packages**** this Is A Request For Information (rfi) Only this Rfi Is Issued Solely For Market Research Purposes. It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Air Force (af) Is Not Seeking Proposals, Nor Will It Accept Unsolicited Proposals At This Time. respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. the Government Is Seeking Responses From 8(a) Small Business Vendors Only. The Respondent Must Self-certify As A Small Business Under North American Industry Classification System (naics) Code 541511 – Custom Computer Programming Services. background & Description the Business & Enterprise Systems (bes) Through Air Force Life Cycle Management Center (aflcmc) Technical Data Section (gbs) Located At Wright-patterson Air Force Base Is Conducting Market Research To Seek Qualified 8(a) Vendors Under The North American Industrial Classification System (naics) Code 541511. the Government Is Researching Vendors Capable To Encompass The Sustainment, Modification, And Support Efforts For The Enhanced Technical Information Management System (etims) Within The Air Force Common Computing Environment (af Cce). The Requirement Will Include, But Not Limited To, The Following: Modify Current Capabilities Along With Software Maintenance, Sustainment, Enhancement, Modification, System Design And Development, System Performance And Metrics, Performance Monitoring, Database Design And Development, Test And Evaluation, Maintenance, Training, Integration, Migration, Risk Management, Configuration Management, Section 508 Compliance, Documentation Updates, Meeting Support, Helpdesk Support/diagnostics (levels I, Ii, And Iii), Production Support, And Commercial Off The Shelf (cots) Upgrades etims Is The Usaf Defense Business System (dbs) For Managing Technical Orders (tos) And Computer Program Identification Numbers (cpins); Managing To/cpin Records; Managing To/cpin Accounts; Managing To/cpin Distribution And Printing Of Physical Media Tos; Managing, Storing, And Distributing Of Etos. The Overall Etims Enterprise Capability Is Comprised Of The Following Major Components And External System Interfaces: major Components: cloud One (c1) etims Software electronic Technical Order (eto) Content Management (ecm) Software external Interfaces: defense Logistics Agency (dla) Document Services Online (dso) reliability & Maintainability Information System (remis) security Assistance Technical Order Distribution System (satods) technical Order Authoring And Publishing (toap) advancing Analytics (advana)/basing And Logistics Analytics Data Environment (blade) etims Enables A Fully Integrated Eto Capability To View And Use Etos At The Point Of Use, A Fully Integrated Print On Demand (pod) Service Through Dla, And Af To Library Currency And Accuracy. Etims Leverages Existing C1 Services, Provides The Ecm Functionality, And Dla Dso Printing Service For On-demand Physical Media To Printing. Details Of The Functional Requirements Can Be Found In The Etims System Requirements Document (srd). through Its Ecm Component, Etims Provides A Combination Of Services And Capabilities To Support Eto Distribution And Viewing. Etims Provides The Permissions For Eto Access To The Ecm Component Which Supports Eto Distribution To Etims Electronic Tools (etools) Used For Viewing Etos. The Ecm Component Of Etims Is A Major Step Towards The Af To Concept Of Operations (conops): “… To Provide User Friendly, Technically Accurate, And Up-to-date Digital Technical Data At The Point Of Use That Is Acquired, Sustained, Distributed And Available In Digital Format From A Single Point Of Access For All Technical Data Users.” the Scope Of Work Summarized Above Is Provided For Information Purposes Only And Should Not Be Interpreted As A Complete List Of Requirements. All Qualified Vendors/sources Capable Of Providing These Services Are Being Sought. Capability Packages Need To Demonstrate, Through Past Experience Or Otherwise An Understanding And/or Familiarity With The Etims Mission. scope Of Services this Rfi Requests A Capability Package Describing Your Team’s Experience & Understanding Of The Following: designing/supporting Systems And The Policies And