Computer Tenders

Computer Tenders

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 

Mindanao State University Tender

Publishing and Printing
Philippines
Details: Description Mindanao State University Reference Nos. 011-25/01-06-2025 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Date : Company Name January 6, 2025 __________________________ Quotation No. : 003-25 Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quoation/offer Is Allowed, Suppliers Who Submitted More Than One Quoation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Uppon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Supplie Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount 1 4 "printer Compact And Durable Ecological Design Wifi Replaceable Maintenance Box High Yield Ink Bottles Ultra-high Page Yield Of 7,300 Pages (colour) Borderless Printing (up To 4r) With Fax Function And Adf 2-year Warranty Or 50,000 Pages, Whichever Comes First" Units 2 1 Printer - Print, Scan, Copy, Fax With Adf Precisioncore Tm Printed 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Bi-directional Printing 4800 X 2400 Dpi 3.8 Pl Up To 32.0 Ppm/ 22.0 Ppm, Simplex: Up To 25.0 Ipm/unit12.0 Pm / Duplex: Up To 16.0 Ipm /9.0 Ipm, Simplex: Up To 13.5 Ipm/ 6.0 Ipm | Duplex 10.0 Ipm /5.0 Ipm, Simplex: Up To 5.5 Sec/ 8.5 / Duplex: Up To 11 Sec/ 17 Sec Approx. 43 Sec Per Photo (border)/ 52 Sec Per Photo (borderless) Esc/p-r, Esc/p Raster Yes (up To A3)" Unit 3 6 "computer Desktop Specification • Amd 5 5600x (3.7ghz) •tuf B550m-plus Gaming Wifi Ii • Amd Radeon Rx 570 • Xpg Spectrix 16gb Ddr4 3600mhz D50 Rgb • Xpg 1tb Sx8200 Pro Pcie Nvme M.2 •silverstone Sst-st60f-es230 600w 80+ •tuf Gaming Gt301 Arebtg •tuf Gaming K1 Rgb • Tuf Gaming M3 Rgb • 32 Inch Monitor • Secure 500watts Avr • Speaker • Anti-virus Software • Windows License • Microsoft 365 Family License Warranty 1 To 2 Years " Units Page 1 Of 2 4 1 "scanner Scanner Type: A4 Sheet-fed, One-pass Duplex Colour Scanner Sensor Type: Contact Image Sensor (cis) Scanning Method: Fixed Carriage & Moving Document Light Source: Rgb Led Optical Resolution: 600 X 600 Dpi *1 Output Resolution: 50 - 1,200 Dpi (in 1 Dpi Increments) Bit Depth: Each Colour (rgb): 10 Bit Input / 8 Bit Output Min Document Size: 50.8 X 50.8 Mm Max Document Size: 215.9 X 6,096 Mm Supported Paper Weight: 27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2) Adf Capacity: 100 Sheets (80g/m2) Daily Scan Volume: Up To 14,000 Sheets / Day Multi-feed Detection: Ultrasonic Sensor And Length Detection Interface: Usb 3.0" Unit ***nothing Follows*** For Office Of The Chancellor Use (oc) Total Abc ₱472,000.00 Total Amount Instructions: See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Page 2 Of 2 Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Jma
Closing Date13 Jan 2025
Tender AmountPHP 472 K (USD 8 K)

