Computer Tenders

Computer Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: The U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For The Lease Of Approximately 4,000 To 8,000 Ansi/boma Occupant Area (aboa) Square Feet Of Medical / Clinical Office Space In Portsmouth, Nh Or Newington, Nh. notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred Associated To This Request For Capability Information. the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered As Either Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Va. respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement. description: The Va Seeks To Lease Between Approximately 4,000 And 8,000 American National Standards Institute/building Owners And Managers Association (ansi/boma) Occupant Area (aboa) Square Feet (sf) Of Medical / Clinical Space And Approximately 40 Parking Spaces For Use By The Va As A Community Based Outpatient Clinic (cboc) Within The Delineated Area Of The Town Limits Of Portsmouth Nh Or Newington Nh. Va Requires Space Located In An Existing Building That Is Currently Designed For Medical / Clinical Use. parking Space Requirement Is 40 Parking Spaces, Or 5 Per 1,000 Rentable Square Feet Offered, Whichever Is Greater, And Must Include A Minimum Of 1 Handicapped Van Accessible Space And 3 Handicapped Accessible Spaces. aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Areas Required By Code Are Deducted From The Rentable Square Feet (rsf) Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. lease Term: 10 Years With 4 Years Firm Term And 6 Years Soft Term. delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Town Limits Of Portsmouth Nh Or Newington Nh. location Requirements: In Addition, The Offered Space Must Meet The Following Additional Requirements: offered Space Must Be Located On No More Than One Floor And All Space Must Be Contiguous. if Offered Space Is Not On The Ground Floor, Then A Minimum Of Two (2) Elevators Must Be Provided. space Must Not Be Located On A Level Below Ground. the Building Must Have Metro-ethernet Data And Voice Communication Circuits Available For Demarking In The Telecommunication Room. the Following Space Configurations Will Not Be Considered: Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. parking Shall Be Contiguous And Adjacent To The Building. Handicap Spaces Shall Be Within 100 Feet Of A Building Entrance. structured Parking Under The Space Is Not Permissible. offered Space Cannot Be In The Fema 100-year Flood Plain. offered Space Must Be Zoned For The Va S Intended Use. offered Space May Not Be Considered If Located In Close Proximity To Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Establishments Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths If Flight Paths Are A Noise Or Vibration Disturbance. space May Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards. the Building Must Be Handicapped Accessible. The Space And Parking Area Must Meet The Requirements Of The Architectural Barriers Act Accessibility Standards And The Va Barrier Free Design Standard (available At Barrier Free Design Standard (va.gov)). clinical Space Requirements: The Va Is Seeking Space That Is Already Built Out For Clinical Use. The Space Must Accommodate The Minimum Needs Of The Space Program Listed Below. 6-12 Patient Care Rooms For Exam, With Sinks, Approximately 100 140 Square Feet Each. 4 Patient Care Rooms For Consult, May Or May Not Have Sinks, Approximately 100 -140 Square Feet Each. 1 Waiting Room, Approximately 180 - 350 Square Feet. 1 Check-in Area With Space For 1-3 Computer Stations, Approximately 80 - 160 Square Feet. space For 12-20 Touchdown Desks. This Can Be One Large Space, Or The Desks Can Be Divided Across Multiple Rooms. 1 Single-person Office, 80-120 Square Feet. lab/blood Draw Space, With A Sink, Minimum Of 120 Square Feet. 1 Alcove Or Room For A Height/weight Station, Minimum 20 Square Feet. 1 Clean Storage Room, Minimum 120 Square Feet. 1 Soiled Storage Room, Minimum 30 Square Feet. 1 Telecommunications Room, Minimum 80 Square Feet. restrooms/toilets As Required By Local Code. there May Be Some Allowance For Tenant Improvements To Meet The Space Program Requirements. However, No More Than 25% Of The Space Offered Should Require Tenant Improvements To Meet The Space Program Requirements. conference Space Requirements: The Va Potentially Might Also Be Interested In Combining A Lease Of Approximately 4,000 Aboa Of Conference Center Space With The Clinical Space Lease. These Are Separate Requirements. The Space Need Not Be In The Same Building Or Site But Must Be Within The Original Delineated Area Of Portsmouth Or Newington, Nh. conference Center Space Should Be Able To Accommodate: 2 Conference Rooms, Approximately 1,400 Square Feet Each. 3 Offices, Approximately 100 Square Feet Each. 1 Kitchenette, Approximately 80 Square Feet. restrooms/toilets As Required By Local Code. there Is No Restriction On Tenant Improvements For The Conference Space. if The Lessor Also Has Conference Space Meeting The Above Requirements, Please Provide That Information In The Submission. expressions Of Interest: all Submissions Should Include The Following Information: name Of Current Owner. point Of Contact With Email Address And Phone Number. address Or Described Location Of Building(s). location On Map Demonstrating The Building(s) Lies Within The Delineated Area. site Plan Depicting The Building(s) And Parking. floor Plan, With Aboa, Of Proposed Space(s). identify Your Socioeconomic Status And Business Size Type. (i.e.: Wosb, Small Business, Other Than Small Business). if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $47 Million, Please Identify As Such And Attach Proof Of Status. all Interested Parties Must Respond To This Advertisement No Later Than January 9, 2025, At 4 Pm Et. e-mail Responses To: melinda Sanderson Melinda.sanderson@va.gov

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: The Medical Readiness Contracting Office West (mrco) Is Issuing This Sources Sought Notice To Findpotential Sources To Provide Chemiluminescent Immunoassay (clia) Kits Compatible With Thegovernment’s Current Clia Instrumentation For The Brooke Army Medical Center (bamc) Department Ofpathology And Area Laboratory Services – Immunology Laboratory, Fort Sam Houston, Texas. Requiredassays Are Listed Below. A Base Period Of Performance From 01 October 2025 Through 30 September2030 Will Be Required For This Action. this Is Not A Solicitation Announcement – This Is A Sources Sought Notice And Is Issued Solely Forinformation And Planning Purposes – It Does Not Constitute A Request For Quote (rfq) Or A Promiseto Issue An Rfq In The Future. Solicitations Are Not Available At This Time And Requests For Asolicitation Will Not Receive A Response. This Notice Does Not Constitute A Commitment By Theunited States Government To Contract For Any Supply Or Service Whatsoever. All Informationsubmitted In Response To This Announcement Is Voluntary; The United States Government Will Not Payfor Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developinginformation Provided To The United States Government. Not Responding To This Sources Sought Noticedoes Not Preclude Participation In Any Future Rfq, Should One Be Issued. It Is The Responsibility of The Potential Offerors To Monitor This Site For Additional Information Pertaining To Thisrequirement. the Government Will Use Responses To This Notice In Formulating Its Acquisition Strategy. If Thegovernment Does Not Receive Sufficient Information In Response To This Notice To Verify Thepotential For Competition Exists, It Is Possible That A Sole- Source Contract, Supported By Ajustification And Approval Document, Will Be Issued To Support The Government's Requirement. Mrco-w is Seeking The Following Information (please Answer Paragraph Below With Your Response): 1. Company Name, Cage Code, And Point Of Contact Information (including Phone Number And Emailaddress), And Socio-economic Category(ies) As Related To Naics 325413 (in-vitro Diagnosticsubstance Manufacturing), Such As 8(a), Hubzone, Women-owned, Service-disabled Veteran-owned,small, Or Other-than-small. 