Procedures For Software And Systems Which Will Operate Within The Af Cce providing Operational System, Application, And Database Administration For An Enterprise Java And .net Application Within An Externally Hosted, Cloud-based Af Cce developing/supporting Systems Hosted By The Externally Hosted, Cloud-based Af Cce af Cce Development, Test And Production Operations And Support Policies And Procedures architecture Development And Sustainment For A Wholesale And Retail To/cpin Management System To Include The Incorporation Of Other Related Legacy Systems supporting A Large Scale, Integrated To/cpin Management System software Development/sustainment Maintenance Activities For Large Scale, High-user Load, Integrated Environments wholesale And Retail Technical Data Management, To/cpin Increment Management And Supporting Software Applications conducting Software Testing Activities And Supporting Government Testing Activities designing And Testing Software For Performance For Both Web And Stand-alone Applications To Include Processes For Creating Relevant Usage Models And Appropriate Test Parameters transitional Startup Of The Software Maintenance And Support Activities For Software Or Systems That Were Previously Designed, Implemented, And Supported By Another Provider requirements Investigation, Analysis, And Planning For Software Maintenance Activities In Accordance With Air Force Program Executive Officer, Business And Enterprise Systems (af Peo/bes) Bes, Hq Af/a4, And Hq Afmc/a4 Policies And Procedures To Include Dodi 5000.75 And Dod Enterprise Devsecops designing And Performing Routine And Emergency System Continuity Of Operations (coop) Activities. identification, Purpose And Development Of Required/recommended Artifacts Associated With Each Business Capability Acquisition Cycle (bcac) Phase af Peo/bes Testing Policies And Processes Following Af Best Practices documenting An Af It Systems In Accordance With The Department Of Defense Architecture Framework (dodaf) And Dod Secure Cloud Computing Architecture (scca) supporting The Department Of Defense Risk Management Framework (rmf) Process supporting Dod Public Key Infrastructure/public Key Enablement (pki/pke) af Or Other Dod Agency To/cpin Management Policies And Procedures af Technical Data Repositories And Their Associated Metadata To Include The Data Exchanged Between The Various Mission Support Systems Both Within And External To The Af monitoring System Performance, Networks, Fine Tune Data Bases, Etc. maintaining Complex Configuration And Setup Of Ecm Primary To Secondary Technology providing Help Desk Support For Air Force Enterprise To/cpin Management And Publishing Applications breadth And Depth Of Knowledge Of Rational Suite Tools, Apache Jmeter, Smart Bear Zephyr, Test Complete, Really Simple Syndication (rss) Technologies, Message Queue (mq) Messaging, Enterprise Service Bus, Microsoft Structured Query Language (sql) Db, Oracle Db, Apple Hardware/software, Linux Operating System, Microsoft (ms) Windows Server, Sql Server Database & .net, C, Java, Java Script, Oracle, Server, Relational Database (rdb), Portable Document Format (pdf), Id Web, Atlassian Confluence, Atlassian Jira, Sharepoint Interlink, Cloudformation (aws), Ansible, Acas, Config (aws), Xacta 360, Cloudtrail (aws), Cloudwatch (aws), Guacamole, Ssm (aws), Beanstalk (aws), Jenkins, Git Client, Bit Bucket, Artifactory, Fortify, And Xray. Include Experience For Each. providing Understanding, Expertise And Leadership Of Migrating From A Highly Af Information Technology-based Business Services Model To An Efficient, Effective Continuous Software Delivery Model Suited To Meet The Challenges And Support Of Agile Principles. developing, Testing, Deploying And Maintaining In An Ios And Macos Environment. capabilites Package the 8(a) Small Business Vendor Cover Letter Should Include The Following Information: company Name, Website Address, Location, Cage/duns Number point Of Contact (poc) Information: Name, Phone Number, Fax Number, Website, And Email Address company’s Small Business Size, 8(a) Graduation Date. Please Refer To Federal Acquisition Regulation Far 19 For Additional Detailed