DENR RXI 2, PENRO DAVAO ORIENTAL Tender

Others
Philippines
Details: Description Particulars: 6 Pcs Diving Gears (set) •dive Bags For Dive Gears •bcd (backplate 3 Sets) And Jacket Type 3 Sets ) •weight Belts •weights/led For Bcd (5 Pcs For 3 Sets) •regulators •masks •snorkel •fins •wetsuit •air Tanks •booties •dive Flag •dive Buoy •banger •diving Torch/underwater Flashlight 3 Pcs Underwater Camera With Complete Accessories (filter, Bags And Case) Specifications: 120mp Hi-speed Image Sensor For Improved Low Light Performance And Noise Reduction Dual Quad Core Truepic™ Viii Image Processor F2.0 High Speed Lens 4k And High Speed Video Field Sensor System W/ Gps, Manometer, Compass & Temperature Sensor Waterproof, Shockproof, Freezeproof, Crushproof Dimension: W: 4.43 In H: 2.6 In D: 1.23 In / W: 113 Mm H: 66 Mm D: 31.9 Mm Weight: Approx. 250 G 2 Pcs Underwater Camera With Complete Accessories (filter, Bags And Case) Specifications: 120 Megapixel Full-frame Cmos Sensor 4k/120p Recording Capability 5-axis In-body Image Stabilization New Dynamic Active Steady Shot Stabilization 15 Stops Of Dynamic Range S-log3, S-gamut3, S-cinetone Recording And Built-in User Luts 10-bit 4:2:2 Internal Recording Ai Autofocus Processor With Af Subject Tracking Ai Autoframing For People Made From Recycled Materials No Mechanical Shutter (for Photography) Low Light Autofocus Down To -6 Ev Size: 121 X 72 X 52mm Weight: 1.1 Lbs 2 Pcs Underwater Camera With Complete Accessories (with Case And Stick) Specifications: Dimensions 2.0 By 2.8 By 1.3 Inches Weight 5.6 Oz Type Action Camera Sensor Resolution 27 Mp Sensor Type Cmos Sensor Size Type 1/1.9 Memory Card Slots 1 Memory Card Format Microsdxc Battery Type Gopro Enduro (1,900mah) Minimum Iso 100 Maximum Iso 6400 Stabilization Digital Display Size 2.3 Inches Touch Screen Connectivity Wi-fi, Bluetooth, Usb-c Maximum Waterproof Depth 33 Feet Video Resolution 5.3k Hdmi Output None Flat Profile 5 Pcs Dive Computer Specifications: Lens Material Sapphire Crystal Bezel Material Stainless Steel Case Material Fiber-reinforced Polymer Quickfit Watch Band Compatible (20 Mm) Strap Material Silicone Physical Size 43 X 43 X 14.15 Mm Color Display Display Size 1.2” (30.4 Mm) Diameter Display Resolution 240 X 240 Pixels Display Type Sunlight-visible, Transflective Memory-in-pixel (mip) Weight Silicone Band: 60 G Case Only: 41 G Battery Life Smartwatch: Up To 7 Days Memory/history: 32 Gb 1 Pcs Portable Heavy Duty Dive Compressor Twin Valve 5 Pcs Laptop With Windows Operating System And Complete Accessories Specifications: Strix G15 G513qr-hf343w(eclipse Gray) - Amd Ryzen 7 5800h (8-core/16-thread, 20mb Cache, Up To 4.4 Ghz Max Boost Processor | 16gb Ddr4 Memory | 1tb Pcie 3.0 Nvme M.2 Ssd | 15.6"" Fhd 1920x1080 300hz | Nvidia Geforce Rtx3070 8gb Vram | 802.11ax Wifi + Bt | Windows 11 4 Pcs Gps Specifications: Advanced Gps Handheld Touchscreen Unit Battery: Up To 18 Hours Of Battery Life In Gps Mode. Also Can Be Powered With Traditional Aa Batteries Dimensions: 8.76cm X 18.30cm X 3.27cm Display Size: 6.48cm X 10.80cm (5” Diagonal) Display Resolution: 480 X 800 Pixels Display Type: Wvga Transflective, Dual Orientation Weight: 397g With Included Lithium-ion Battery Pack Battery Life: Gps Mode – Up To 18 Hours | Expedition Mode: Up To 330 Hours Water Rating: Ipx7 High-sensitivity Receiver Interface: High Speed Micro Usb And Nmea 0183 Compatible Memory: 32gb (user Space Varies Based On Included Mapping) 10 Pcs Fiber Transect Tape (50m) 10 Pcs Underwater Slates (notebook Size) With Pencil And Carabiner 1 Pcs First Aid Kit (including Medical Oxygen Regulator And Tank) With Bag 1 Pcs Specialize Toolkit For Scuba Equipment Set 1 Pcs Repair Kit (silicon Spray, Silicone Grease, O-ring, Mouth Piece, Fins Strap And Etc.) 6 Pcs Crates For Diving Equipment's 2 Pcs Waterproof Pelican Case For Camera And Projector Specifications: Trolley Wheel Bag Exterior :23 X 14 X 11.50 Inches Interior : 20.08x 11.42x 9.45inches Including :wavefoam And Pluck Foam"
Closing Date16 Jan 2025
Tender AmountPHP 3 Million (USD 51.3 K)