2. Capability Statement (limited To Ten Pages), Describing How Your Company Meets The Belowobjectives, Providing Additional Proof (such As Fda Approval) Where Appropriate: requirements Of Services To Be Provided: basic Requirements: Chemiluminescent Immunoassay Applicable Kits Must Be Fda-approved Andcompatible With The Government’s Current Clia Instrumentation. Training Must Be Provided Forreagent Kits/assay Kits Provided.test Menu And Special Requirements For Awarded Contractor: Vendor Must Meet, Or Improve, Eachlaboratory's Existing Turn-around Times As A Minimum, By Any Change In Instrumentation. Listedtesting Requirements Must Becapable Of Completion In Under 60 Minutes From Start Time (time Of Loading Onto Instrument). proposal Shouldinclude Automated Clia Processing For: • Calprotectin (fecal) • Cytomegalovirus Igg • Cytomegalovirus Igm • Epstein-barr Virus o Ebv Igm o Vca Igg o Ebna Igg o Ea Igg • Herpes Simplex Virus ½, Type Specific Igg For Each • Measles Igg • Mumps Igg • Rubella Igg • Rubella Igm • Toxoplasma Gondii Igm • Toxoplasma Gondii Igg • Treponema Pallidum (igg/igm) • Varicella Zoster Virus Igg • Zika Virus Igm • Lyme o Lyme Total Antibody o Lyme Igg o Lyme Igm • Memed Bv (or Similar Structure) o Immune System-based Protein Signature To Differentiate Between Bacterial And Viral Infectionsmethod Performance/comparison Shall Be At The Expense Of The Vendor, Shall Include Linearitymaterial And Reagents, And Be Consistent With Current Clsi Standards And Related Documents, Capstandards And Federal Regulations, For The Following: 1. Correlation Studies For Each Analyte. A Minimum Of 20 Samples, Spanning The Reportable Range,shall Be Run By The Present And The New Contracted Method. Vendor Shall Analyze Numbers And Providestatistical Data To Accept The New Method. Statistics Shall Consist Of At Least Mean, Bias, Slope,y-intercept, Correlation Coefficient, And Meet Current Standards Defined By Clsi. 2. Linearity Analysis Shall Be Performed On New Contracted Instrument(s) For Each Analyte Todetermine Reportable Range With Data Reduction In Accordance With Clsi Guidelines. 3. Precision Study Shall Be Performed Utilizing Normal And Abnormal Control Material. This Shouldconsist Of A Within Run Precision Study Of 10 Normal And 10 Abnormal Controls And A Day-to-dayprecision Study Of Normal And Abnormal Controls. 4. Sensitivity: Sensitivity May Be Validated Concurrently With The Linearity Verifications. 5. Specificity Studies: Adverse Effects For Increased Bilirubin, Hemolysis, Lipemia, Or Otherinterrupting Substances Including Blood Container Are Evaluated For Interfering Substances For Eachmethod Performed. 6. Reference Range: Determine A Reference Range For Each Test Following Clsi Guideline C-23a.samples Used For The Reference Range Study Must Be Representative Of The Patient Population Beingtested. Reference Range Assessment Must Be Performed For Each Lab. One Of The Following Protocolsshould Be Used: a. If The Suggested Manufacturer's Range Is Not Appropriate For The Patient Population, A Referencerangemust Be Established And May Require Additional Reference Individuals. b. If A Laboratory Is Currently Using The Proposed Instrument/reagent System, The "in-use"reference Range Can Be Transferred To The "new" System If A Method Comparison Study Between The Twosystems Proves To Be Acceptable. If Comparison Studies Are Not Acceptable, Then An Alternate Testmust Be Provided. 7. Analytical Measurement Range Validation Studies Must Be Performed By Vendor For Applicableanalytes, 8. All Technical Procedures Must Be Provided Electronically By Vendor In Clsi Format, Usingsoftware Compatible With Each Laboratory's Computer System, For Local Modification (editable) Tomeet Cap Requirements. 9. Carryover Studies Must Be Performed, As Applicable, As Part Of The Initial Evaluation Of Theinstrument. Vendor Shall Provide Interpretation Of Raw Data For Each Instrument Installed Andvalidate No Carryover Exists Within The Test Platforms. 10. Vendor Must Provide All Reagents, Calibrators, And Controls Needed Along With Technicalassistance To Perform Correlation Studies From A Single Lot At No Additional Cost For New Testmethods Or Changes In Test Menus. (i.e., Vendor Is To Provide All Manpower And Reagents/supplies Todo Correlation Studies). 11. Vendor Must Provide Hands-on Training To Staff Onsite Prior To Or During Instrument Integrationat The Facility. Expert/advanced User Training Should Be Offered At Vendor/manufacturer Site At Aminimum Of Two (2) Staff Per Instrument. analytical Systems: • Not Applicable. Vendor Will Not Provide Instrumentation. The Government’s Instrumentation Willbe Used. reagents And Supplies: 1. Vendor Must Describe Kit Size Options Available For Applicable Tests. 2. Vendor Reagents Must Be 99% Liquid Ready To Use From Storage, Requiring No Reconstitution Ormixing. List All Reagents That Are Not Liquid, Ready To Use. 3. Vendor Calibrators Must Be At Least 95% Liquid Ready To Use From Storage, Requiring Noreconstitution Or Mixing. List All Assay Calibrators That Are Not Liquid, Ready To Use. 4. Quality Of Reagents, Supplies And Disposables: The Contractor Shall Assure That All Suppliesprovided/ordered For Use On Their Equipment Will Be Of The Quality Necessary To Produce A Qualityproduct. The Reagent Quality Must Be High Enough To Satisfy Proficiency Testing Standards Of Thecollege Of American Pathologists (cap) And The Joint Commission. In The Event That Supplies Arefound To Be Defective And Unsuitable For Use With The Contractor's Equipment Or The Contractor Hasfailed To Comply With The Requirements Herein, The Contractor Is Required To Deliver The Supplieswithin 24 Hours Of Receipt Of The Verbal Order. 5. Vendor Must Provide 5 Years Of Fda Field Action Notifications. table 1. Workload Data. All Volumes Are In Tests Per Year Included In The Attached Chart On A Different Document.

Government Of New Brunswick Tender

Machinery and Tools...+1Automobiles and Auto Parts
Canada
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Only The Brand Specified Will Be Considered. No Totals Required. The Province Of N.b. Will Allow Government Funded Bodies To Purchase Goods Or Services Using Long Term Contracts Awarded As A Result Of An Invitation. By Submitting A Bid The Bidder Indicates That It Agrees To Extend The Same Pricing To Government Funded Bodies As Per The Terms And Specifications In The Invitation Document. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. The Province Of New Brunswick Reserves The Right To Negotiate A Contract With Vendors Throughout The Contract Period In Areas Of The Province Where Adequate Coverage Is Not Achieved. This Procurement Is Subject To The Canadian Free Trade Agreement. Contract For The Supply And Delivery Of Repair Service And Oem Replacement Parts And Accessories For General Motors (gm / Chev), Light Duty Application For Automotive And Light Truck Up To And Including 1 Ton. Parts And Repair Services Provided Under This Contract Must Be Oem General Motors. Parts Must Be Genuine New And Genuine Remanufactured Products That Are Re-engineered To Like-new Condition And Meet Or Exceed Oem Specifications. This Contract Is Not To Include Rebuilt Products, Off Shore Lower Grade Product Or Private Label Brands. Vendors Are Asked To Carefully Read All Attachments Associated With This Invitation To Tender Prior To Submitting A Bid. Effective March 1, 2025 Through December 31, 2026 Plus One Year Option. The Province Intends To Award A Contract To The Vendors(s) With The Best Combination Of, Price, Product Coverage, And Delivery, Where Deemed Necessary For The Best Interest Of The Province. More Than One Supplier May Be Awarded A Partial Contract Depending On The Competitive Nature Of The Bid Score. Evaluated By The Most Competitive Supplier. The Evaluation Breakdown Is As Follows: O 50% Pricing Structure O 25% Distribution O 25% Product Availability. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Contract Of Supply To Be Delivered As And When Required For The Period Indicated Upon Receipt Of An Official Release Under Contract. The Province Of N.b. Does Not Guarantee That Any Amount, Make, Model, Brand, Item, Part Or Service Will Be Purchased. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. A Bidder Must Obtain Official Bid Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bids (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Failure To Submit The Official Bid Documents Or Provide Proof That The Official Bid Documents Were Properly Obtained Will Result In Rejection Of The Bid. In Order To Facilitate The Evaluation Process, Bidders Are Requested To Respond In The Same Format As The Official Bid Documents. For Procurements Which Are Not Subject To The Provisions Of One Or More Of The Interprovincial Procurement Agreements, The Province Of New Brunswick Reserves The Right To Apply Provincial Or Regional Preferences, Consider Local Content In The Evaluation Of Bids And/or Refuse To Consider Bids From Vendors From Other Jurisdictions When It Is Considered To Be In The Best Interests Of The Province. When Determining The Use Of These Conditions, The Province Will Consider, Among Other Factors, The Extent To Which New Brunswick Vendors Have Access To Equivalent Procurement Opportunities In Those Jurisdictions And The Treatment Accorded By Those Jurisdictions To Bids From New Brunswick Vendors. The Province Will Be The Sole Judge Of Whether These Conditions Will Be Used And The Extent To Which They Will Be Applied. All Discounts Quoted Will Be Considered To Be Without Limitations. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Government Payments. Suppliers Are Required To Provide Bank Account Information And Email Address For Remittance. Please Send The Completed Direct Deposit Form To The New Brunswick Internal Services Agency As Indicated On The Form. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids.