Information On Small Business Size Standards. The Far Is Available At Http://farsite.hill.af.mil/. an Acknowledgement Of Your Registration For Naics Code 541511 qualification Information (type & Duration Of Employee Experience Directly Relevant To The Requirements) level Of Involvement Information (prime/sub-contractor) And Timeframe(s) For Work On Similar Projects vendors Responding To This Rfi Should Include The Following Information: responses To The Items Listed In The Above Section, Scope Of Services. a Paragraph Of Brief Bullets Pertaining To The Following: (1) Level Of Contractor’s Interest (likelihood Of Submitting A Proposal As A Prime Contractor) (2) Demonstrated Capability To Perform Or Manage As A Prime Contractor Or As A Subcontractor For The Technical Data Services Described Above (3) Financial Capability To Perform As A Prime Contractor Or As A Subcontractor And Execute Task Orders (4) Ability To Provide Additional Services/capabilities In The Event Of An Immediate Surge Requirement (5) Potential Teaming Arrangement If Likely To Submit A Proposal (6) What Experience (type And Duration) The Contractor’s Employees Have That Are Considered Directly Relevant To These Systems (7) Ability To Support The Dd 254 Security Requirement (8) Ability For All Direct Support Contractor Personnel To Pass A Tier 1 (t1) Investigation {previously National Agency Check (naci)} (9) Ability For Contractor Personnel That Require Access To Operational Defense Information Systems Agency (disa) Facilities, Operational Air Force Data Systems, And Networks To Possess A Secret Clearance interested Parties Should Provide A Capabilities Package To Be Included As Part Of The Af Market Research Indicating Their Capability Of The Items Stated In Section “scope Of Services.” responses interested And Eligible 8(a) Small Business Vendors Under Naics 541511 Are Requested To Submit Their Capabilities Package In Ms Word Or Pdf Format Due No Later Than 3:00 P.m. Est On Friday, 3 January 2025. Responses Shall Be Limited To Ten (10) Pages, 12-point Times New Roman Font. All Submissions Are Via E-mail Only To Contracting Officer, Mr. Scott Ashelman, At Scott.ashelman@us.af.mil And A Courtesy Copy To Mr. Eric Lagasse, At Eric.lagasse@us.af.mil. The Government Will Not Entertain Telephone Calls For This Rfi; Related Questions May Be Emailed To The Contracting Officers. summary this Is A Request For Information Only; This Rfi Is Issued Solely For Market Research. The Information Provided Within Is Subject To Change And Does Not Commit The Government. The Af Has Not Made A Commitment To Procure Any Of The Items Discussed, And Release Of This Rfi Should Not Be Construed As Such A Commitment Or As Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. All Submissions Become Government Property And Will Not Be Returned. this Is A Request For Information (rfi) Only
Closing Date3 Jan 2025
Tender AmountRefer Documents 

FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol - 1 Gallon 20 300.00 6,000.00 2 Piece All Purpose Cream 25 90.00 2,250.00 3 Piece Aluminum Pie Plate 6 Inches 5 70.00 350.00 4 Piece Angle Grinder (100 Mm) 2 2,500.00 5,000.00 5 Piece Angle Grinder (180-230 Mm) 1 3,000.00 3,000.00 6 Piece Baking Pan 6/3 Inches 5 50.00 250.00 7 Piece Baking Powder 10 50.00 500.00 8 Piece Baking Soda 1 50.00 50.00 9 Piece Ballpen Black 50 10.00 500.00 10 Piece Ballpen, Blue 50 10.00 500.00 11 Piece Bench Grinder 3/4 Hd 1 2,400.00 2,400.00 12 Piece Bleach Colorsafe, 3600 Ml 30 300.00 9,000.00 13 Piece Bleach, 3785 Ml 30 200.00 6,000.00 14 Piece Butter 20 100.00 2,000.00 15 Piece Desktop Calculator - 12 Digits, 2-way Powered (solar + Battery) Calculator 10 1,600.00 16,000.00 16 Piece Chipping Hammer 10 350.00 3,500.00 17 Piece Circuit Breaker 20 Amps 5 240.00 1,200.00 18 Piece Claw Hammer 5 250.00 1,250.00 19 Piece Computer Keyboard 5 1,000.00 5,000.00 20 Piece Computer Mouse 5 500.00 2,500.00 21 Piece Conference Notebook 50 190.00 9,500.00 22 Piece Corn Oil 2 250.00 500.00 23 Piece Correction Tape 50 30.00 1,500.00 24 Piece Cross Cut Saw 5 250.00 1,250.00 25 Piece Customized Received Stamp For The Principal's Office 2 500.00 1,000.00 26 Piece