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
United States
Details: The Defense Logistics Agency-aberdeen, On Behalf Of The Army Integrated Logistics Supply Center (ilsc) – Supply Chain Management Directorate (scmd) – Strategic Sourcing Directorate (ssd), Intends To Acquire Parts To Support The Jbc-p. requirements Description: the Subject Installation Kits Are An Essential Element Of The Jbc-p System. The Installation Kits Each Accommodate Installation Of Jbc-p Computer-based Systems Into Us Army Vehicles. The Kits Are Each Described By A ‘build-to-print’ Technical Data Package With Gov’t Purpose Rights, Export Restriction And Distribution Restriction. note: The Gov’t Has Imposed A Quality Assurance Provisions Requirement For Any Source Of Supply Whom Has Not Provided The Subject Installation Kits To The Government Within The Last 5 Years. The Gov’t May Grant A Waiver To A Source Of Supply Whom Has Provided A Similar Form/fit/function Installation Kit Within The Last 5 Years, Subject To Evaluation. For The Case Of A Source Of Supply Whom Has Not Provided The Subject Installation Kits To The Government Within The Last 5 Years, And Is Not Granted A Waiver, The Source Shall Be Required To Follow The Guidelines Described Within The Following Documents: jbc-p Qa Provisions_new Sos_build To Print Electronic Cables_v1.1_9 11 2024 jbc-p Qa Provisions_new Sos_build To Print Mechanical Components_v1.1_10 24 2024 the Government Does Possess The Technical Data Packages (tdp) For The Parts. The Tdp Is Available For Release. The Tdps Include Level 3. Production Information. this Is An Initial Acquisition For These Kits By Us Army Cecom Ilsc-c3t. the Following Additional Naics Apply: items And/or Services To Be Procured: nsn: 7010-01-698-4083 nomenclature: Mk-3555/v; Mfocs Log Delta Kit part Number: A3339392-004-0 cage: 80063 requested Response Information: we Request That Sources Who Can Supply The Listed Parts Or Services To Submit Information To Show Their Capability To Do So. At A Minimum The Support Information You Submit Should Include, But Is Not Limited To, The Following Types Of Documentation: Questionnaire. in Your Response, Please Include Your Company Name, Cage Code, And A Technical Point Of Contract With Email Address And Telephone Number. notice, Response Due Date, And Points Of Contact: this Is Not A Request For Quote Or Proposal. The Government Does Not Intend To Award A Contract On The Basis Of This Ssa Or Reimburse Any Costs Associated With The Preparation Of Responses To This Ssa. This Sources Sought Announcement (ssa) Is For Planning And Market Research Purposes Only And Shall Not Be Construed As A Commitment By The Government. The Information Gathered From This Announcement Will Be Used To Determine If Responsible Sources Exist, And To Assist In Determining If This Effort Can Be Competitive And/or Set Aside For Small Business. Furthermore, The Government Will Use The Information, In Part, To Determine The Best Acquisition Strategy For A Potential Procurement Action And/or To Assist In Making Acquisition Strategy Decisions In The Future. all Ssa Responses Should Be Emailed To The Points Of Contact At The Email Addresses Listed Below. No Phone Inquiries Will Be Accepted, Either As A Response To This Action Or For Information Requests. All Requests For Information Must Be Submitted Via Email To The Technical Point Of Contact And The Dla Aberdeen Small Business Office. please Submit Responses By01/16/2025 technical Point Of Contact: Michael.r.toscan.civ@army.mil secondary Point Of Contact: Darrick.l.kibble.ctr@army.mil dla Aberdeen Small Business: Smbizlandcols@dla.mil tdp Receipt Instructions: please Note: All Requests For Tdps Must Be Submitted To The Dla.aberdeen.sourcessought@dla.mil Inbox Within 7 Days Of The Posting Date Of This Ssa/mr Request In Order To Allow Time To Verify Jcp Status. If Your Company Does Not Have An Approved Dd2345, Please Reach Out To Jcp-admin@dla.mil Or Visit Https://www.dla.mil/logistics-operations/services/jcp/ international Traffic In Arms Regulations: The Tdp For This Acquisition Is Subject To The International Traffic In Arms Regulations (itar). All Technical Documents For This Item Include But Is Not Limited To, Test Plans, Test Reports, Drawings And Specifications Contains Information That Is Subject To The Controls Defined In The International Traffic In Arms Regulation (itar). This Information Shall Not Be Provided To Non- U.s. Persons Or Transferred By Any Means To Any Location Outside The United States Department Of State. A Company Wishing To Receive The Tdp Must Have An Active Status In The Defense Logistics Agency Joint Certification Program (jcp) And Must Complete The Attached Nda. Please Email Our Central Inbox Dla.aberdeen.sourcessought@dla.mil With The Notice Id (dla-aberdeen-25-008) In The Subject, The Completed And Signed Nda Attached To The Posting, A Copy Of Your Company's Dd2345 (jcp), And A Copy Of Your Company’s Cage Verification In Sam (system For Award Management). Once The Government Has Received Your Nda, And Your Company Cage Has Been Verified To Have Active Status In Jcp, We Will Upload The Tdp To Dod Safe Https://safe.apps.mil/. You Will Then Receive An Email From Dod Safe Site With A Link To The Package Id And A Password. *please Note* The Nda Signee And Data Custodian Listed In Jcp Should Be The Same Person. Please Verify That The Correct Data Custodian Is Listed In The Jcp Portal And Update If Necessary. instructions For Updating Information And The Link To The Portal Itself Can Be Found At: https://www.dla.mil/logistics-operations/services/jcp/
Closing Date16 Jan 2025
Tender AmountRefer Documents 