City Of Cape Town Tender

Electronics Equipment...+1Electrical and Electronics
South Africa
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Audio, Video & Photo Equipment Reference Number Gk12500393 Title Rode Videomic Go Ii Ultracompact Analog/ Description 1 Activity Unit X Rode Videomic Go Ii Ultracompact Analog/ 1 Activity Unit X Dji Mic 2 2-person Compact Digital Wirel 1 Activity Unit X 16-channel Digital Mixer Specification* Refer To Gk12500393 Rode Videomic Go Ii Ultracompact Analog/usb Camera-mount Shotgun Microphone - Marketing Section Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description : For Cameras, Mobile Devices <(>&<)> Computers Plug-in Power Or Usb Power 3.5mm Trs Output To Camera Or Headphones Usb Type-c Digital Audio Output Windscreen Reduces Wind Noise Includes Shoe/pole Shockmount A/d Conversion 24-bit Sample Rate 48 Khz Operating System Support Android, Windows, Ios, Macos/os X Delivery Address : 12 Oude Molen Road , Ndabeni * Dji Mic 2 2-person Compact Digital Wireless Microphone System/recorder For Camera And Smartphone (2.4 Ghz) Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description : 2.4 Ghz 14-hour Internal Recording 32-bit Float Internal Recording Intelligent Noise Cancelling 250m (820 Ft.) Range 18-hour Battery Charging Case Delivery Address : 12 Oude Molen Road , Ndabeni * 16-channel Digital Mixer Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description : # Ipad, Android Tablet Controlled 16-input Digital Mixer Built-in Wifi Router Usb Connector For Uncompressed Stereo Wav Recording And Playback 4 Stereo Fx Slots 6 Aux Buses And Main Lr With Inserts, Full Dynamics Processing And 6-band Parametric Or 31-band Graphic Eq 4 Xlr Aux Outputs And 2 Xlr Main Outputs 40-bit Floating-point Dsp Delivery Address : 12 Oude Molen Road , Ndabeni Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/03/31 Delivery Tosupport Services Suse Delivery Address12 Oude Molen Road, Ndabeni Contact Personmatthew Granger Telephone Number0214006048 Cell Number Closing Date2025/02/07 Closing Time12:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

DEPARTMENTAL OFFICES USA Tender

United States
Closing Date1 Jan 2025
Tender AmountRefer Documents 
Details: International Public Financial Management Technical Advisor accounting (budget & Financial Accountability Program) the Us Department Of The Treasury, Office Of Technical Assistance (ota), Budget And Financial Accountability Program Is Recruiting Individuals To Serve As Resident (long-term) And Intermittent (short-term) Advisors In The Areas Of Accounting And Financial Reporting. Examples Of Projects May Include Implementing International Public Sector Accounting Standards (ipsas); Updating Policies And Procedures To Account For Fixed Assets; And Implementing Modern Internal Audit Practices. Advisors Provide Support Through Engagement With Counterparts, Who Are Primarily Ministry Of Finance Officials In Developing And Transitioning Countries.advisors Are Individuals Hired Under Personal Services Contracts. This Recruitment Is For Assignments Globally, Requiring Living Overseas Or Significant International Travel. responsibilities And Duties: provide Technical Advice On Accounting Related Issues. draft And Implement New Accounting Laws, Regulations, Standards, And Manuals Applicable To Accounting Policies And Procedures. design And Implement Accounting Processes With Strong Internal Controls For Both Manual And Automated Financial Management Systems. develop And Implement Accounting Transaction Classifications (chart Of Accounts) That Comply With Cash And/or Accrual Basis, International Accounting Standards, Government Finance Statistics (gfs) 2014, And Internal Management Reporting Requirements. design Financial Reports For Improved Communication Of Financial Information. assist In The Implementation Of International Public Sector Accounting Standards (ipsas). assist In The Transition From Cash To Accrual Accounting In Compliance Ipsas. design Accounting Organizations Including Staffing Complements And Job Descriptions. develop And Perform On-the-job And/or Classroom Training In Accounting-related Areas Specific To Public Financial Management. develop Written Reports And Other Documents To Communicate Progress, Updates, Results And Other Information Related To Assigned Tasks And Responsibilities. qualifications: ba In Accounting, Finance, Business Or Related Field Is Required, With A Master’s Degree Preferred. cpa Certification Preferred. 10+ Years’ Experience With Demonstrated And Progressive Financial Management And Leadership Experience Such As A Controller Or Financial Director For A Large Public Sector Organization strong Knowledge Of And Experience With Accounting Concepts, Internal Controls, Businesses Processes, Financial Management Systems, Financial Reporting, And Chart Of Accounts. proficiency In Use Of Personal Computers, Ms Office Products, And General Office Equipment. exceptional Analytical And Problem-solving Skills. strong Communication Skills. self-starter With Demonstrated Leadership Skills With Ability To Work Both Independently And Collaboratively In Teams. ability To Motivate The Client And Build Consensus. flexible And Adaptable To Changing Focus, Approaches, And Circumstances. knowledge Of International Public Sector Accounting Standards. knowledge Of Multilateral And International Financial Institutions And Their Policies And Practices Is Desirable. proficiency In French, Spanish Or Other Languages Is Desirable. background Checks And Security Clearance: Secret. the Advisor Will Work In Developing And Transitional Countries Worldwide To Support U.s. Treasury And U.s. Government Economic And National Security Objectives. The Advisor May Be Deployed To Countries With Elevated Threat Levels, Including Potentially High/critical Threat Posts, As Determined By The U.s. Government. Candidates Must Be U.s. Citizens. salary And Benefits: Salaries Will Be Negotiated In Accordance With Program Regulations Prescribed By The Office Of Technical Assistance Not To Exceed The Senior Executive Service Ex-iii Hourly Equivalent. The Current Starting Hourly Rate Is From $78.56 To $97.70 Per Hour. Overseas Benefits Are Provided As Allowed By Federal Regulations. successful Applicants Must Be Able To Obtain State Department Medical Clearance For Worldwide Travel. If Selected, The Applicant Will Be Required To Fulfill Office Of Government Ethics Financial Disclosure Requirements. how To Apply: Applicants Should Submit A Cover Letter And Resume By E-mail To: Recruitment@ota.treas.gov. For Consideration, Emailed Applications Should Not Be Sent, Or Contain A Cc, To Any Ota, Irs, Or Other Government Personnel Or Email Address. please Reference Solicitation 2032k824r00021 On Your Cover Letter And Resume. When Emailing, The Subject Line Must Contain The Following: Solicitation 2032k824r00021 – Budget Advisor (accounting) - Applicant’s Last Name, First Name. Emails Received Not Containing This Subject Line Will Be Deemed Non-responsive, And Thus, Will Not Be Forwarded To The Program Office/selection Official(s) For Consideration. no Phone Calls Please And No Hand Carries. This Announcement Is Open And Continuous Until December 31, 2024, Although Selections May Be Made In Advance Of That Date. the U.s. Government Is An Equal Opportunity Employer

University Of The Philippines Tender

Software and IT Solutions
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 28.7 Million (USD 490.2 K)
Details: Description Terms Of Reference Supply, Delivery, Installation And Commissioning Of Cloud-based Endpoint Security Solution For Up Manila 1. Background Of The Item To Be Procured 1.1. General Overview Of The Procurement Project This Project Aims To Address The Need For A More Robust Cybersecurity Infrastructure In The University. Since, There Are Many Devices And Servers In Up Manila Handling Sensitive Data (both At Rest And In-transit), There Is A Need To Procure A Comprehensive, Cloud-based Antivirus Solution To Safeguard Against Malware, Viruses, And Other Cyber Threats, Ensuring Data Integrity And Security Across All Offices Of Up Manila. 1.2. Brief Description Of The Item Procured The Project Aims To Procure Licenses For Cloud-based Endpoint Security Intended To Secure Devices And Servers To Ensure That Data At Rest And In-transit Are Secure From All Types Of Cyber Threats. Furthermore, Realizing The Gaps In Personnel And Resources, A Managed Detection And Response (mdr)-based Endpoint Security Solution Will Be Procured. 1.3. Project Cost 1.3.1. Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Twenty-eight Million, Seven Hundred Forty-eight Thousand Pesos Only (php 28,748,000.00). The Breakdown Of The Cost Is As Follows: Description Count Estimated Price Total Price License For Desktops/laptops (36 Months Minimum) 1,300 Php 21,500.00 Php 27,950,000.00 License For Servers (36 Months Minimum) 19 Php 42,000.00 Php 798,000.00 2. Purpose Of The Procurement 2.1. Rationale With The Increasing Amount Of Cybersecurity Threats And Malicious Actors In Cyberspace, There Is A Need To Provide Protection At The Endpoint Level For Computer Data Stored At Rest And When In Transit Within The Up Manila Network. This Is Desperately Needed As Up Manila, An Academic Institution, Handles Highly Sensitive Government And Personal Data, Including But Not Limited To, Student Grades, Faculty Profiles, Procurement Contracts, Etc. The Lack Of An Endpoint Security Solution Leaves Us Vulnerable To Security Threats, And May End Up In Situations Similar To The Recent Happenings In Certain Government And Academic Institutions. 3. Mode Of Procurement The Mode Of Procurement Will Follow Competitive Bidding In Accordance With The Provisions Of R.a. 9184, Otherwise Known As The Government Procurement Reform Act. 4. Nature Of Procurement Goods And Services, Including Software And Licenses. 5. Scope Of Work And Technical Specifications 5.1. Scope Description Number Of Licenses Desktops/laptops 1,300 Server / Vm’s 19 5.1.1. Installation, Testing And Commisioning Of A Cloud-based Endpoint Security Solution For Computer Units And Servers Of Up Manila. 5.1.2. Must Be Able To Provide The Following Services: 5.1.2.1. 