Cutting Disc 4 Inches 100 85.00 8,500.00 27 Kg Cw Nails # 1 20 75.00 1,500.00 28 Kg Cw Nails # 1 1/2 20 75.00 1,500.00 29 Kg Cw Nails # 2 20 75.00 1,500.00 30 Kg Cw Nails # 2 1/2 20 75.00 1,500.00 31 Kg Cw Nails # 3 20 75.00 1,500.00 32 Kg Cw Nails # 4 20 75.00 1,500.00 33 Piece Dater Stamp 10 1,800.00 18,000.00 34 Piece Diploma 580 25.00 14,500.00 35 Piece Diploma Jacket 580 40.00 23,200.00 36 Piece Dishwashing Liquid 20 200.00 4,000.00 37 Piece Disinfectant Spray, 510 G 50 650.00 32,500.00 38 Piece Double Sided Tape 5 50.00 250.00 39 Piece Dry Seal Of The School 2 2,500.00 5,000.00 40 Tray Egg 20 300.00 6,000.00 41 Kg Electrode Welding Holder 300-500 Amps 5 300.00 1,500.00 42 Piece Multi-purpose Glue, 130g 50 40.00 2,000.00 43 Can Evaporated Milk 20 70.00 1,400.00 44 Piece Expanded Plastic Envelope, Long 50 95.00 4,750.00 45 Piece Floor Wax - 90 Grams 70 40.00 2,800.00 46 Kg Flour 20 75.00 1,500.00 47 Piece Foot Rug 30 30.00 900.00 48 Piece Frame, A4 50 100.00 5,000.00 49 Meter Fringes, Green 150 30.00 4,500.00 50 Meter Fringes, Yellow 150 30.00 4,500.00 51 Piece Glue Stick 50 5.00 250.00 52 Piece Glue Stick, Small 100 5.00 500.00 53 Piece Grinding Disc 4 Inches 50 30.00 1,500.00 54 Piece Grinding Disc 7 Inches 20 50.00 1,000.00 55 Piece Ground Clamp For Welding 5 300.00 1,500.00 56 Piece Hand Soap 50 50.00 2,500.00 57 Piece Hand Towel 10 40.00 400.00 58 Piece Hdmi Cable - 5 Meter 50 350.00 17,500.00 59 Piece L Square 2 300.00 600.00 60 Piece Led Buld 100 Watts 80 150.00 12,000.00 61 Tank Lpg Refill 10 1,300.00 13,000.00 62 Piece Masking Tape, 2" 50 120.00 6,000.00 63 Piece Medal Bronze 500 40.00 20,000.00 64 Piece Medal, Gold 200 40.00 8,000.00 65 Piece Medal, Silver 200 40.00 8,000.00 66 Meter Organsa Cloth 10 60.00 600.00 67 Can Paint, Tinting 1/4l, Black 3 160.00 480.00 68 Can Paint, Tinting 1/4l, Blue 3 160.00 480.00 69 Can Paint, Tinting 1/4l, Green 3 160.00 480.00 70 Can Paint, Tinting 1/4l, Red 3 160.00 480.00 71 Can Paint, Tinting 1/4l, Yellow 3 160.00 480.00 72 Can Paint, White , Gallon 4 800.00 3,200.00 73 Piece Paper Cutter 20 50.00 1,000.00 74 Piece Pencil 50 15.00 750.00 75 Roll Plastic Cover, Regular, Roll 10 950.00 9,500.00 76 Piece Plier / Tong 10 350.00 3,500.00 77 Sheet Plywood 1/4x4x8 10 240.00 2,400.00 78 Piece Pull-push-roll 3 150.00 450.00 79 Spool Ribbon, Green 1", Spools 50 190.00 9,500.00 80 Spool Ribbon, Yellow 1", Spools 50 190.00 9,500.00 81 Pack Rubber Band 15 30.00 450.00 82 Piece Scissors 50 100.00 5,000.00 83 Piece Scotch Tape, 2" 50 70.00 3,500.00 84 Meter Silk Satin Green 30 50.00 1,500.00 85 Meter Silk Satin Yellow 30 50.00 1,500.00 86 Set Soft Broom With Dust Pan 70 150.00 10,500.00 87 Set Sponge Mop With Squeezer 30 500.00 15,000.00 88 Piece Staple Gun Tacker (heavy Duty) 5 160.00 800.00 89 Box Stranded Wire # 12 1 2,500.00 2,500.00 90 Sheet Sytrofoam Board, 75cmx35cmx2cm 50 200.00 10,000.00 91 Box Thumbtacks 50 10.00 500.00 92 Pack Tissue Paper, 12's 50 160.00 8,000.00 93 Piece Token For Guest Speakers 3 500.00 1,500.00 94 Piece Usb Flash Drive 1tb 20 500.00 10,000.00 95 Pack Vellum, A4 150 50.00 7,500.00 96 Piece Vise Grip 25 250.00 6,250.00 97 Piece Weighing Scale (25 Kg Capacity) 3 2,000.00 6,000.00 98 Piece Welding Aprons 20 400.00 8,000.00 99 Meter Welding Cable 2/0 50mm 20 Meters 1 2,000.00 2,000.00 100 Kg Welding Electrode # 6011 10 140.00 1,400.00 101 Kg Welding Electrode # 6013 10 140.00 1,400.00 102 Kg Welding Electrode # 7018 10 140.00 1,400.00 103 Piece Welding Gloves 20 250.00 5,000.00 104 Piece Welding Machine 300 Amp, Ac Welder Single Phase, Fan Cooled, Good Arc Starting And Arc Force, Stable Arc High Quality Welding, Deep Melting Pool Stepless Current Adjustment Stable Performance, Can Work Continuously Rated Output Current : 300a Power Voltage : 220v Current Range : 90 To 300a Coil Winding: Copper Usable Electrode : 2.5mm To 6mm 25kva / 13kw 1 15,000.00 15,000.00 105 Piece Welding Mask 20 400.00 8,000.00 106 Kg White Sugar 10 120.00 1,200.00 Total 285,850.00 Amount In Words: Two Hundred Eighty Five Thousand Eight Hundred Fifty Pesos Only
Closing Date10 Jan 2025
Tender AmountPHP 285.8 K (USD 4.9 K)