Spitalul Orasenesc Nehoiu Tender

Healthcare and Medicine
Romania
Details: Title: Achiziția De Echipamente, Dispozitive Și Instrumente Medicale Necesare Pentru Desfășurarea Activităților Din Cadrul Spitalului Orașenesc Nehoiu, Inclusiv Instalare Și/sau Montaj, Punere În Funcțiune, Testare, Instruire Personal Și Service În Perioada De Garanție. description: Autoritatea Contractantă Intenționează Să Încheie Unul Sau Mai Multe Contracte De Achiziție Publică Prin Intermediul Căruia/cărora Să Achiziționeze Echipamente, Dispozitive Și Instrumente Medicale, Inclusiv Instalare Și/sau Montaj, Punere În Funcțiune, Testare, Instruire Personal Și Service În Perioada De Garanție, Respectiv Următoarele: O Computer Tomograf – 1 Buc.; O Ecograf Complet Utilat – 1 Buc.; O Ecograf Urgente – 1 Buc.; O Ecograf Obstetrica-ginecologie – 1 Buc.; O Ecograf Explorari Functionale – 1 Buc.; O Ecograf Interne – 1 Buc.; O Aparat Digital Fix De Grafie-scopie – 1 Buc.; O Aparat Roentgen Digital Cu Un Post Grafie – 1 Buc.; O Aparat De Radiologie Mobila Pentru Radiografii La Patul Bolnavului – 1 Buc.; O Turn Laparoscopic 4k Cu 2 Truse Laparoscopice – 1 Buc.; O Aparat Anestezie Cu Monitor Inclus – 1 Buc.; O Lampa Scialitica – 2 Buc.; O Electrocauter – 1 Buc.; O Electrocauter Tip Harmonic – 1 Buc.; O Defibrilator – 2 Buc.; O Spalator Pentru Plosti Si Urinare – 3 Buc.; O Aparat Ultrasunete Pentru Spalat Si Dezinfectat Instrumentar – 2 Buc.; O Masa Instrumentar Mica Bloc Operator – 1 Buc.; O Masa Instrumentar Mare Bloc Operator – 1 Buc.; O Statie Centrala De Monitorizare Terapie Intensiva Cu 10 Monitoare Functii Vitale – 1 Buc.; O Sistem Video-endoscopie Flexibila (videoprocesor, Gastroscop, Colonoscop, Sursa De Lumina, Monitor, Aspirator, Sonde Biopsie Si Polipectomie, Carucior, Masina De Spalat Ptr Endoscoape, Si Dulap Depozitare Endoscoape) – 1 Buc.; O Electrocardiograf – 3 Buc.; O Holter Ta – 1 Buc.; O Holter Ecg – 1 Buc.; O Aparat Pentru Identificarea Venelor – 2 Buc.; O Aparat Astrup (analizor Gaze Si Electroliti) Necesar In Urgenta – 1 Buc.; O Injectomat – 10 Buc.; O Infuzomat – 10 Buc.; O Aspirator Pacienti – 3 Buc.; O Cardiotocograf (monitor Fetal Si Matern) – 1 Buc.; O Lampa Examinare Led – 5 Buc.; O Spirometru Cu Imprimanta Termica Integrata – 1 Buc.; O Negatoscop – 6 Buc.; O Pat Salon + Noptiera – 20 Buc.; O Brancard Radiotransparent – 3 Buc.; O Troliu Medical – 1 Buc. Descrierea Completă A Echipamentelor, Dispozitivelor Și Instrumentelor Medicale, Precum Și Detalierea Exactă A Specificațiilor Tehnice Și A Activităților Necesare Se Vor Regăsi În Cuprinsul Caietului De Sarcini Și A Anexelor Acestuia (dacă Va Fi Cazul). Având În Vedere Prevederile Directivelor 18/2004, 2014/24/ue Și 2014/25/ue, Specificațiile Tehnice Care Fac Trimitere La Standarde Naționale Sau La Transpunerile Unor Standarde Europene Se Vor Citi Și Interpreta „sau Echivalent”. Astfel, Orice Referire În Documentele Achiziției Care Indică O Anumită Origine, Sursă, Producție, Producător, Un Procedeu Special, Un Standard, Un Normativ, O Marcă De Fabrică Sau De Comerț, Un Brevet De Invenție, O Licență De Fabricație, Sunt Menționate Doar Cu Scopul De A Identifica Cu Ușurință Tipurile De Produs, Din Perspectiva Conceptului, Și Nu Au Ca Efect Favorizarea Sau Eliminarea Anumitor Operatori Economici Sau A Anumitor Produse/servicii. În Contextul Dat, Specificațiile În Cauză Vor Fi Considerate Ca Fiind Însoțite De Mențiunea „sau Echivalent”, Iar Ofertanții Au Obligația De A Demonstra Echivalența Produselor/serviciilor Ofertate Cu Cele Solicitate, Dacă Este Cazul. Numărul De Zile Până La Care Se Pot Solicita Clarificări Înainte De Data Limită De Depunere A Ofertelor Este De 18 Zile. Autoritatea Contractantă Va Răspunde În Mod Clar Și Complet Tuturor Solicitărilor De Clarificări În A 11-a Zi Înainte De Data Limită De Depunere A Ofertelor. Termenele Limită De Primire A Solicitărilor De Clarificări, Respectiv De Transmitere A Răspunsului Autorității Contractante Au Fost Calculate Astfel Încât Operatorii Economici Sa Beneficieze De Cele 10 Zile Prevăzute De Art.161 Din Legea Nr. 98/2016 Privind Achizițiile Publice, Cu Modificările Și Completările Ulterioare. Orice Solicitare De Clarificări Trebuie Transmisă În Seap (https://e-licitatie.ro/pub).
Closing Date17 Jan 2025
Tender AmountRON 12.1 Million (USD 2.5 Million)

FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender

Electronics Equipment...+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 Set Desktop With Wifi Adapter, All In One Computer Set, I5 3470, 24 Inch Monitor, 16gb + 256 Gb, 8-core,avr, With Supplier Warranty. 3 20,000.00 60,000.00 2 Unit Checkwriter, Image Scanner Unitscanner Type Contact Image Sensor (cis)throughput 200 Dpmresolution Cut Sheet Paper 100 X 100 Dpi, 120 X 120 Dpi, 200 X 200 Dpi, 240 X 240 Dpi, 300 X 300 Dpiresolution Id Cards 200 X 200 Dpi, 300 X 300 Dpi, 600 X 600 Dpidata Format Grey Scale: Tiff, Jpeg, Bmp, Raster, Black And White: Tiff, Bmp, 24-bit Colour: Tiff, Jpeg,bmp, Ir (infrared Ray): Same As Black And White, Greyscaleimage Size Max. 107 Mm (h) X Max. 235 Mm (l)scanning Speed Cut Sheet 800 Mm/sscanning Speed Id Card 118 Mm/sdocument Size 120 Mm - 235 Mm (l) X 60 Mm - 120 Mm (h)id Cards Type Iso/iec7810 Compliantpocket Capacities Asf: 100 Sheets, Main Pocket: 100 Sheets, Sub Pocket: 50 Sheetsmicr Reader Permanent Magnetic Biasmicr Symbologies E13b, Cmc7ocr E13b, Ocr A, Ocr Bscanning Side And Insertiondirectiontwo-sidedsupported Document Type Normal Paper, Check Cards, Id Cardsid Cards Size 85.47 Mm - 85.9 Mm (l) X 53.92 Mm - 54.18 Mm (h)cut Sheet Paper Unitendorsement Print Yesprint Method Line Inkjet With Inkjet Headcolour Printing Blackprint Height 50.8 Mmprintable Lines 12 Lines / 16 Lines Maximumprint Width 100 Mm - 215 Mm (depends On The Paper Length)paper Size Check 60 Mm - 120 Mm (h) X 120 Mm - 235 Mm (l)paper Thickness 0.08 Mm - 0.2 Mmpaper Weight 60 G/m² - 120 G/m²character Structure Font A: 12 X 24, Font B: 9 X 17characters Per Line Font A: 59 - 126, Font B: 78 - 169 (depends On The Paper Length) 1 30,000.00 30,000.00 3 Piece Calculator 3 450.00 1,350.00 4 Unit Tv, 55", Led Tv 55 Inch (qled Pro, Aipq Pro Processor, T-screen Pro, Onkyo 2.1ch With Subwoofer, Slim And Uni-body, Dlg 120hz, Dolby Vision·atmos, Hdr10+, Multiple Eye Care, Ai-color, Ai-motion, Ai-hdr, Ai-contrast, Ai-scene, Ai-clarity, Hdr Brightness, Memc, Dts Virtual:x Dts-hd, Game Master, Game Picture Mode, Superwide Gameview, Allm, Hdmi 2.1, Aiming Aid, Hey Google, Google Meet, Kid’s Profile, Hands-free Voice Control, Google Assistant Built-in, Hlg, Miracast (wireless Display), Quick Settings, Bluetooth 5.0, Wifi 5, Hdmi1.4, Hdmi2.0, Hdmi2.1, Hdcp1.4, Hdcp2.2, Hdmi2. 1 (earc&arc), Hdmi Cec, Pvr/timeshift,program Guide(epg)) 11 30,000.00 330,000.00 5 Piece Stapler, Big, #35 20 150.00 3,000.00 6 Unit Printer, Multipurpose(including Ssg) 23 7,000.00 161,000.00 7 Unit Orbit Fan, 16 Inch Blade, Plastic Blade, 360° Oscillating Fan, Thermal Fuse Protected Motor, Heavy Duty Switch Control, 450 X 450 X 390mm, Warranty: On System Parts, Plastic Parts And Motor 10 2,000.00 20,000.00 8 Unit Speaker, Active Portable Trolley Speaker, 600w Max Power, Bluetooth+tws, Usb And Sd Playback, Fm Radio, Line-in And Line-out, 2 Guitar Input, 2 Wired Mic Input, 180 Channels, Mic Priority, High Quality Lead Acid 12ah Battery, 12v Dc Input Dimension (lxwxh): 36.5 X 40 X 67.5 Cm, 1 Year Warranty 1 18,000.00 18,000.00 9 Piece Grass Cutter 1 5,000.00 5,000.00 Total 628,350.00 Amount In Words: Six Hundred Twenty Eight Thousand Three Hundred Fifty Pesos Only
Closing Date16 Jan 2025
Tender AmountPHP 628.3 K (USD 10.7 K)