24/7 Expert-led Threat Monitoring And Response 5.1.2.2. Compatible With Third-party Security Products 5.1.2.3. Weekly And Monthly Reporting 5.1.2.4. Monthly Intelligence Briefing That Provides Insights Into The Latest Threat Intelligence And Security Best Practices. 5.1.2.5. Account Health Check 5.1.2.6. Expert-led Threat Hunting 5.1.2.7. Threat Containment: Attacks Are Interrupted, Preventing Spread 5.1.2.8. Uses Full Xdr Agent (protection, Detection, And Response) Or Xdr Sensor (detection And Response) 5.1.2.9. Direct Call-in Support During Active Incidents 5.2. Technical Specifications 5.2.1. Multi-platform Support • Supports Windows 11 With Backward Compatibility, Mac And Linux. • Endpoint Protection For Windows, Mac, And Linux Machines Must Be Managed From One Management Console. 5.2.2. 24/7 Threat Detection And Response • Must Have A Fully Managed 24/7 Service Delivered By Experts Who Detect And Respond To Cyberattacks Targeting Your Computers, Servers, Networks, Cloud Workloads, Email Accounts, And More. 5.2.3. Cybersecurity Delivered As A Service Enabled By Extended Detection And Response (xdr) Capabilities That Provide Complete Security Coverage Wherever Your Data Reside, The Mdr Service Must Be Able To: • Detect More Cyber Threats Than Security Tools Can Identify On Their Own • Must Have Tools That Automatically Block 99.98% Of Threats, Which Enables Mdr Analysts To Focus On Hunting The Most Sophisticated Attackers That Can Only Be Detected And Stopped By A Highly Trained Human. • Take Action On Behalf Of The Ims To Stop Threats From Disrupting Business Operations • Mdr Analysts Detect, Investigate, And Respond To Threats In Minutes — Whether You Need A Full-scale Incident Response Or Help Making Accurate Decisions. 5.2.4. Machine-accelerated Human Response Must Be Able To Fuse Machine Learning Technology And Expert Analysis For Improved Threat Hunting And Detection, Deeper Investigation Of Alerts, And Targeted Actions To Eliminate Threats With Speed And Precision. 5.2.5. Service Level Targets (slts) Must Have Established Slts To Ensure That The Team Is Meeting The Ims’ Expectations And Providing The Best Security Service To Protect The University. Slts Are Designed To Provide Guidelines Around Timing Expectations For Case Creation And Response Actions Resulting From Investigations. Must Have The Following Slts: • Target Time For Case Creation - 2 Minutes From Detection • Target Time For Initial Response Action - 30 Minutes From Case Creation 5.2.6. Integrated Management • Must Have A Unified Console For Managing Multiple Products Such As Advanced Endpoint Protection, Email Gateway, Server Security, Mobile Control, Network Firewall, Wireless, Encryption, Public Cloud Protection, Xdr, And Managed Detection & Response. • All Settings For These Products Including Policies Must Be Configured From A Single Management Console Without The Need To Access Additional Consoles. • Windows, Mac, And Linux Machines Must Be Managed From One Management Console. • Detection And Response Features Including Threat Analysis, Threat Detection, Threat Investigation, And Managed Threat Response Dashboard Must Be In A Single Console As The Endpoint & Server Protection And Other Managed Solutions. • Must Have The Option To Set Up A Local Cache Updating Server Within The On-premises Network Environment To Minimize Large Software Engine Update. Relay Must Communicate All Policy And Reporting Data To The Management Console. • Must Have The Option To Set Up A Relay On The Same Server As The Local Cache For Devices That Are Not Connected To The Internet. • Must Have An Option For Update Management Policy To Customize The Day And Time When Product Updates Become Available To All Or Selected Devices. Scheduled Must Not Affect Security Updates, Such As Identities Used To Protect Devices Against New Threats. 5.2.7. Multi-factor Authentication & Role Management • Mfa Must Be Enabled By Default Upon Creation Of Central Management Account. • Must Have The Option To Set Mfa:  All Admins Need Mfa  Select Admins Who Will Need Mfa  No Mfa Needed • Must Have An Option To Have Mfa Using Email, Sms, Google Authenticator, And Native Authenticator (by Proposed Solution). • Must Have The Capability To Customize Admin Roles. • Must Provide Admins The Capability To Assign Predefined Administrative Roles To Users Who Need Access To The Admin Console.  Super Admin  Admin  Help Desk  Read-only 5.2.8. Managed Detection And Response (mdr) Dashboard • Must Have Dashboard That Shows A Summary Of Threats Recently Detected And Investigated. • Must Have An Action Required Banner On The Dashboard That Is Shown When There Is A Notification About An Incident Or Incidents. • The Dashboard Must Have A Cases Section Where Notification Details Can Be Reviewed. • The Dashboard Should Also Include The Following:  Detections By Time Of Day (utc) Heat Map That Shows The Level Of Detections Each Hour.  Total Detections By Operating System That Shows The Number Of Detections For Each Os.  Mitre Att&ck Techniques Chart That Shows A Breakdown Of Attacks According To The Classifications Used In The Mitre Knowledge Base.  Detections Classification Summary That Lists The Five Most Frequently Detected Types Of Malicious Behavior, Along With The Number Of Each.  Most Investigated Devices That Show The Devices We've Investigated Most Frequently.  Active Cases That List Managed Threat Response Cases (investigations Into Potential Threats) That Are Currently Active.  Must Have A Report History Section Where Weekly And Monthly Reports Can Be Accessed And Provide Insights Into Security Investigations, Cyber Threats, And Security Posture. 5.2.9. Threat Response Mode Must Let The Ims Decide And Control How And When Potential Incidents Are Escalated, What Response Actions (if Any) The Ims Wants The Mdr To Take, And Who Should Be Included In Communications. 5.2.10. Collaborate The Collaborate Threat Response Mode Must Send The Ims Notifications Of Observed Activities, And Corresponding Recommendations. The Mdr Ops Team Will Investigate But No Response Actions Will Be Taken Without The Consent Or Active Involvement Of The Ims. Selecting Collaborate Gives You The Option To Have Some Response Actions Performed By The Mdr Ops Team And Others To Be Performed By Your Team Or Another Partner (e.g. An It Managed Service Provider). In This Mode, The Mdr Ops Team Must Receive Written Authorization Before Performing Response Actions. An Option Exists Under Collaborate That Authorizes The Mdr Ops Team To Operate In Authorize Mode If The Principal Does Not Receive An Acknowledgment After Attempting To Reach All Customer Defined Contacts By Phone. 5.2.11. Authorize The Authorize Threat Response Mode Must Send Notifications Of Observed Activities, But The Mdr Ops Team Will Proactively Manage All Containment Actions (with Full Neutralization For Mdr Complete Customers) On Behalf Of The Ims And Inform The Ims Of The Action(s) Taken. Selecting Authorize Means The Ims Want Us To Handle As Much Workload As Possible, Notify The Ims Of The Response Actions Taken, And Only Escalate Things That Require Specific Actions From The Ims That The Principal Is Unable To Take. 5.2.12. Free Integrations Security Data From The Following Sources Can Be Integrated For Use By The Mdr Operations Team At No Additional Cost. Telemetry Sources Are Used To Expand Visibility Across Your Environment, Generate New Threat Detections And Improve The Fidelity Of Existing Threat Detections, Conduct Threat Hunts, And Enable Additional Response Capabilities. Solution Must Be Open And Ready For Integration To Mdr And Management Console Given That The Following Technologies Are Licensed For Their Own Use: • Endpoint Protection, Xdr, Firewall, Cloud, Email Protection • Microsoft Security Tools – Microsoft Defender For Endpoint, Microsoft Defender For Cloud, Microsoft Defender For Cloud Apps, Microsoft Defender For Identity, Identity Protection (azure Ad), Microsoft Azure Sentinel, Office 365 Security And Compliance Center • Third-party Endpoint Protection – Compatible With: Microsoft, Crowdstrike, Sentinel One, Trend Micro, Blackberry (cylance), Broadcom (symantec) • 90-days Data Retention 5.2.13. Mdr Guided Onboarding Mdr Guided Onboarding Should Be Available For Remote Onboarding Assistance. This Service Provides Hands-on Support For A Smooth And Efficient Deployment, Ensures Best Practice Configurations, And Delivers Training To Maximize The Value Of The Mdr Service Investment. Ims Should Be Provided A Dedicated Contact From The Vendor Who Will Be With The Team Through The First 90 Days To Make Sure The Implementation Is A Success. Mdr Guided Onboarding Includes: Day 1 - Implementation: • Project Kick-off • Configuration • Build And Test The Deployment Process • Configure Mdr Integrations • Configure Vendor Ndr Sensor(s) • Enterprise-wide Deployment Day 30 - Xdr Training • Learn How To Think And Act Like A Security Operations Center • Understand How To Hunt For Indicators Of Compromise • Gain An Understanding Of Vendor Xdr Platform For Administrative Tasks • Learn To Construct Queries For Future Investigations Day 90 - Security Posture Assessment • Review Current Policies For Best Practice Recommendations • Discuss Features That Are Not In Use That Could Provide Additional Protection • Security Assessment Following Nist Framework • Receive Summary Report With Recommendations From Our Review 6. Deliverables/expected Outputs 6.1. Licenses 6.2. Staff Trained For Xdr 6.3. Documentation (user Manuals, Technical Manuals, Etc.) 7. Internal Implementation Steps 7.1. Vendor Selection Create Terms Of Reference, Plans, And Other Pertinent Documents. Conduct The Bidding Process And Select The Vendor That Is Capable Of Supplying The Needs Of The Project In Accordance With The Terms Of Reference. 7.2. Site Preparation Prepare Guidelines/memoranda On The Deployment And Mandating Of Use Of The Endpoint Security Solution. 7.3. Configuration And Deployment Configure Admin-side Tools And Deploy The Solution To All End Users. 7.4. Staff Training Select Ims Staff Will Undergo Xdr Training. 