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Details: *notice: This Is A Sources Sought Announcement. No Proposals Are Being Requested Or Accepted At This Time. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. * supporting Documents: draft Performance Work Statement (available Upon Request) comment Resolution Matrix system Requirements Document (available Upon Request) purpose the Purpose Of This Sources Sought Is To Conduct Market Research To Determine If Responsible Sources Exist, To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside. The Proposed North American Industry Classification Systems (naics) Code Is 811210 Electronic And Precision Equipment Repair And Maintenance. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Is Determining Interest From Small Businesses, To Include 8(a) Service-disabled Veteran Owned, Hubzone, And Women-owned Small Business. The Government Requests That Interested Parties Respond To This Notice, If Applicable, And Identify Your Small Business Status. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers During The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And The Work Accomplished By The Teaming Partner(s). The Government Is Flexible With The Naics Code And Companies Can Recommend Other Codes If They Feel A Different One Would Be More Applicable. this Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information For Planning Purposes Only. This Notice Does Not Constitute A Request For Proposal (rfp), Request For Quote, Invitation For Bid, Nor Does It In Any Way Restrict The Government To An Ultimate Acquisition Approach. The Government Encourages All Responsible Businesses, Including Small Businesses, To Respond To This Sss; However, The Government Is Not Liable For Any Costs Incurred By Any Respondent To Prepare And/or Submit Its Response To This Sss. The Government Will Not Return Submittals To The Sender. as Stipulated In Far 15.201(e), Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists Currently; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government’s Discretion. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. The Government’s Assessment Of The Capability Statements Received Will Factor Into Any Forthcoming Solicitation Which May Be Conducted As A Full And Open Competition Or As A Set-aside For Small Business. remote Visual Assessment System Description the Remote Visual Assessment (rva) System Provides Video Surveillance Of Top-side Activity At The Usaf Minuteman Iii (mmiii) Launch Facilities (lfs), Missile Alert Facilities (mafs) And Missile Support Centers (msc). Rva Is A Diverse Network Distributed Across Three Missile Wings (mws): Malmstrom Afb, Mt (wing I), Minot Afb, Nd (wing Iii), And Fe Warren Afb, Wy (wing V), Strategic Missile Integration Complex (smic) At Hill Afb, Ut, Jgsoc Barksdale, La And Network Operations Center (noc) Near Hill Afb, Ut. The System Provides Real-time Threat Assessment And Situational Awareness For Critical Nuclear Assets By Security Forces (sf). Rva Consists Of A Fixed Camera And A Pan-tilt-zoom (ptz) Camera Mounted On The Same Pole, Outside The Fence Of Each Lf. Signals Are Transmitted Through Point To Point (ptp) Radios, Utilizing Supporting Network Equipment Including Routers, Switches, Firewalls And Cabling. The Rva System Is Running 24/7 At All Locations And Data Transmission Is Secured Through End-to-end Encryption. rva Is Currently Being Sustained On A Contractor Logistic Support (cls) Contract. The Cls Contract Provides Efficient And Effective Depot-level Maintenance For: 1) Physical Interfaces At The Lf; 2) Physical Interfaces At Monitoring Stations; 3) Rva Surveillance System; 4) Rva Monitoring System; And 5) Rva Data Transmission System. The Standalone Rva Components Are All Commercial-off-the-shelf (cots), Integrated Into A System. launch Facility lfs Are Unmanned Facilities Where Operational Mmiii Missiles Are Located. The Rva System Monitors The Top Side Of The Lf For Sfs. Rva Equipment At The Lf Externally Mounts To A Concrete Pole At Approximately 30 Feet High Outside Of The Lf Fence. The Equipment Is Stored In A Weather-rated Enclosure. The Enclosure At The Lf Has Sensors To Detect Door Tampering/unauthorized