City Of Tayabas Tender

Software and IT Solutions...+1Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Request For Quotation The City Government Of Tayabas, Through Its Bids And Awards Committee (bac), Will Undertake Negotiated Procurement - Small Value Procurement For Rfq # 25-013 - Procurement Of Ict Equipment – City Legal Office Amounting To Two Hundred Thirty Five Thousand Two Hundred Pesos Only (235,200.00) With Sec. 53.9 Of The Implementing Rules And Regulations Of The Republic Act No. 9184. Canvass Forms Can Be Obtained From The Bac Secretariat At 2nd Flr. Bac Office New Tayabas City Hall, Brgy. Baguio, City Of Tayabas Starting January 23, 2025 From 8:30 Am To 4:00 Pm. Deadline For Submission Of Canvass Is On Or Before January 30, 2025 9:00 Am. At Bac Secretariat At 2nd Flr. Bac Office New Tayabas City Hall, Brgy. Baguio, City Of Tayabas Along With The Following Requirements For Accreditation Purposes: 1. Dti Business Name Registration Or Sec Registration Certificate; 2. Valid And Current Mayor’s Permit/municipal License; 3. Certified Copy Of Vat Registration Certificate Showing The Taxpayer Identification Number (tin); 4. Latest Tax Clearance Certificate (executive Order No. 398); 5. Philgeps Certificate Of Registration; 6. Audited Financial Statements, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Bidder’s Total And Current Assets And Liabilities. 7. Statement Of The Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Officers, Corporations Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Gppb; 8. Latest Income Tax Return With Bir Acknowledgement Receipt 9. Nfcc 10. Sketch Of The Company Location And 3r Size Photos Showing The Office/plant, Number And Street. 11. Company Profile The Contract Will Be Awarded To Qualified Bidders Whose Bid Proposal Appears To Be The Most Advantageous And Responsive To The City Government Of Tayabas, In Accordance With The Revised Irr Of Ra 9184 And The Agency's Judgment And Discretion, But Not In No Way Bound To Accept The Lowest Bid Or Any Bid Proposal Which In Its Judgment Are, In The Ultimate Analysis, Not Advantageous To The Government. Bids Submitted After The Prescribed Deadline Shall No Longer Be Accepted. Delivery Of Goods Is Required Within Ten (10) Calendar Days Upon Receipt Of Purchase Order. Only Accredited Suppliers May Secure Official Request For Quotation Form From The Bac Secretariat. Participating Duly Licensed Suppliers/ Manufacturers/ Distributors/contractors Must Submit The Officially Prepared Request For Quotation Form With Legibly Typed /printed Price Quotations Unto The Space Provided Opposite The Item Description Of The Request For Quotation Form, Signed And Sealed Into An Envelope To The Bac Secretariat/twg, City Government Of Tayabas. The City Government Of Tayabas Reserves The Right To Accept Or Reject Any Or All Bids, To Annul The Canvassing Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers, Or To Award Such Bid To The Supplier Whose Bid Is Considered Most Advantageous To The Government. Raymond S. Bermudez Head, Bac Secretariat Item No. Item Description Qty. Unit 1 Printer Printer Type: Scan, Copy, Fax With Adf Printing Technology: Precisioncoretm Printhead Print Speed Of Up To 25.0 Ipm Print Up To A3+ ( For Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet High Quality Connect (high Quality Iprint, High Quality Email Print And Remote Print Driver, Scan To Cloud) With 1 Year Warranty 1 Unit 2 Basic Computer Desktop Set (not Assembled) Operating System: Windows 11 Processor: Intel Core I5-14th Gen Processor Ryzen Equivalent Memory: 8 Gb Ddr4 3200mhz Udimm Up To 32 Gb Of Dual-channel Ddr4 Storage: 256 Gb M.2 Ssd + 1 Tb Hdd Graphics: Intel Uhd 730 Graphics For 13th Generation Or Higher Monitor: 21.5 (brand Same As System Unit) Wlan: 802.11ac/a/b/g/n Wireless Lan Wi-fi 6 And Bluetooth 5.0 Lan: Gigabit Ethernet With 1 Year Warranty 1 Unit 3 Laptop (fast Processor, Sizable Memory, 8gb Or Above) Significant Storage, Decent Battery Life, And A Large Display Size 8-core Cpu With 4 Different Cores And 4 Efficiency Cores; 8-core Gpu; 16-core Neutral Engine 100gb/s Memory Bandwidth Media Engine Hardware-accelerated H.264,hevc, Prores, And Prores Raw Video Decoding Engine; Video Encode Engine Prores Encode And Decode Engine Configurable To: M2 With 8-core Cpu And 10-core Gpu Liquid 13.6-inch (diagonal) Led-backlit Display With Ips Technology; 1 2560-by-1664 Native Resolution At 224 Pixels Per Inch With 1 Year Warranty 1 Unit Wilfredo S. Tomines Bac, Chairperson
Closing Date30 Jan 2025
Tender AmountPHP 235.2 K (USD 4 K)