7.5. Monitoring And Assessment Determine Extent Of Deployment And Compliance. Review Security Policies And Conduct Security Assessment Following The Nist Framework Post-deployment. 8. Internal Responsibilities 8.1. Information Management Service (ims) 8.1.1. Site Preparation 8.1.2. Configuration And Deployment 8.1.3. Monitoring And Assessment 8.2. Human Resource And Development Office (hrdo) 8.2.1. Provide Ims With Updated List Of All Employees (faculty, Staff, Reps, Including Cos/jo) 8.3. Upm Faculty, Staff, And Reps (including Jo/cos) 8.3.1. Compliance With Memoranda, Policies, And Guidelines 8.3.2. Installation Of Software 9. Terms And Conditions 9.1. Indicate Brand, Model, And Country Of Origin. 9.2. Delivery Period – Ninety (90) Calendar Days Upon Acceptance Of Notice To Proceed (ntp). 9.3. Certification From At Least One (1) Government And/or Private Agencies Within Metro Manila Or The Philippines That They Have Been Supplied With The Same Brand Being Offered For At Least One Thousand (1000) Licenses. 9.4. List Of Projects In The Existing/ongoing Contracts And Project Cited In The Single Largest Completed Contract (slcc) Must Be Security-related Solutions (e.g. Firewalls, Endpoint Security, Etc.) 9.5. Notarized Certification From The Manufacturer And Bidder/contractor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Upon Here Will Be Honored By The Principal Manufacturer. 9.6. Notarized Certification That The Contractor/bidder And The Manufacturer Have Been In Business Relationship Of Providing That Said Product For At Least Five (5) Years. 9.7. Certificate Issued By The Product’s Principal Manufacturer Should Be Provided Indicating That The Contractor Is An Authorized Partner Of The Product Being Offered. 9.8. Certification That The Contractor Has At Least (2) Certified Engineers Issued By The Product’s Principal Manufacturer. 9.9. Manufacture And Warranty Certificate Issued By The Product’s Principal Manufacturer. 9.10. Certificate For Platinum Partner Of Product Being Offered Or Equivalent Issued By The Principal Manufacturer. 9.11. Contractor Must Have Information Technology Infrastructure Library (itil)- Certified Personnel To Guarantee Its Capability To Run Successful It- Enabled Products And Services. 9.12. Contractor Must Have Project Management Professional – Must Provide At Least Certificate Of Completion. 9.13. Other Inclusions – License Keys, Media Kit, Documentation In Hard And Soft Copies (as Applicable), Installation, Configuration And Testing. 9.14. One (1) Day Comprehensive Training Conducted By The Principal Manufacturer. 9.15. Three (3) Day Basic Knowledge Transfer Conducted By The Contractor For Five (5) Technical Staff On-site 9.16. Acceptance Parameters – Visual Inspection And Functional Testing 9.17. Payment Terms – Full Payment Upon Acceptance By The End-user. 9.18. Contract/license Period – At Least Thirty-six (36) Months For The Initial Contract, Renewable Annually Subject To R.a. 9184. 9.19. Additional Requirements For The Principal Manufacturer: 9.19.1. Principal Manufacturer Must Have A Cross-operational Unit That Will Link Together Threat Labs, Security Operations Team, And Ai Team To Better Defend From Increasing Complex Cyberattacks. This Operations Team Must Follow Its Own Investigative Framework Including Observation, Orientation, Decision, And Action Loop For Efficient Investigation And Response To Threats. Support Team Must Also Include Security Experts Such As Threat Analyts, Malware Analysts, Incident Responders, Data Scientists, And Threat Researchers. 9.19.2. Principal Manufacturer Must Have An Expert Team That Stops Advanced Human-led Attacks And Can Take Action To Neutralize Threats Before They Can Disrupt Business Operations Or Compromise Sensitive Data. It Must Be Customizable With Different Service Tiers And Can Be Delivered Via Vendor- Proprietary Technology Or Using Existing Cybersecurity Technology Investments. This Includes Endpoint Ransomware Protection Against Both Local And Remote Threats. 9.19.3. Principal Manufacturer Must Be The Highest Rated And Most Reviewed Mdr Solution On Gartner Peer Insights. 9.19.4. Principal Manufacturer Must Be Rated A Leader Across All Five Cybersecurity Categories In G2’s Spring 2023 Report. 9.19.5. Principal Manufacturer Must Be Named The Top Overall Mdr Solution By G2 In Their Winter 2023 Report. 9.19.6. Principal Manufacturer Must Not Have Had Any Major Incident That Resulted In Significant Downtime. 10. General Contract Conditions In Addition To Relevant Provisions Of R.a. 9184, The Following Shall Be Considered Additional Contract Conditions: 10.1. Contract Documents The Complete Contract Between The Contractor And The Up Manila Includes The Following Documents As Applicable: The Advertisement For Bids, The Complete Request For Proposal (or This Terms Of Reference), The Bid Of The Contractor And Its Acceptance By The Up Manila, The Contractor’s Bid Bond, The Contract And All Amendments Thereto. Any Of These Documents Shall Be Interpreted To Include All Provisions Of Other Documents As Though Fully Set Forth Therein. 10.2. Liquidated Damages Time Is Of The Essence For Completion Of This Project. It Would Be Difficult Or Impractical To Determine Actual Damages Arising From The Contractor’s Failure To Complete The Service Within The Specified Installation Time. Therefore, If Through No Fault Of The Up Manila, The Contractor Fails To Complete The Installation Within The Period Specified In The Contract, Then The Contractor Shall Pay The Up Manila Liquidated Damages Computed In Accordance With The Provisions Of R.a. 9184. Liquidated Damages May Be Deducted By The Up Manila From Monies Due The Contractor Under The Contract. 10.3. Contract Period This Agreement Shall Remain In Effect During The License Period Unless Otherwise Pre-terminated By Either Party In Writing Thirty (30) Days Prior To Expiry Of This Agreement. This Agreement May Be Extended At The Option Of The Client, Or Renewed For An Additional Period Subject To Terms Mutually Agreeable To Both Parties Subject To R.a. 9184. 10.4. Termination For Cause Either Party May Terminate This Agreement For Cause As Follows: Upon Providing Written Notice To The Other Party If The Other Party Breaches Any Material Term Or Condition Of This Agreement And Such Breach Remains Uncorrected For Thirty (30) Days Following The Written Notice From The Non-breaching Party Specifying The Breach; Or By Providing Written Notice To The Other Party At Any Time If The Other Party (a) Terminates Or Suspends Its Business; (b) Becomes Subject To Any Bankruptcy Or Insolvency; (c) Becomes Insolvent Or Subject To Direct Control By A Trustee, Receiver Or Similar Authority; Or (d) Has Wound Up Or Liquidated, Voluntarily Or Otherwise. 10.5. Effect Of Termination In The Event Of Termination Of This Agreement For Any Reason: The Client Shall Remain Liable To Provider For All Service Fees Accrued Prior To Such Termination. The Provisions Of Data Privacy And Confidentiality Shall Survive The Termination Of This Agreement. 10.6. Basis Of Award The Evaluation Of The Bids And Proposals And Ultimately The Vendor Award Is Based On The Technical Specifications, And The Terms And Conditions. The Lowest Calculated And Responsive Bid That Meet All Technical Specifications, And The Terms And Conditions Will Be Selected In Accordance With R.a. 9184. 10.7. Confidentiality Provider Agrees That It Is Absolutely Prohibited To Disclose, Release, Sell Information, Or Allow Other Parties To Obtain A Copy Of Any Data From The System For Any Purpose Other Than That Permitted Or As Required By Law. 10.8. Data Ownership Provider Agrees That All The Client’s Data That Are In Provider’s Care Or Custody Are Rightfully Owned By The Client Even After The Termination Of This Agreement. Upon Termination Or Expiration Of The Agreement, Provider Shall Turn Over All Data To The Client And Destroy And Not Retain Any Copy Thereof.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: Page 2 Of 2 this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought Description this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 532420 (size Standard Of $40 Million). Responses To This Sources-sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources-sought, A Solicitation Announcement May Be Published. Responses To This Sources-sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 22 Network Contracting Office, Is Seeking Sources That Can Provide Equipment Lease And Maintenance For Mailing, Shipment Tracking, Proof Of Delivery, And Receiving Services For Mailroom And Warehouse For The Va Loma Linda Health Care System (vallhcs). the Contractor Shall Provide And Be Responsible For The Shipment And Delivery (if Applicable) To Va Loma Linda Health Care System At 11201 Benton Street, Loma Linda, Ca 92357. scope Of Work lease Of Mail Metering Machines And Package Tracking Equipment/software. the Jerry L Pettis Va Medical Center, Loma Linda, California Is Seeking Prospective Contractors Who May Be Interested In Competing For The Leasing Of A Digital Mailing System With New Shaped Based Rating System To Replace Aging Digital Mailing System For Assigning Postage To A Variety Of Mail Processed By The Support Services Mail Room. Additionally, Both Campuses Require Package Tracking Equipment And Software. 1. Background: the Intent Of This Proposal Is To Lease With A Base Year And Four Option Years, For The New Mailing System Equipment And Associated Service Contract, Including All Required Hardware, Software, Maintenance And Services Necessary To Manage Mail Operations For The Loma Linda Va Mail Rooms That Meet All Usps, Federal And Va Mail Processing Requirements Including Intelligent Mail Package Barcode (impb) Compliant. c. Periods Of Performance: base Period: April 1, 2025 Through March 31, 2026 option Year 1: April 1, 2026 Through March 31, 2027 option Year 2: April 1, 2027 Through March 31, 2028 option Year 3: April 1, 2028 Through March 31, 2029 option Year 4: April 1, 2029 Through March 31, 2030 2. Mail Meter Equipment Features a. Features Of Digital Mailing System Seeking To Lease: b. Increase The Efficiency And Proper Assignment Of Postage Charges To A Variety Of Mail In Differing Sizes And Weights To A High Volume Of Mail That Is Processed Through The Mailroom On A Daily Basis. c. Ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. d. One Usps Shape Based Compliant Mail Metering Systems To Address Our Daily Mail Volume Needs. Schedule 48 Pricing Implemented. The Ability To Weigh The Mail Piece And Determine Its Shape In Line While Processing Is Required (wow). The Topeka Mail Room Meter Capacity Shall Be Up To 50,000 Pieces Of Mail Every Month. e. The Meter/equipment Will Require The Following Features For Each Campus (total Footprint Not To Exceed 112 Inches): mailing System That Can Process Outgoing Mail And Flats With A Mixed Mail Feeder. stand-alone Meter With Federal Funding Capability. stand-alone Impb Processing For Priority Mail, First Class Parcels, And Package Services That Includes Computer, Label Printer, And >70-pound Scale. schedule 48 Rates Are Required. multi-carrier Capability (i.e., Usps, And Ups) To Allow For Rate Shopping And To Ensure Continuity Of Operations For Package Shipments. electronic Return Receipt (err) As Processed Through The Mail Machine Which Includes Certified Barcode Scanning. automatic And Manually Selectable Date Advance. minimum Processing Speed - 125 Letters Per Minute. power Stacking. interfaced Scale Automatically Setting Meter For Correct Postage. ssl Encrypted Communication. an Additional Separate, Integrated/interfaced 70 Lb. Scale For Larger Items. departmental/categories Accounting With Report Printer. open/closed Flap Sealing. fifteen-inch Touch Screen Display. automatic Gum Label Dispenser. 4-color Text Messaging System With Ability For Local Personnel To Customize Message And Quick Response (qr) Barcode/graphics Printing. ability To Export, Both Locally And Digitally, Encrypted Customized Reports. weigh On The Way (wow)/in-line Weighing To Include Shape-based Rating. online Services For Tracking Packages And Viewing Accounting Information To Include Monthly Reporting Of Number Of Pieces Processed And Dollar Amount. provide Operational Stand/table. must Be Configured To Allow For Best Rate Selection (i.e., Priority Mail Commercial Base And Priority Mail Commercial Plus). usps Approved Information Based Indicia (ibi) System Capability (printed Indicia And Mail System Must Be Capable Of Providing Usps Commercial Base Pricing On Priority And Express Mail). must Be Fips And Ato Compliant equipment ix9conveyor Ix-9 Conveyor Stacker 2 Ix9dwm Pkg Ix-9 Dynamic Weighing Module 2 Ix9c Ix-9c 300 Lpm Base Puffy Postcard Feeder W/wireways 2 Ixwp30 Ix 30lb Weighing Platforms 2 Ixdu300 300 Department Upgrade 2 Ds85i-inte3hcf 3 Station Expert: 2 Auto Fdrs + 1 Hcdf, Cis Scanner, Multi License 1 Idstc51 Zebra Tc52 Scanner W/camera 10 Idstcwallchar Tc52/57 Power Supply/wall Charger 10 Idstc- 5156cable Tc52/57 Charging Cable - Power Supply Not Included. 10 Idstc-5156boot Tc52/57 Protective Boot 10 Idstc-5156batt Tc52/57 4300 Mah Battery 10 Idstcstylus3pk Tc52/57 Stylus 3 Pack 4 Idsws-n Wireless Barcode Scanner 3 Idstc- 5slotcrad Tc51/56 5-port Charging Cradle. 3 Intra Enterprise Software Subscription By Sc Logic. g. Installation, Training, And On-going Support/maintenance As Needed Throughout The Term Of The Lease Including But Not Limited To: vendors Must Provide Complete Installation, Configuration, Setup, And Testing Of All Equipment And Software, Including Integration With And Configuration For Data Streams And Document Types Processed At Valom. all Postage Rate Updates Provided At Least 10 Calendar Days Before The Rate Change Takes Effect. periodic Preventive Maintenance Necessary To Avoid Unexpected Down Times Performed At Least Quarterly And More Frequently If Necessary. Contractor To Provide Parts And Labor (including Print Heads). response From An On-site Repair Technician Within 4 Hours Of Placing A Service Call. Contractor To Provide Parts And Labor (including Print Heads). ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. (i.e., During Potential Downtime, Contractor Is To Provide A Replacement Unit Within 24 Hours). training For Staff Including Initial Training And Any Ongoing Training Determined To Be Necessary By The Contracting Officer S Technical Representative (cotr) At No Additional Cost (not To Exceed 5 Formal On-site Trainings For The Remainder Of The Contract). meter Will Be Re-located By The Vendor Selected, Including To A Different Facility, When Needed As Determined By The Cotr At No Additional Cost To The Facility. 3. Parcel Tracking Equipment Features a. The Parcel Tracking Software Will Require The Following Features For Each Campus: parcel Tracking Software counter Signature Pad low To Mid Volume 4 In. Label Printer cordless Scanner single Bay Cradle/battery Charger For Handheld Scanner (2 Each) basic Operator Training Up To 4 Hrs. (2 Operators) pc W/ Flat Panel Monitor b. Technical Support. The Vendor Will Supply Telephone Technical Support During Normal Business Hours Mon. Fri. 8am 8pm Pm To Include The Following: assistance With Disaster Recovery Including Viruses & Hard Disk Failure. end User Web Ex And Diagnostic Assistance Sessions. inversion Updates/ Installation And Debugging With Scanners, Mobile Computers And Printers. system Configuration Concerns & Questions. assistance With Hardware System Upgrades And Recommendations For Integration. changes To Software Configuration, Import Recipient List, Change User Definable Fields, New Users, Software Backup Recommendations. direct Access To Software Development Staff, Discounted On-site Technical Support. methods To Modify Report Templates To Support Management Decision Making. c. Repairs. Vendor Will Repair Or Up To 2 Mobile Units Per Year And Will Ship A Spare Unit Within 1-2 Days (shipped Via Ups/fedex) Providing Calls Have Been Received Before 2 Pm Cst. The Original Unit Will Be Repaired & Returned Providing It Is Deemed Repairable By Vendor At No Additional Cost. Repairs Cover Normal Wear & Tear As Well As Repairs To Displays, Touch Screens, Plastics, Keypad Exit Windows Internal And Other External Components Damaged Through Accidental Breakage. Consumables Such As Batteries & Stylus Are Not Covered. item Information: Brand Name Or Equal item Number description Of Supplies/services quantity unit unit Price amount 0001 12.00 mo __________________ __________________ equipment Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound, And Proof Of Delivery Services For Both Mailroom And Warehouse. 0002 12.00 Mo _________________ software Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound And Proof Of Delivery Services For Both Mailroom And Warehouse. Intra Enterprise Software Subscription By Sc Logic. __________________ 0002 12.00 Mo ___________________ servicing And Maintenance Of Equipment __________________ grand Total __________________ the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Product That Fulfills The Required Specifications. if You Are Interested And Capable Of Providing The Sought-out Supplies, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (2) Is Your Company Considered Small Under The Naics Code (532420) Identified Under This Rfi? (3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items? (4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number. (6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract? (7) If Possible, Please Provide General Pricing For Your Products/solutions For Market Research Purposes. (8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? *** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics. responses To This Notice Shall Be Submitted Via Email To Anette.doan@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than 01/10/2025, At 11:00 A.m. Pacific Standard Time (pst). If A Solicitation Is Issued It Shall Be Announced Later, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.

Government Of New Brunswick Tender

Machinery and Tools
Canada
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Description: This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement And The Canada-european Union Comprehensive Economic And Trade Agreement. Where Permissible Under The Applicable Trade Agreements And The Regulation Under The Procurement Act, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Movers, Furniture And Office Equipment And Storage Scope This Invitation To Tender Consists Of Moving Services As Per The Attached Specifications On Behalf Of The Department Of Transportation And Infrastructure, For A Period Of Two (2) Years From February 1, 2025 Until January 31, 2027 With The Option To Renew For Two (2) Additional One (1) Year Periods In One (1) Year Increments Upon Written Agreement By Both Parties. Option Year Pricing Shall Be Subject To Negotiation Of A Satisfactory Contract Price Not To Exceed The Tendered Price Plus Any Published Increase In The New Brunswick Consumer Price Index. Contract Award Criteria Contract Will Be Awarded To The Lowest Compliant Bid Which Meets The Requirements Detailed Within The Attached Specifications For Items 3 To 13 Of The Tender Documents. The Criteria For Awarding This Tender Will Be Based On The Total Lowest Compliant Bid Of The Hourly Rates (both Regular And Overtime, Items 3 Through 13) Required To Perform The Work. Note See Appendices A, B & C Located In The Attached Specification. Requirements Prior To Award, References, Criminal Record Checks, Insurance And Worksafe Nb Registered And In Good Standing, Will Be Required As Per Section 4, 9, 15 And 16 Respectively. Prior To Award, Appendix "c" (located In Specifications) Must Be Completed And Submitted. It Is Recommended To Submit The Completed Document With Your Bid Submission. How To Fill In Pricing There Are No Additional Pricing Sheets To Be Completed With This Bid. Vendors Should Bid Directly On This Invitation To Tender. How To Fill In Pricing: Unit Price = Price Per Hour The Price Bid Shall Not Include Hst. Vendors Are Required To Sign And Date Their Bid In The Space Provided Below Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than 7 Calendar Days Prior To The Closing Date Cannot Be Guaranteed A Response. Please Reference The Tender Number And Closing Date Within Your Communications To Ensure A Prompt And Accurate Reply. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time.