Access, Which Triggers A Notification; The Fsc At The Affected Maf Will Receive A Visual Notification Alarm. The Fixed Camera And The Ptz Camera Are Attached To The Enclosure Containing All Supporting Equipment. The System Uses Ptp Radios To Communicate With The Fsc At The Maf. The System Uses Infrared (ir) Illuminates To Enhance Nighttime Visibility. Rva Uses The Digital Video Recorder (dvr) Located Inside The Enclosure To Store Captured Video Data. missile Alert Facility mafs Are Protected Facilities Manned Via 24/7 Rigorous Access Controls. The Maf Has Cameras At Each Facility And Communication Equipment Requiring Periodic Maintenance. The Fsc Has Full Control Over Two Cameras At Each Of 10 Lfs They Are Overseeing. The Maf Workstation Is Located In The Security Control Center. A Workstation Consists Of One Computer With Two Monitors. The Networking Equipment Transmits Data From The Workstation To The Network Video Recorder (nvr) And Is Stored In A Locked Communication Room. Some Networking Equipment Is Stored In A Weather-rated Box, At The Base Of The Communication Tower Inside The Perimeter Fence. Additional Networking Equipment Is Located Inside The Communication Room. The Towers Range From 120 To 300 Feet Tall. Certified Climbers Are Required To Perform Maintenance And Inspection On Towers. missile Support Center the Msc And Alternate Msc Are Located At Each Of The Three Mws. The Msc Contains Two Rva Workstations Used To Monitor Sites At Each Mw. Each Workstation Consists Of One Computer With Two Monitors. The Msc Also Houses Networking Equipment And Servers To Interconnect Rva Assets. Msc Servers And Networking Equipment Are In The Communication Room. trainers the Trainer Facility Provides Training And Certification For Personnel Operating Rva At The Mafs For Each Mw. There Are Six Fsc Trainers, Two At Each Mw. The Workstations Simulate Situations The Fscs May See In The Field. A Workstation Consists Of One Computer With Two Monitors And Is Used To Evaluate The Fsc’s Performance. Each Mw Has Functional Rva Systems Are Located At Lf Trainer Facilities. The Lf Trainers Contain The Same Equipment Located At An Lf. The Fsc And Lf Trainers Are Also Used To Test Software Updates Before New Software Is Deployed To The Operational Sites. towers the Rva System Utilizes Additional Government And Commercially Own Towers Both On And Off The Mw Bases. These Towers Are Use As Repeaters Or As The Receiving Tower For The Msc. The Towers Are Similar To The Maf Towers; However, They Are Not Manned. Several Towers Are Greater Than 100 Feet With Rva Radios And Antennas On The Tower And Equipment Located On Racks At The Base Of The Tower. Certified Climbers Are Required To Perform Maintenance Of Rva Equipment And Inspection On Towers. Several Towers In Montana Are Located At The Top Of Mountains And Require Special Vehicles For Maintenance Access. network Operations Center/security Operations Center the Network Operations Center (noc)/security Operations Center (soc) Performs 24/7 Monitoring And Troubleshooting Of The Rva System Including All Lfs And Mafs Throughout The Mws. The Noc/soc Is Located Near Hill Afb. The Servers And Networking Equipment, Used For Systems Administration, Are Stored At The Noc/soc. The Noc/soc Provides Remote Software Support For Equipment Failure Ticketing/tracking System, Cybersecurity Patches, And All Field Network Support. strategic Missile Integration Complex the Strategic Missile Integration Complex (smic) Provides Integration Testing For Both Hardware And Software Before Installation And Deployment At The Mws. The Equipment At The Smic Has The Same Functionality As Operational Lf And Fsc Workstation At The Maf. software Integration Lab the Software Integration Labs (sil) Are Designed To Test New Software And Hardware For The Rva System. The Sil Refers To The Lf Enclosures And Not Necessarily The Room. Each Mw Has A Slightly Different Lf Enclosure Configuration. Currently There Are Three Enclosures At The Contractor’s Main Facility That Represent Each Of The Mws; Three Enclosures At The Noc That Represent Each Of The Mws; And One Enclosure At Each Of The Three Mws. description Of