Municipality Of Sariaya, Quezon Tender

Publishing and Printing
Philippines
Details: Description 5 Packs Adding Machine Tape, 57mm, 4 Roll/pack 5 Gallon Alcohol, Isopropyl, 68%-72%, Scented, 3.785l 4 Bxs Ballpen, Black 50’s 2 Pcs Binder, 2-ring, D-type, (3”), Legal 5 Pack Board Paper, Long 5 Pack Board Paper, A4 5 Units Calculator, Compact, Mx125 2 Packs Carbon Film, Legal, 100 Sheets Per Box 1 Bxs Clip, Backfold, 19mm 1 Bxs Clip, Backfold, 25mm 1 Bxs Clip, Backfold, 32mm 1 Bxs Clip, Backfold, 50mm 2 Pcs Columnar Notebook, 6 Columns 2 Bxs Computer Continuous Form 3 Ply, 13x9 ½ 500 Sets Per Box 30 Pcs Correction Tape, 8 Meters 2 Units Cutter/utility Knife, For General Purpose 15 Packs Disposable Mask, Kf94 500 Pcs Envelope, Documentary, Legal, 500 Pcs/box 5 Bxs Envelope, Mailing, 500 Pieces Per Box 2 Unit External Harddrive, 1tb, 2.5 Hdd 3 Bxs Fastener, Plastic, 8” Long 5 Bxs Fastener, Plastic, 7 Cm 2 Units Flashdrive, 16gb 10 Pcs Folder, L-type Long 100 Pcs Folder, Tagboard, Long 2 Jars Glue, All-purpose, 200grams 10 Pcs Ink, Epson (t6641), Black 4 Pcs Ink, Epson (t6642), Cyan 4 Pcs Ink, Epson (t6643), Magenta 4 Pcs Ink, Epson (t6644), Yellow 10 Pcs Ink, Epson #003, Black 4 Pcs Ink, Epson #003, Blue 4 Pcs Ink, Epson #003, Cyan 4 Pcs Ink, Epson #003, Magenta 10 Pcs Ink Roller, Ms37901/ir40t, W/ Black & Red Ink 5 Units Keyboard, Usb-port 36 Pcs Marker, Permanent, Black 1 Box Marker Flourescent, Assorted Colors, 10pcs/box 10 Units Money Detector 5 Units Mouse, Optical, Usb Connection Type 2 Pcs Mouse Pad, Rubberised 2 Pads Note Pad, Stick On, 3” X 4”, 100 Sheets/pad 2 Pads Note Pad, Stick On, 2” X 3”, 100 Sheets/pad 2 Pads Note Pad, Stick On, 3” X 3”, 100 Sheets/pad 5 Pads Note Pad, Stick On, 76x51mm (3inx2in) 10 Bxs Paper Clip. Vinly/plastic Coated, 33mm 10 Bxs Paper Clip. Vinly/plastic Coated, Jumbo, 50mm 2 Reams Paper, Bond, Pink, Legal 5 Reams Paper, Mimeograph, Gw, 70gsm, Size: A4 10 Reams Paper, Mimeograph, Gw, 60gsm, Size: Long 5 Reams Paper, Mimeograph, Ww, 70gsm, Size: A4 10 Reams Paper, Mimeograph, Ww, 70gsm, Size: Long 20 Reams Paper, Multipurpose A4, 500 Sheets/ream 20 Reams Paper, Multipurpose Legal, 500 Sheets/ream 1 Unit Pencil Sharpener, Manual, Single Cutter Head 1 Pack Photo Paper, Glossy 1 Pack Push Pin, Round, 50pcs/box, Assorted Colors 1 Pc Puncher, Paper, Heavy Duty 5 Books Record Book, 300 Pages 5 Books Record Book, 500 Pages 20 Boxe Ribbon Cart, Epson C13s015632, Black, For Lx-310 2 Pcs Ruler, Plastic, 450 Mm 2 Pairs Scissors, Symmetrical Or Asymmetrical 2 Bxs Sign Pen Black, Red, Blue Liquid/gel Ink 0.5mm Needle Tip (my Gel) 12’s 3 Pcs Stamp Pad, Felt 10 Units Stapler, Staple Up To 30 Sheets, Uses #3 (24/6) Or #35 (26/6) Staple Wires, With Built-in Staple Remover 3 Units Stapler, Small, Uses 10-1m Staple Wires 30 Boxes Staple Wire No. 35-5m, Standard, (26/6), 5000 Wires Per Box, Leg Length 6mm (1/4”) 2 Packs Sticker Paper, A4 2 Rolls Tape, Double Sided, White, 24mm 1 Rolls Tape, Electrical 5 Rolls Tape, Masking, 24mm 5 Rolls Tape, Packaging, 48mm 5 Rolls Tape, Transparent, 24mm 1 Pc Tape Dispenser, Table Top 5 Packs Thermal Paper, 30meters Long X 80mm Wide 10 Packs Toilet Tissue Paper, 2 Ply, 12 Rolls In A Pack 1 Roll Twine, Plastic, Yellow 1 Unit Ups, 250v-a
Closing Date7 Feb 2025
Tender AmountPHP 150.2 K (USD 2.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools...+2Electrical and Electronics, Electrical Works
United States
Description: This Is A Sources Sought Notice Only. This Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation. if A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interest Parties Must Response To That Solicitation Announcement Separately. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. the Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 811310, (commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance) With A Size Standard $12.5m. The Department Of Veterans Affairs (va), Network Contracting Office 1 (nco 1) Is Seeking A Contractor Who Can Provide Full Replacement Of The Mri Automatic Transfer Switch Located At The White River Junction Vamcâ per The Performance Work Statementâ below. this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Capability And Availability To Provide The Requirement Described Below. Vendors Are Encouraged To Submit Information Relative To Their Capabilities To Fulfill This Requirement, In The Form Of A Statement That Addresses The Specific Requirement Identified In This Sources Sought. Information Received From This Sources Sought Shall Be Utilized To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Services Are Invited To Submit A Response To This Sources Sought Notice By 5:00 Pm Est, 29 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Kenya Mitchell At Kenya.mitchell1@va.gov And David Valenzuela At David.valenzuela2@va.gov With Rfi # 36c24125q0213 In The Subject Line. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. interested Parties Should Complete The Attached Sources Sought Worksheet. Parties May Submit Additional Information Related To Their Capabilities, Provided It Contains All The Requirements Contained In The Sources Sought Worksheet. Responses To This Sources Sought Shall Not Exceed 8 Pages. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format. attachment 1 sources Sought Worksheet qualification Information: company / Institute Name: _______________________________________________________ address: ______________________________________________________________________ phone Number: ________________________________________________________________ point Of Contact: _______________________________________________________________ e-mail Address: ________________________________________________________________ unique Entity Identifier (uei) #:â ___________________________________________________ cage Code: __________________________________________________________________ sam Registered: (y / N) other Available Contract Vehicles Applicable To This Sources Sought (gsa/fss/nasa Sewp/etc): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ socio-economic Status: vip Verified Sdvosb: (y / N) vip Verified Vosb: (y / N) 8(a): (y / N) hubzone: (y / N) economically Disadvantaged Women-owned Small Business: (y / N) women-owned Small Business: (y / N) small Business: (y / N) note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered, And Center For Veterans Enterprise (cve) Verified In Vetbiz Registry Www.vetbiz.gov. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Sdvosb, Vosb, Small Businesses Or Procured Through Full And Open Competition. capability Statement: provide A Brief Capability And Interest In Providing The Service As Listed In Attachment 2 Performance Work Statement With Enough Information To Determine If Your Company Can Meet The Requirement. The Capabilities Statement For This Sources Sought Is Not A Request For Quotation, Request For Proposal, Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach, But Rather The Government Is Requesting A Short Statement Regarding The Company S Ability To Provide The Services Outlined In The Pws. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ attachment 2 performance Work Statement project Name: Mri Ats Replacement place Of Performance: 163 Veterans Drive white River Junction Vt 05001 period Of Performance: 45 Days Aro project Scope work Is To Include Full Replacement Of The Mri Automatic Transfer Switch. Contractor Will Remove Ats #5 And Replace With Owner Furnished Larger More Capable Ats To Handle The Ups And Mri Load. The Old Ats Will Be Removed, And The Va Will Take It Away And Store It. Contractor Will Be Responsible For Installing The Necessary Pipe Wire And Any Other Materials Such As Breakers And Anything Else Needed To Install The New Ats. The Contractor Will Be Responsible For Testing And Programming As Needed To Put The New Ats In Service And Functional. Va Has Asked That Asco Be The Contractor That Is On Site To Help Do The Testing And Making Sure That Timing And Settings Are Correct Before It S Put Back Into Service. This Work Will Involve Scheduling With Htm And Radiology So That Patient Care Is Not Affected Along With Any Damages That May Accrue With The Mri Magnet. Htm Will Need To Contact Siemens To Do The Necessary Maintenance, So The Magnet Doesn T Quench. the Contractor Shall Also Be Responsible For All Damages To Persons Or Property That Occurs Because Of The Technicians Fault Or Negligence. the Contractor Shall Also Be Responsible For All Materials Delivered And Work Performed Until Completion And Acceptance Of The Entire Work, Except For Any Completed Unit Of Work Which May Have Been Accepted Under The Contract. existing Site Conditions. Service Will Occur Within The... The Project Will Take Place In An Occupied Healthcare Facility And The Design/build Activities Will Require The Service To Be Phased In Such A Way As To Minimize Impact To Staff And Patients. Infection Control Measures Will Be Always Required As Defined In Icra Assessment. Service Activity Will Require Constant Coordination With Va Personnel. work Shall Be Completed In Conformance With The Time Schedule Requested By The Va Contracting Officer S Representative (cor) Or Resident Engineer (re). The Contractor Is Solely Responsible For Preparing All Necessary Regulatory Notifications To Meet The Time Schedule. tasks And Requirements general Contractor Requirements the Technician Will Install And Make The Necessary Repairs To Assure That The Ats Will Function Under Normal Conditions And Work Properly When The Work Is Complete. period Of Performance [anticipated Period Of Performance Is Not Expected To Extend Construction Completion Date And Not Require An Extension To Contract Period Of Performance. Notify The Va Of Any Exceptions Before Submitting Proposal For Increase To Cost Or Changes To Project Schedule.] work Schedule normal Working Hours Are From 7:30 Am To 4:30 Pm. Can Be Flexible Upon Request. work Performed After Hours: If Necessary To Avoid Patient Care Scheduling. to Maintain Schedule, Work Performed Over The Weekend, May Be Allowed. Contractor To Coordinate These Efforts With Va Cor With A Minimum 48-hour Notice. the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: privacy Statement information Security the Certification And Authorization Requirements Do Not Apply; A Security Accreditation Package Is Not Required. Incidental Exposure To Protected Health Information May Occur From Accessing The Work Site. Contractor Personnel Will Follow All Va Privacy & Security Policies And Procedures. The Boiler Maintenance Service Shall Involve Connection Of Electronic Devices Or Systems To The Va Computer Network And Does Not Involve Sensitive Va Data. records Management the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

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 
7341-7350 of 7580 archived Tenders