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice description Of Intent This Is A Sources Sought Notice/market Research Survey To Request Information For Government Planning Purposes Only. The Army Contracting Command – Detroit Arsenal (acc-dta) Is Seeking To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Community, To Include Both Small And Large Businesses, For Production Of The Item Identified Below. Responses To This Sources Sought Notice/market Research Survey Will Assist Acc-dta In Planning Its Acquisition Strategy For A Potential Future Acquisition. noun: Chute, Ammunition nsn: 1005-01-176-6086 part No. Government: 12328757-2 part No. Manufacturer: S255023-102 quantity : 292 Ea quantity W/ Option: 584 Ea end Item: Bradley Vehicle technical Data Package there Is A Technical Data Package (tdp) Associated With This Procurement. It Is Distribution Code (d), Which Limits Access To Department Of Defense (dod) And U.s. Dod Contractors Only. The Tdp Will Only Be Made Available To Contractors If/when A Solicitation Is Released. To Be Eligible To Gain Access To The Tdp, The Vendor Must Have A Current Dd 2345, Militarily Critical Technical Data Agreement Certification On File With The Defense Logistics Information Service (dlis). If The Vendor Has A Current Certification, They Are Required To Submit A Request To Access The Tdp In Sam.gov. Access Will Be Granted, Pending Verification Of The Contractor’s Active Registration In Joint Certification Program (jcp). Upon Completion Of The Purposes For Which Government Technical Data Has Been Provided, The Offeror, And All Subcontractors, Vendors, And Sub-vendors Of The Offeror, Are Required To Destroy All Documents, Including All Reproductions, Duplications, Or Copies Thereof As May Have Been Further Distributed. Destruction Of This Technical Data Shall Be Accomplished By: Shredding, Pulping, Burning, Or Melting Any Physical Copies Of The Tdp And/or Deletion Or Removal Of Downloaded Tdp Files From Computer Drives And Electronic Devices, And Any Copies Of Those Files. first Article Testing: N/a note: All Survey Input Is Voluntary, And No Compensation Will Be Made For Your Firm’s Participation. Since This Is A Sources Sought Notice, And Not A Solicitation For Receipt Of Proposals Or Quotations, The Government Does Not Encourage Questions Concerning This Market Research. Furthermore, The Government Is Not Obligated To Issue A Solicitation Or Award A Contract As A Result Of This Announcement. instructions For Completing The Survey 1. You May Respond In Total, Or In Part, To This Survey. However, All Responses Must Be Received No Later Than 3 February 2025 At 4:00pm. 2. All Completed Surveys Shall Be Sent Via E-mail To: rachel Gervais contract Specialist, Acc-dta e-mail: Rachel.r.gervais.civ@army.mil subject Line: Sources Sought: Chute Ammunition, Nsn: 1005-01-176-6086 relevant Sales Media And Product Manuals May Be Included As Attachments With Your Submission. Please Clearly Mark All Proprietary Information. The Front Page Of Your Response Package Should State "propietary Information Contained Within" (all Caps), If Applicable. Also, Please Provide A Release Statement Indicating That The Proprietary Information May Be Distributed To Army Personnel Involved With This Survey. confidential Information & Labeling The Government Acknowledges Its Obligations Under 18 Usc §1905 To Protect Information Qualifying As Confidential. Pursuant To This Statute, The Government Is Willing To Accept Any Trade Secret Or Confidential Restrictions Placed On Qualifying Data Forwarded In Response To The Survey Questions, And To Protect It From Unauthorized Disclosure Subject To The Following: clearly And Conspicuously Mark Qualifying Data As Trade Secret Or Confidential With The Restrictive Legend “confidential” (all Caps), Including Any Explanatory Text, So That The Government Is Clearly Notified Of What Data Needs To Be Protected. in Marking Such Data, Please Take Care To Mark Only Those Portions Of The Data Or Materials That Are Truly Trade Secret Or Confidential (overbreadth In Marking Inappropriate Data As “confidential” May Diminish Or Eliminate The Usefulness Of Your Response). Use Circling, Underscoring, Highlighting, Or Any Other Appropriate Means To Indicate Those Portions Of A Single Page That Need To Be Protected. the Government Is Not Obligated To Protect Unmarked Data. Additionally, Marked Data That Is Already In The Public Domain Or In The Possession Of The Government Or Third Parties, Or Is Afterward Placed Into The Public Domain By The Owner Or Another Party Through No Fault Of The Government Will Not Be Protected Once In The Public Domain. Data Already In The Government’s Possession Will Be Protected In Accordance With The Government’s Data Rights. confidential Data Transmitted Electronically, Whether By Physical Media Or Not, Whether By The Respondent Or By The Government, Shall Contain Any Restrictive Legend, With Any Explanatory Text, On Both The Cover Of The Transmittal E-mail And At The Beginning Of The File Itself. Where Appropriate For Portions Only Of An Electronic File, Use The Restrictive Legends “confidential Data Begins:” And “confidential Portion Ends”. in Any Reproductions Of Technical Data Or Any Portions Thereof Subject To Asserted Restrictions, The Government Shall Also Reproduce The Asserted Restriction Legend And Any Explanatory Text. the Government Sometimes Uses Support Contractors In Evaluating Responses. Consequently, Responses That Contain Confidential Information May Receive Only Limited Or No Consideration Since The Respondent’s Marking Of Data As “confidential” Will Preclude Disclosure Of Same Outside The Government, And Therefore Will Preclude Disclosure To Support Contractors Assisting With The Evaluation Effort. questionnaire / Survey vendor Profile. Please Complete The Yellow-highlighted Fields Below: company Name: mailing Address: cage Code: poc Name / Title: phone Number: e-mail Address: website: business Type For Naics 332994 - Small Arms, Ordnance, And Ordnance Accessories Manufacturing (please Check All That Apply.) 8(a) small Disadvantaged hubzone women-owned large Business none Of The Above. Please explain: ________________ _______________________ service-disabled Veteran-owned small Business *if Claiming Small Business Status, The Information Must Be Verifiable In Sam.gov please Indicate If The Naics Code Selected Is Appropriate, If Not, Please Explain Why. nonmanufacturer Rule. To Qualify As A Small Business Concern For Set-aside Or Sole Source Supply Contracts, A Small Business Must Meet At Least One Of The Qualifications Listed Below. Please Indicate Which Qualification, If Any, Applies To Your Firm: manufacture The Product Itself; Or supply A Product Manufactured By Another Small Business If It Is A Nonmanufacturer; Or supply The Product Of Any Sized Manufacturer If The Small Business Administration Has Granted A Waiver To The Nonmanufacturer Rule. a Current Dd 2345, Military Critical Technical Data Agreement, Must Be On File With The Defense Logistics Information Service (dlis) To Access And View The Tdp Associated With This Procurement. Does Your Firm Have A Current Dd 2345 On File With Dlis? yes no approval Pending. Application Submitted On: [mm/dd/yyyy] requirement-specific Information. Please Complete The Questions Below: noun:chute, Ammunition nsn:1005-01-176-6086 part No.government: 12328757-2 part No.manufacturer: S255023-102 has Your Firm Manufactured This Item For A U.s. Government Agency In The Past? If So, Please List The Contract Number(s) And Agency(s). is Your Firm Currently Capable Of Manufacturing This Item? Statements Of Your Firm’s Expertise Should Include Reference To Relevant Contracts Performed (including A Description Of The Scope, Quantity Manufactured, And Point Of Contact With Phone Number). if Your Firm Was Awarded A Contract For This Item, Where Would Production Take Place? does Your Firm Have Experience With First Article Testing (fat)? If So, Please Provide A Brief Summary Of The Experience. what Is Your Firm’s Production Lead Time For This Item After Receipt Of Award? (please Respond In Number Of Calendar Days.) what Is Your Firm’s Minimum, Normal And Maximum Sustainable Monthly Production Rates For This Item? what Is Your Firm’s Current Price Per Unit For This Item? please Identify Your Firm’s Current Quality Management System. Also, Is Your Firm Independently Certified In That System? please Provide A Summary Of The Item’s Commercial Availability. is There Any Other Pertinent Information That Your Firm Would Like To Disclose? If So, Please List Below And/or Include As A Microsoft Word (.doc Or .docx) Or Adobe Acrobat (.pdf) Attachment With Your Submission.