Cls Performance Activities the Prospective Contract Awardee Will Be Required To Perform Cls Maintenance At All 450 Lfs, 45 Mafs, 3 Mscs, 3 Alternate Mscs, 6 Flight Security Controller (fsc) Trainers, 3 Lf Trainers, Two Additional Command And Control Workstations And The Noc Near Hill Afb. Missile Field And Base Support Activities Will Require The Contractor To Obtain And Maintain A Facility Security Clearance And Employee Security Clearances. Cls Includes Executing Repair/response Throughout The Three Mws, Capturing, Mitigating, And Reporting On All Field Failure Discrepancies And Anomalies That Prevent Full Functional Operation At Each Individual Lf, Maf, Msc, Trainer And The Noc/soc. Monthly Metrics Program Reporting Of Mean Time Between Failure (mtbf), Mean Time To Repair (mttr), And Availability (ao) Is Required Per Contractor Data Requirements List (cdrl) Requirements To Ensure System Readiness And Operational Performance Over Time At Each Site. A Failure Is Defined As: No Lf Video Being Displayed From A Selected Source On The Fsc Workstation. The Metrics For These Indicators Are Cumulative Month Over Month, And Year After Year .i.e. Running Total Of Operational Hours And Failures Used For Calculating Mtbf, Mttr, And Ao. The Selected Contractor Will Be Required To Maintain A Field Discrepancy Database Capturing All Pertinent Program Metrics. the Rva System Has Been In Sustainment Since 2014, And Many Components Of The System Are Becoming Eol/eos. Sustainment Engineering Will Be Required By Cls Contractor To Identify, Configure, Test, And Deploy Suitable Replacements For Those Components. Contractor Will Also Be Responsible For Sustaining And Modifying Existing Software For Cots Integration. Sustainment Engineering May Also Be Required For Any Government-approved Changes To The Configuration Baseline (i.e. Adding Capability To The Rva System). the Cls Contractor Will Also Be Required To Maintain The Rva System’s Authority To Operate (ato) And Authority To Connect (atc) By Implementing Cybersecurity And Meeting All Applicable Risk Management Framework (rmf) Requirements. classification rva Cls Contractor Clearances Are Required To Facilitate Maf Access And Resolve Maintenance Issues. The Government Will Post Responses To Questions That Are Broadly Applicable To All On The Sam.gov Website. The Government Encourages Unclassified Responses To The Maximum Extent Practicable. administration Questionnaire respondents Should Explain Capabilities And Experience That Meets (or Can Be Modified To Meet) Or Exceeds The Requirements For The Rva Cls Effort Listed In The Sources Sought Sections. Respondents Should Submit Questions And Comments Regarding The Documents For This Effort In Writing To The Government. what Is Your Experience/past Performance In Either Designing Or Sustaining Software-intensive Security Surveillance Equipment? what Is Your Experience/past Performance Sustaining Or Modifying Existing Software? what Is Your Experience/past Performance Creating Software For Cots Integration? describe Your Experience Installing, Maintaining, And Testing Equipment In Extreme Conditions And/or At Remote Locations. describe Your Ability To Manage Sub-contractors, In Terms Of Both Schedule And Performance. describe Your Experience Engineering, Maintaining, Troubleshooting And Integrating Networks And Dod-approved Subsystems. if You Plan To Subcontract, What Percentage And Portion Of The Performance Work Statement Do You Intend To Subcontract? if You Plan To Be The Integrator, What Benefit Is There To Having You As The Integrator? describe How Troubleshooting Would Be Covered For The Mws During Business Days, Weekends And Holidays? what Access Do You Have To Government-shared Databases Or How Would You Recommend Reporting And Providing System Data On A Regular Basis To The Government Program Office? what Contract Type Would You Think Is Appropriate For This Cls Effort? what Is Your Ability In Performing The Required Duties As The Rva Network Administration? what Potential Risks Do You See In Terms Of Cost, Schedule, And Performance? what Is Your Experience With Cybersecurity And Information Assurance