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Description: Disclaimer: This Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. this Sources Sought Is A Market Research Tool Being Used To Determine Potential And Eligible Business Firms That Are Capable Of Providing The Services Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. The Existing Contract Was Previously Competed, However, Only One Response Was Received. The Government Would Like To Ensure That There Is Adequate Competition For This Procurement. Additionally, The Results Of This Sources Sought Will Also Be Utilized To Determine If Any Small Business Set-aside Opportunities Exist. All Interested Large And Small Businesses Are Encouraged To Respond With A Capability Statement, But Only Those Businesses Or Teaming Arrangements That Are Considered Small Under Naics 541330-1 Will Be Considered For Small Business Set-aside Decisions. introduction the Naval Air Warfare Center Aircraft Division (nawcad) Webster Outlying Field (wolf) At Patuxent River, Md Announces Its Intention To Procure, On A Competitive Basis, The Services Necessary To Provide The Engineering, Technical, Logistics, Integration, Training, And Testing Support Services To Deliver Fully-integrated And Tested C4i Electronic Radio Communication Systems For Shipboard Installation. Further Detail Is Provided In The Draft Performance Work Statement (pws)/statement Of Work (sow) Attached To This Synopsis (attachment 1). The Services Are Currently Being Performed By Bae Systems Technology Solutions & Services Of Rockville, Md Under N00421-20-c-0003. The Current Contract Is Cost-plus Fixed Fee (cpff) Containing Both Performance Based Completion Clins And Level-of-effort (loe) Clins. The Current Contract Supports Initiation Of Radio Communication Systems (rcs) Throuh Fy 2026. This Contract Will Be For The Initiation Of Rcs Through Fy 2025. This Contract Is Due To Expire 26-june-2026. program Background as The Organic Lead Systems Integrator® (olsi®) For The Naval Air Warfare Center Aircraft Division (nawcad), Webster Outlying Field (wolf) Operates Under A Product-based Business Model Whereby Nawcad Wolf Civilians Lead And Manage The Execution Of The Requirements With Combined Government-industry Teams. Using This Olsi® Approach, The Government Maintains Control Of Intellectual Property And Data Rights, Enabling Wolf To Rapidly Adapt Solutions To The Dynamic Needs Of The Warfighter. the Nawcad Wolf Ship & Air Integrated Warfare (saiw) Division Is The Olsi® Providing Design, Procurement, Integration, Testing, And Training Of Command, Control, Communications, Computers, And Intelligence (c4i) Electronic Systems That Meet The Requirements Of The United States Navy Operating Forces. The Saiw Division, Operating Under The Olsi® Model, Has Requirements To Design, Procure, Integrate, Test, Train, Deliver And Support C4i Electronic Radio Communication Systems (rcss) For Ships Of The United States Navy Including Aegis Destroyers And Cruisers, Amphibious Assault Ships, Aircraft Carriers, Sea-lift Ships, And Other Surface Combatant And Comparable Ships. This Performance Work Statement (pws)/statement Of Work (sow) Provides The Engineering, Technical, Logistics, Integration, Training, And Testing Support Services To Deliver Fully-integrated And Tested C4i Electronic Radio Communication Systems For Shipboard Installation. industry Day Information: Nawcad Wolf Saiw Division Intends To Hold An Industry Day At Building 8225, 17134 Webster Field Road, Webster Naval Outlying Field, St. Inigoes, Md 20684, On 23-jan-2025.the Industry Day Will Start At 8:00 Am Eastern Standard Time (est). This Scheduled Industry Day Will Enable Potential Offerors To Further Understand The History Behind The Nawcad Saiw Division And Aegis Acquisition Strategy And Requirement. Attendance At The Industry Day Is Not A Requirement And In No Way Affects Any Company From Submitting A Response To This Sources Sought Notice And/or A Proposal In Response To Any Forthcoming Solicitation. To Register For This Industry Day, Please Send An Email To Nick Suhosky And Carolyn Emmart Via Email At Nicholas.a.suhosky.civ@us.navy.mil And Carolyn.a.emmart.civ@us.navy.mil By 12:00 Pm Est On 16 Jan 2025. The Email Must Provide The Business Name, Address, Attendee Name(s), A Point Of Contact Phone Number And Email Address. If You Do Not Have Access To Base, A Completed Visitor Base Access Request Form (attachment 5) Will Also Be Required. The Subject Line Of The Email Should Read "aegis Industry Day". Specifics, Including Directions, Agenda, Question Forms, And Ground Rules Will Be Provided Via Email Upon Approved Registration. Due To Space Limitations, No More Than Two (2) Representatives From Each Potential Offeror Will Be Permitted To Attend The Industry Day. All Attendees Must Be U.s. Citizens. This Industry Day Will Not Be Rescheduled In The Case That It Is Cancelled Due To Weather Or Any Other Acts Of God. requirements please Review Attachment 1, Draft Pws/sow, Attachment 2, Draft Hours, And Attachment 3, Hull Info. If Your Company Has Any Questions About The Pws/sow, Hull Info, Or Any Areas That May Need Further Explanation, Please Also Identify Those In The Response. The Labor Categories Anticipated To Execute The Contemplated Effort Are Included In Attachment 2, Draft Hours. since The Resultant Contract Will Be A Cost-type Effort, The Successful Awardee Will Also Be Required To Have A Government Approved Accounting System Upon Award. all Contractors That Propose Must Either Have Or Be Able To Obtain A Top Secret Facility Clearance. A Dd Form 254 Contract Security Classification Specification Shall Apply To This Requirement And The Prime Contractor Shall Have A “top Secret” Facility Clearance And A “secret” Safeguarding Clearance. eligibility the Applicable North American Industry Classification System (naics) Code For This Requirement Is 541330-1 Engineering Services With A Small Business Size Standard Of $47 Million. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement. The Product Service Code (psc) For This Effort Will Be N020 - Installation Of Equipment- Ship And Marine Equipment. place Of Performance place Of Performance Percentage Of Total Effort % On-site Government % Off-site Contractor wolf St. Ingioes, Md 100% 36% 64% anticipated Contract Type the Requirement Is Anticipated To Be A C Type Contract With Cpff Completion And Cpff Loe/term Contract Line Item Numbers (clins) For Labor And Cost Reimbursable Clins For Other Direct Costs (odcs). The Proposed Contract Is Anticipated To Include Tasking And Labor Categories That Are Subject To The Service Contract Act. anticipated Period Of Performance it Is Anticipated That The Resultant Contract Will Have A Nine-year Period Of Performance And A 6-month Optional Extension (far 52.217-8). it Is Anticipated Performance Will Commence Approximately In June 2026. the Performance Based Completion Clins Will Be For Rcs Production Hulls And The Non-performance Based Loe Clins Will Be For Engineering, Program Management, And Training. As Shown In Attachment 3, It Is Anticipated That Each Performance Period Consist Of 3 Hulls; For A Total Of 15 Hulls For The Entire Effort. For Each Hull, The Performance Period Of Completion Is Approximately 5 Years; Resulting In An Anticipated 9 Year Contract. the Estimated Manhours Hours By Clin Type Are As Follows: for The Completion Clins, 1,363,950 Manhours for The Loe Clins, 1,309,200 Manhours submittal Information it Is Requested That Interested Businesses Submit To The Contracting Office A Brief Capabilities Statement Package (no More Than 15 Pages In Length, Single Spaced, 12 Point Font Minimum) Demonstrating The Ability To Perform The Effort Listed In The Attached Draft Pws/sow, Attachment 1. This Documentation Must Address, At A Minimum, The Following: title Of The Pws/sow To Which You Are Responding; 2. Company Profile To Include Number Of Employees, Annual Revenue History, Office Location(s), Cage Code, Duns Number, And A Statement Regarding Current Small/large Business Status; 3. Respondents To This Notice Must Also Indicate Whether They Qualify As A Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-owned, 8(a), Hub Zone Or Service Disabled Veteran-owned Small Business Concern; 4. If A Small Business, Provide An Explanation Of Your Company's Ability Or Your Company’s Ability Combined With A Similarly Situated Entity’s Ability To Perform At Least 50% Of The Tasking Described In This Pws/sow; 5. Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located At The City Specified; 6. Management Approach To Staffing This Effort With Qualified Personnel; 7. Statement Regarding Capability To Obtain The Required Industrial Security Clearances For Personnel; 8. Company's Ability To Meet The Requirements In The Facility And Safeguarding Requirements; 9. Company's Ability To Begin Performance Upon Contract Award; 10. Company's Ability To Manage A Team Of Subcontractors, Including A List Of Contracts And Teaming Arrangements; 11. Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values (dollars And Hours), Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described Herein. 12. What Specific Technical Skills Does Your Company Possess Which Ensures Capability To Perform The Tasks? It Is Requested That, In The Response To The Sources Sought, The Company Explain Its Capability To Accomplish The Work Specified Under The Paragraphs 3.3.1 And 3.3.2 Of The Draft Pws/sow Technical Requirements. If The Company Finds Itself Not Capable To Perform All Parts Of The Pws/sow, Please Specify Which Portions Of The Pws/sow It Is Not Capable Of Accomplishing. If The Company Will Be Teaming Or Utilizing Subcontracts, Please Include Information Regarding Which Work The Subcontractor Will Be Responsible For And How The Prime Will Determine The Subcontractor Is Capable Of Accomplishing The Work. the Capability Statement Package Shall Be Sent By Email To Nicholas.a.suhosky.civ@us.navy.mil And Carolyn.a.emmart.civ@us.navy.mil. Submissions Must Be Received At The Office Cited No Later Than 12:30 Pm Eastern Standard Time On 06-feb-2025. Questions Or Comments Regarding This Notice May Be Addressed To Nick Suhosky And Carolyn Emmart Via Email At Nicholas.a.suhosky.civ@us.navy.mil And Carolyn.a.emmart.civ@us.navy.mil. all Responses Must Include The Following Information: Company Name; Company Address; Company Business Size; And Point-of-contact (poc) Name, Phone Number, And E-mail Address.
8201-8210 of 8375 archived Tenders