Requirements? Specifically, Pertaining To Obtaining Network Systems Authority To Operate (atos) And Software Licensing. what Experience Does Your Company Have With The Following: Generating, Editing, Reviewing, And Validating Drawings, Engineering Change Proposals (ecps), Engineering Orders (eos), Preventative Maintenance Processes, Reliability, Availability And Maintainability (ram) Processes? do You Have The Ability To Update This Information (e.g. Engineering Orders, Engineering Change Notices, And Engineering Change Orders)? Please Describe. does Your Company Currently Maintain And Successfully Execute A Configuration Management System (cms) For Hardware, Software, And Documentation? Please Describe. does Your Company Currently Maintain A Facility Clearance? does Your Company Currently Maintain And Successfully Execute A Quality Management System (qms)? Please Describe. does Your Company Have Past Program Experience Executing Closed Loop-corrective Actions And Total Quality Management Fundamentals, Using Failure Reporting Analysis And Corrective Action System (fracas) Based Principles? Please Describe. does Your Company Have Past Program Experience With Frequency Management And Spectrum Approvals? Please Describe. provide Any Additional Recommendations, Questions And/or Concerns That Might Assist With This Solicitation. preface: Company Information please Provide A Cover Sheet With The Following Information: company Information company Name: designated Point Of Contact: name: title: email: phone: mailing Address: business Type/size: cage Code: duns Number: facility Security Clearance: response Instructions & Disclaimers response Format interested Parties Are Requested To Respond With A White Paper In The Following Format: microsoft Word For Office 2007 (or Newer) Compatible 1-inch Margins 12-point Font, Or Larger respondents Should Submit Answers To The Administration Questionnaire Section respondents Should Submit Questions And Comments Regarding The Attached Performance Work Statement Using The Attached Comment Resolution Matrix. All Documents Will Be Provided Upon Request. submission Instructions And Deadline responses Are Requested No Later Than 4:00 Pm. Mst 17 January 2025. Responses Shall Be Submitted Via Email To: Nathan Corey At Nathan.corey.1@us.af.mil questions questions Regarding This Announcement Shall Be Submitted Via Email To The Government Poc Listed Above. Responses To Questions Will Be Posted To The Fbo Website. disclaimer this Ss Does Not Constitute A Solicitation For Proposals Or Any Obligation On Behalf Of The Government. Vendors That Do Not Respond To This Ss Can And Will Allowed To Attend Any Industry Days That May Be Held And Respond To The Future Rva Cls Rfp. The Responses To This Ss Are Not An Offer And Cannot Be Accepted By The Government To Form A Binding Contract. No Contract Award Will Be Made On The Basis Of This Ss. The Government Will Not Pay For Any Information Received In Response To This Ss, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information. Vendor Participation Is Not A Promise Of Future Business With The Government. Any Information Provided In Response To This Ss Will Be Used For Informational Purposes Only And Will Not Be Returned. All Proprietary Information Should Be Clearly Marked As Such. All Information Submitted By Respondents To This Ss, Including Appropriately Marked Proprietary Information, Will Be Safeguarded And Protected From Unauthorized Disclosure. All Personnel Reviewing The Ss Information Have Been Briefed Regarding Non-disclosure And Organizational Conflicts Of Interest (oci) Issues. This Information Is For Market Research Purposes And Should Not Include Contractor Methodologies, Technical Approaches, Or Any Other Information That May Be Considered Trade Secret Or Information That Is Only Used At Contract Proposal. Draft Rfps Will Be Posted As Soon As The Government Has Gathered All Market Research And Have A Tentative Date For Industry Day/one-on-one Sessions. Ss Information Will Not Be Posted But Possible Future Sss May Be Issued If We Have More Questions.
Closing Date17 Jan 2025
Tender AmountRefer Documents 
7211-7220 of 7457 archived Tenders